tender for conducting a comprehensive energy audit … · tender for conducting a comprehensive...
TRANSCRIPT
Commercial in confidence Page 1
TENDER FOR CONDUCTING A COMPREHENSIVE ENERGY
AUDIT IN ALL KENYA COMMERCIAL BANK PREMISES
Release Date Friday 20th February 2015
Return Date: Friday 6th March 2015
2
Table of Contents
Table of Contents ....................................................................................................................... 2
1 INSTRUCTIONS TO BIDDERS ...................................................................................... 3 1.1 INTRODUCTION ..................................................................................................... 3 1.2 FORMAT OF TENDER RESPONSE AND OTHER INFORMATION FOR
VENDORS ............................................................................................................................. 3 1.2.1 Technical Proposal ............................................................................................... 4
1.2.2 Financial Proposal ................................................................................................ 4 1.2.3 Proposal evaluation& information for Vendors ................................................... 4 1.2.4 Cost of bidding ..................................................................................................... 5
1.2.5 Clarification of bidding document ....................................................................... 5 1.2.6 Amendment of bidding document ....................................................................... 5 1.2.7 Deadline for submission of bids .......................................................................... 6 1.2.8 Cost structure and non-escalation ........................................................................ 6 1.2.9 Taxes and incidental costs ................................................................................... 6
1.2.10 Responsiveness of proposals................................................................................ 6 1.2.11 Currency for pricing of tender ............................................................................. 6 1.2.12 Correction of errors .............................................................................................. 6 1.2.13 Evaluation and comparison of bids ...................................................................... 6
1.2.14 Clarification of bids ............................................................................................. 7 1.2.15 Confidentiality ..................................................................................................... 7
2 DETAILED METHODOLOGY ........................................................................................ 7
2.1 Scope of work ............................................................................................................ 8
2.1.1 Electricity Supply and Distribution network ....................................................... 8 2.1.2 Air Conditioning System ..................................................................................... 9
2.1.3 UPS and Ventilation ............................................................................................ 9 2.1.4 Diesel generators .................................................................................................. 9 2.1.5 Lighting ................................................................................................................ 9
2.1.6 Kitchen equipment ............................................................................................... 9 2.1.7 Others ................................................................................................................. 10
2.1.8 Deliverables ....................................................................................................... 10 3 COMMERCIAL TERMS AND CONDITIONS ............................................................. 11
3.1 Bank reserves the right to the following .................................................................. 11 3.2 Force Majeure .......................................................................................................... 11
3.3 Termination for Insolvency ...................................................................................... 11 3.4 Termination for Convenience .................................................................................. 12 3.5 Performance Guarantee ............................................................................................ 12 3.6 Time of completion & penalty clause ...................................................................... 12 3.7 Injury to persons, property & Owner’s Indemnity................................................... 12
3.8 Accidents.................................................................................................................. 12 3.9 Labour laws .............................................................................................................. 13 3.10 Cost of tests .............................................................................................................. 13 3.11 Statutory authority obligations, notices, fees charges .............................................. 13 3.12 Work to be done to the satisfaction of The Bank ..................................................... 13
4 DETAILED REQUIREMENTS ...................................................................................... 13
4.1 Qualification criteria of the firm .............................................................................. 13
4.2 Capacity and relevant experience ............................................................................ 14
2
4.3 Specific proposal responses ..................................................................................... 14 4.3.1 Overall value proposition ................................................................................... 14 4.3.2 Per branch or site sizing ..................................................................................... 14 4.3.3 Overall value proposition ................................................................................... 14
5 OTHER TERMS AND CONDITIONS ........................................................................... 15 5.1 Evaluation ................................................................................................................ 15
5.1.1 Preliminary phase............................................................................................... 15 5.1.2 Technical proposal ............................................................................................. 15 5.1.3 Financial proposal .............................................................................................. 16
6 GENERAL CONDITIONS OF CONTRACT ................................................................. 16 6.1 Introduction .............................................................................................................. 16 6.2 Award of Contract.................................................................................................... 16
6.3 Application of General Conditions of Contract ....................................................... 16 6.3.1 Bid Validity Period ............................................................................................ 16 6.3.2 Non-variation of Costs ....................................................................................... 16 6.3.3 Performance Security ......................................................................................... 16 6.3.4 Delays in the Bidder’s Performance .................................................................. 17
6.3.5 Liquidated damages for delay ............................................................................ 18 6.3.6 Governing Language .......................................................................................... 18 6.3.7 Applicable Law .................................................................................................. 18
6.3.8 Bidder’s Obligations .......................................................................................... 18 6.3.9 The Bank’s Obligations ..................................................................................... 18 6.3.10 Confidentiality ................................................................................................... 19
6.3.11 Force Majeure .................................................................................................... 19
6.3.12 Payments ............................................................................................................ 19 6.3.13 Way forward ...................................................................................................... 20 6.3.14 Bid Effectiveness ............................................................................................... 20
6.3.15 Contract provision .............................................................................................. 20 6.3.16 Buyer’s Rights ................................................................................................... 20
6.3.17 Responsibility as an independent contractor...................................................... 21 7 APPENDIX ...................................................................................................................... 22
APPENDIX – A ................................................................................................................... 22 APPENDIX – B ................................................................................................................... 23
APPENDIX – C ................................................................................................................... 24 APPENDIX – D ................................................................................................................... 25 APPENDIX – E ................................................................................................................... 27
APPENDIX – F.................................................................................................................... 40
3
1 INSTRUCTIONS TO BIDDERS
1.1 INTRODUCTION
The KCB Limited (hereinafter referred to as ‘the Bank’) is a leading commercial bank
in the Eastern Africa region, renowned for its diversity and growth potential. The Bank
has subsidiary companies - KCB Tanzania based in Tanzania, KCB Uganda based in
Uganda, KCB Rwanda based in Rwanda, KCB Burundi based in Burundi and KCB
Sudan based in South Sudan.
The Bank has a rich history dating back to 1896 and is the largest commercial bank
in Kenya with a total of 182 branches in Kenya, Tanzania, Uganda, Rwanda, Burundi
and Southern Sudan.
The Bank’s vision is to be the Preferred Financial Solutions Provider in Africa with a
Global Reach.
The Bank owns and operates power system Installations at its branches that supports
business operations and it intends to carry out an energy audit across its branch and
ATM network to meet its statutory obligation according to the Energy Act 2006 and
Energy Management Regulations, 2012 and leverage on its carbon footprint.
The objective of the energy audit is to assess and undertake verification, monitoring
and analysis of use of energy within the KCB premises and, provide technical
recommendations for improving energy efficiency with cost benefit analysis and an
action plan to reduce energy consumption in the country office as an effort to
reduce spending on energy.
KCB Limited is therefore sending out this tender for conducting a comprehensive
energy audit in all its branches to capable Vendors who are able to provide high
quality report that can assist the bank reduce its carbon footprint. Such Vendors
must have the necessary certification, expertise and capacity to carry out the audit.
This document therefore constitutes the formal TENDER FOR CONDUCTING A
COMPREHENSIVE ENERGY AUDIT IN ALL KENYA COMMERCIAL BANK PREMISES and is
being availed on tender basis to Vendors interested in submitting bids.
1.2 FORMAT OF TENDER RESPONSE AND OTHER INFORMATION FOR VENDORS
The overall summary information regarding the tender is given in section 2 –Detailed
Methodology. The Vendor shall include in their offer any additional services or items
considered necessary for the successful completion of the project.
Proposals from Vendors shall be submitted in two distinct parts, namely technical
proposal and financial proposal and these shall be in two separate sealed
envelopes, both of which shall then be placed in a common sealed envelope
marked
4
“TENDER FOR CONDUCTING A COMPREHENSIVE ENERGY AUDIT IN ALL KENYA
COMMERCIAL BANK PREMISES. DO NOT OPEN BEFORE FRIDAY 6TH MARCH 2015.”
The two separate inner envelopes shall be clearly marked “Technical Proposal”, and
“Financial Proposal”, respectively, and shall bear the name of the Vendor.
The bid documents shall be addressed to the following address and dropped
at the tender box on 5th Floor, Kencom House, Wing B on or before the closing
date.
Head of Procurement
Kenya Commercial Bank
5th Floor Kencom House
P.O. Box 48400, 00100
Nairobi, Kenya
1.2.1 Technical Proposal
The technical proposal shall contain the following:
a. Profile of the firm
b. Profile of the personnel to be involved in the work, with emphasis on
academic qualifications, experience and membership of
professional/regulatory bodies. See Appendix D for guidance
c. Proposed work plan on the basis of the proposed detailed methodology.
1.2.2 Financial Proposal
The Financial proposal shall clearly indicate the total cost of undertaking the audit as
per requirements stated herein. See Appendix E for guidance
1.2.3 Proposal evaluation& information for Vendors
A two-stage procedure will be adopted by the Bank for evaluating the proposals,
with the technical evaluation of all proposals received in time being completed prior
to any financial proposal being evaluated. Technical proposals will be evaluated
based on the following general areas:
a. Firm’s capacity and relevant experience
b. Firm’s statutory and regulatory certification
c. The specific responses to requirements outlined in Section 4
d. Quality management systems
e. Overall value proposition
Vendors are requested to hold their proposals valid for ninety (90) days from the
closing date of submission. The Bank will make its best efforts to arrive at a decision
within this period.
5
Assuming that the Contract can be satisfactorily concluded the Vendors shall be
expected to commence the assignment within two (2) weeks after the final
agreement is reached.
The bid documents, shall be dropped in the Tender Box on Fifth Floor, Procurement
department clearly marked “TENDER FOR CONDUCTING A COMPREHENSIVE ENERGY
AUDIT IN ALL KENYA COMMERCIAL BANK PREMISES. DO NOT OPEN BEFORE FRIDAY 6TH
MARCH 2015.”
Note: KCB shall not receive any tenders by facsimile or electronic mail courier and /
or post.
The Bank reserves the right to accept or to reject any bid, and to annul the bidding
process and reject all bids at any time prior to the award of the contract, without
thereby incurring any liability to any Vendor or any obligation to inform the Vendor
of the grounds for its action.
1.2.4 Cost of bidding
The Vendor shall bear all costs associated with the preparation and submission of its
bid, and the Bank will in no case be held responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
1.2.5 Clarification of bidding document
All correspondence related to the contract shall be made in English. Any
clarification sought by the Vendor in respect of the project shall be addressed in
writing to the Head of Procurement at least five working (5) days before the
deadline for submission of bids.
The queries and replies thereto shall then be circulated in the form of an addendum
to all other prospective Vendors (without divulging the name of the Vendor raising
the queries), which shall be acknowledged in writing by the prospective Vendors.
Enquiries for clarifications shall be sent by e-mail to [email protected]
1.2.6 Amendment of bidding document
At any time prior to the deadline for submission of bids, The Bank, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective Vendor, may modify the bidding document by amendment.
All prospective Vendors that have received the bidding documents will be notified
of the amendment in writing, and it will be binding on them. It is therefore important
that Vendors give the correct details at the time of collecting/receiving the bid
document.
6
To allow prospective Vendors reasonable time to take any amendments into
account in preparing their bids, The Bank may at its sole discretion extend the
deadline for the submission of bids based on the nature of the amendments.
1.2.7 Deadline for submission of bids
Bids shall be addressed to The Head of Procurement and sent for receipt on or
before Friday 6th March, 2015 3PM.
Bids received after the above-specified date and time shall not be considered.
Any bid received by the Bank after this deadline will be rejected.
1.2.8 Cost structure and non-escalation
The Vendor shall, in their offer, detail the proposed costs.
No price escalation under this contract shall be allowed.
1.2.9 Taxes and incidental costs
The prices and rates in the financial offer will be deemed to be inclusive of all taxes
and any other incidental costs.
1.2.10 Responsiveness of proposals
The responsiveness of the proposals to the requirements of this tender will be
determined. A responsive proposal is deemed to contain all documents or
information specifically called for in this tender document. A bid determined not
responsive will be rejected by The Bank and may not subsequently be made
responsive by the Vendor by correction of the non-conforming item(s).
1.2.11 Currency for pricing of tender
All bids in response to this tender shall be expressed in Kenya Shillings .Expressions in
other currencies shall not be permitted.
1.2.12 Correction of errors
Bids determined to be substantially responsive will be checked by The Bank for any
arithmetical errors and due diligence will be done to correct the errors and final
costs adjusted accordingly. If the Successful Bidder does not accept the correction
of the errors, its Bid will be rejected, and its Bid security may be forfeited.
1.2.13 Evaluation and comparison of bids
Technical proposals will be evaluated prior to the evaluation of the financial
proposals. Financial proposals of firms whose technical proposals are found to be
non-qualifying in whatever respect may be returned unopened.
7
1.2.14 Clarification of bids
During evaluation of the Bids, The Bank, at its discretion, may ask the Bidder for
clarification of its Bid. The request for clarification and the response shall be in writing,
and no change in the prices or substance of the Bid shall be sought, offered or
permitted.
1.2.15 Confidentiality
The tender contains information proprietary to the Bank. The Bank requires the
recipients of this document to maintain its contents in the same confidence as their
own confidential information and refrain from reproducing it in whole or in part
without the written permission of The Bank
The information provided by the bidder/s will be held in confidence and will be used
for the sole purpose of evaluation of bids.
2 DETAILED METHODOLOGY
The Energy Management Regulations 2012 which were gazette on 28th September
2012 under legal notice N0.102. The regulations are meant to assist in the
implementation of sections 103,104 and 105 of Energy Act 2006, which deals with
energy efficiency and conservation.
The Energy Regulations 2012 require among other things that:
Energy Regulations Commission to designate facilities in terms of their energy
consumption for the purpose of energy efficiency and conservation
All designated facilities to carry out energy audits after every three years, and
have an in house Energy officer to monitor and implement the
recommendation of the auditors.
All designated facilities to implement at least 50% of all recommendations of
the energy audits
Only licensed energy auditors and audit firms shall be required to do audits.
Therefore selected vendor will carry out the Energy audits in all KCB Facilities as
tabulated in Appendix E in accordance with the Energy Management Regulations,
2012 through the steps below which are directional only. Vendors may choose an
appropriate methodology but output should be similar.
i. Pre Audit: Meeting with KCB Group team. Visual inspection & verification of
internal documents.
ii. Audit: Auditing & testing to determine the condition of power system
installations within Bank premises (both owned and leased).
iii. Methodology shall contain:
a. List of instruments used and measurement procedure;
b. Pictures and maps showing the locations of the instruments and sensors
in use during the audit;
iv. Presentation of findings to the Bank for acceptance of report and
implementation of recommendations. Recommendations shall be
8
supplemented with a list of equipment to be changed. Specifications of the
equipment to be changed shall be given with directional costs so that RFP
can be floated, if required by The Bank and the implementation can be done
easily. Reporting and implementation shall be separate for each
branch/building.
v. Report will be accepted after modifications, as suggested by The Bank.
vi. Two day training provided by the tenderer on Energy Audit for Bank staff
responsible for implementation of audit recommendations. The training shall
cover but not limited to the following aspects :-
a. Energy Act.
b. Need of Energy Audit.
c. Relevant standards on energy use.
d. Energy use in relation to ACs/UPSs/Inverters/Generators/LT&HT Panels
and lighting systems
e. Auditing & Implementation.
f. Logistics and cost of training will be taken care of by tenderer.
vii. Audit implementation: Audit will be done by Vendor in all the branches to
certify that gaps identified in report are fulfilled in the way as it is required.
Vendor will certify that the place of work complies with relevant standards.
2.1 Scope of work
The following areas will be covered to identify Energy Conservation Measures-
Electricity Supply and Distribution
Air Conditioning System
Air Handling Units
Split/ Package Air Conditioners
UPS and Ventilation
Diesel
Lighting
Kitchen Equipment
Water Pumps
Any other existing energy system not mentioned above
2.1.1 Electricity Supply and Distribution network
Detailed examination of existing energy use in each branch
Measurement and analysis of demand and power factor, suggestions to
reduce the demand and improve the power factor.
Performance evaluation of selected motors to identify under/over loading of
motors.
Study and examination of use of electric energy and cost
Study on metering system and suggestion for improvement.
Energy distribution Breakdown floor wise and department wise.
Study on V, I KW fluctuation and profiling, V & I imbalances in the network.
Suggestion for reducing the network loss and to improve monitoring system.
Performance evaluation of installed capacitors to ensure deliverance of
desired output, level of losses, management of system power factor and
operation of capacitors.
9
2.1.2 Air Conditioning System
Evaluation of operating Coefficient of Performance of Precision Air
Conditioner. Evaluation of specific energy consumption of precision Air
Conditioner. Identification and suggestions for performance improvement
and energy saving potential.
Estimation of actual tonnage and comparison of actual parameters with the
design values and corrective actions.
Measurement and analysis of selected units (10% of units) 24 hours profile to
suggest measures for energy conservation.
Package Air Conditioners: Measurement of power consumption, temperature
profile under different duct able units.
Measurement of airflow, RH, Tsa, Tra, chilled water Tin, T out, through cooling
coil and energy consumption (Access must be available).
Estimation of actual tonnage and Measurements of operating zone
temperatures under each unit. Comparison of actual parameters with the
design values.
2.1.3 UPS and Ventilation
Measurement and analysis of UPS loading, redundancy, operating efficiency,
load pattern to suggest measures for energy cost reduction, Measurement
and analysis of Harmonics (up to 30th ) as per standards (IEEE 519/IEC 61000 -
3-2/3/4).
Measurement and analysis of exhaust fan operating parameters. Usage
patter, suggest measures for energy conservation.
2.1.4 Diesel generators
Measurement and analysis of generator loading, redundancy, operating
efficiency, load pattern to suggest measures for energy cost reduction.
Measurement and analysis of exhaust fan operating parameters. Usage
patter, suggest measures for energy conservation.
2.1.5 Lighting
Examination of the lighting system in all the areas, measurement of
illumination levels, etc. to improve lighting efficiency and optimize lighting
levels as per relevant standard in comparison with recommended energy
efficiencies.
To look for possibilities to reduce energy use by incorporating energy efficient
lighting system, equipment and lay out changes.
Study of operating electrical parameters like voltage etc. in the lighting
circuits.
2.1.6 Kitchen equipment
Examination of the existing kitchen equipment, measurement of power
consumption etc. to improve efficiency and optimize power consumption.
To look for possibilities to reduce energy use by incorporating energy efficient
equipment.
10
2.1.7 Others
The power measurements (I, V, pf, KVA, and KW) of all major
motors/equipment will be studied for possible energy savings opportunities by
the application of following items.
Possibility of on /off control
Interlocking
Downsizing
Evaluation of Energy efficiency of Data Centre located at Kencom
House building and Gigiri DRS.
Any other existing system not mentioned above.
2.1.8 Deliverables
The following are the expected deliverables;
a. An Energy Management Policy which shall include;
A commitment to improve energy efficiency and conservation;
A commitment to comply with the Energy Act and Regulations;
A commitment to provide resources necessary to achieve energy
efficiency and conservation;
A commitment to establish and implement a strategic plan for energy
efficiency and conservation
A commitment to train staff to ensure competence in energy
efficiency and conservation b. The energy audit report will contain but not limited to the following:
Executive Summary
Assumptions
Specific energy saving measures and proposals
Full description and figures if required
Method of implementing the proposal
Cost benefit analysis
Present energy consumption pattern
Energy Management Guidelines to monitor and sustain the identified
savings.
Energy Investment Plan: The recommendation will be classified as non-
capital proposals (proposals requiring no investment or insignificant
investment) and as capital proposals. The budgetary cost estimates for
capital proposals shall have an accuracy of plus or Minus 20 per cent.
For projecting cost benefit analysis, simple payback system technique
may be used.
Discussion with Bank officials for consensus on proposals and
justifications.
Energy Conservation Measures having payback of less than 2 years will
be given in the report.
Compilation of detailed report comprising of observations,
recommendations with adequate financial justifications, Vendor
support data etc.
All the data collected from The Bank to be tabulated properly and
submitted along with detailed report in the form of Soft copy and Hard
Copy.
11
Presentation of the detailed report and data collected from The Bank
to be given to Bank officials before final submission to The Bank.
Submission to and approval of the Energy audit report by the Energy
Regulatory Commission (ERC)
3 COMMERCIAL TERMS AND CONDITIONS
3.1 Bank reserves the right to the following
Reject any or all proposals received in response to the tender without giving
any reason whatsoever
Waive or Change any formalities, irregularities, or inconsistencies in proposal
format delivery
Extend the time for submission of proposal.
Modify the tender document, by an amendment that would be displayed on
Bank’s Website
Select the next most responsive Vendor if negotiations with the Vendor of
choice fail to result in an agreement within a specified period.
To independently ascertain information from the Banks and other institutions
to which Vendor has already extended services for similar assignment.
Apply whatever evaluation criteria deemed appropriate for evaluation of
Technical Bids.
Terminate the services if the assignment is not proceeding in accordance with
the terms of contract or undue delay is taking place in execution of the
assignment.
Modify the time period for completion of assignment during the execution of
assignment.
3.2 Force Majeure
The Vendor shall not be liable for forfeiture of its performance security, liquidated
damages, 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.
For purposes of this clause, “Force Majeure” means an event beyond the control of
the Bidder and not involving the Service Provider’s fault or negligence and not
foreseeable. Such events may include, but are not restricted to, acts of the Bank in
its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing
of such condition and the cause thereof. Unless otherwise directed by the Bank in
writing, the Bidder shall continue to perform its obligations under the Contract as far
as is reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
3.3 Termination for Insolvency
The Bank may, at any time, terminate the Contract by giving written notice to the
Bidder if the Bidder becomes Bankrupt or otherwise insolvent. In this event,
12
termination will be without compensation to the Vendor, provided that such
termination will not prejudice or affect any right of action or remedy, which has
accrued or will accrue thereafter to The Bank.
3.4 Termination for Convenience
The Bank, by written notice sent to the Vendor, may terminate the Contract, in
whole or in part, at any time for its convenience. The notice of termination shall
specify that termination is for the Bank’s convenience, the extent to which
performance of the Bidder under the Contract is terminated, and the date upon
which such termination becomes effective.
3.5 Performance Guarantee
The Bidder selected for the assignment should furnish a performance guarantee in
favor of Kenya Commercial Bank, for 10% of the value of accepted tender value
valid for a period of 12 months ( from the date of awarding contract) from a
recognized bank other than Kenya Commercial Bank. The performance guarantee
shall be submitted within a period of 15 days from the date of contract award.
3.6 Time of completion & penalty clause
All energy audits should be completed i.e. submission of report and its acceptance
by The Bank Management within twelve months for all sites from the date of issue of
Work order. If the Vendor fails to complete the above mentioned work within the
stipulated time frame, the Vendor shall be liable to pay The Bank pre estimated
damages at the rate of half percent of the final contract price for each week of
delay or part thereof subject to a maximum of 10% of the final contract value.
3.7 Injury to persons, property & Owner’s Indemnity
The Vendor shall be liable for and shall indemnify The Bank against any liability loss,
claim or proceedings whosoever arising under any statute or common law in
respect of personal injury to or the death of any person whomsoever arising out of or
in the course of carrying out the works unless due to any act or neglect of The Bank
or of any person for whom The Bank is responsible.
Except of such loss or damage as is at the risk of The Bank under the Contract the
Vendor shall be liable for and shall indemnify The Bank against any expense, liability,
loss claim or proceedings in respect of any injury or damage whatsoever to any
property real or personal in so far as such injury or damage arise out of or in the
course of or by reason of carrying out the works and provided always that the same
is due to any negligence omission or default of the Vendor his servants or agents or
of any sub-contractor his servants or agents.
3.8 Accidents
The Vendor shall within 24 hours of the occurrence of any accident at or about the
site or in connection with the execution of the work report such accident to The
13
Bank’s representative. The Vendor shall also report such accident to the Competent
Authority whenever such report is required by law.
3.9 Labour laws
The Vendor shall comply with the provision of all Labour Laws of Kenya and any
other Act or enactment relating thereto and rules framed there under from time to
time.
3.10 Cost of tests
The cost of arranging/undertaking any test, as directed by The Bank shall be borne
by the Vendor.
3.11 Statutory authority obligations, notices, fees charges
The Vendor shall comply with and give all notices required by any act, any
instrument, rule or order made under any Act, or any regulation or by-law of any
County/Local authority or of any regulation of any agency which has any jurisdiction
with regard to the works or with whose systems the same are or will be connected
(all requirements to be so complied with being referred to in these conditions as the
statutory requirements).
If the Vendor shall find any divergence between the statutory requirements and all
or any of the contract documents or any variation instruction issued in accordance
with these conditions, shall immediately give to The Bank’s Representative a written
notice specifying the divergence.
If the Vendor gives notice or if The Bank shall otherwise discover or receive notice of
a divergence between the statutory requirements and all or any of the contract
documents or any variation, instructions issued in accordance with these conditions
The Bank shall within 7 days, of discovery or on receipt of a notice, issue instructions
in relation to the divergence. If and in so far as the instructions require the works to
be varied, they shall be deemed to be Bank’s instructions issued in accordance with
these conditions.
3.12 Work to be done to the satisfaction of The Bank
The Vendor shall execute, complete and maintain the work in strict adherence with
the contract to the satisfaction of The Bank and shall comply with the specifications
and adhere strictly to The Bank’s instructions and directions on any matter (whether
mentioned in the contract or not) concerning the work. The Vendor shall take
instructions and directions from The Bank’s representative.
4 DETAILED REQUIREMENTS
4.1 Qualification criteria of the firm
The Vendor should have carried out at least three Energy Audits for Banks,
financial institutions, major hotels and multistoried office buildings within the
last 5 years.
14
The Vendor should be enlisted in approved list of energy auditors by the
Energy Regulatory Commission of Kenya. Engineers who are likely to work on
this project should be registered with EBK and a member of Institution of
Engineers of Kenya or equivalent and any other regulatory body necessary to
accomplish the task (Provide copies of certifications).
The Vendor should have an office in Nairobi with technically qualified staff to
render the said service.
The Vendor should be compliant to Income tax returns for the last 2 years.
The Vendor can be a sole proprietor, partnership or a company and
registered with Registrar of Companies wherever applicable.
The Vendor should submit three years audited financial statements
4.2 Capacity and relevant experience
The Vendor’s response should include details that clearly demonstrate the Vendor’s
capacity and experience to provide the required service. The Bank requires that the
Vendor has sufficient number of qualified and support personnel with relevant skills
and experience to support the geographically dispersed Bank outlets.
Appropriate reference sites with letters of no objection from existing clients will also
be used to evaluate the Vendors’ capacity and experience. The Vendor should
clearly demonstrate how their available resources and experience match The Bank
requirements and objectives of this tender.
4.3 Specific proposal responses
4.3.1 Overall value proposition
For each Category of proposition (recommendation), the Vendor will be expected
to enumerate, calculate and present the Capital gains and savings that the Bank
will realize as a result of deploying each solution. The present rates of charges of
kWhr, fuel costs, ERC levy, exchange rate charges will be used to forecast the Cost
savings for 3, 5, 7 and 10 years. Present electricity bills are available to the Vendors to
carry out a cost comparison.
4.3.2 Per branch or site sizing
Each branch or site shall be designed and sized separately. The Bills of Materials for
each proposed solution shall be separated to allow for gradual implementation.
4.3.3 Overall value proposition
The Vendor shall demonstrate how the overall proposition meets and exceeds The
Bank’s minimum requirements. The Vendor is required to show how the solution fits
with existing developments in the industry. The Vendor shall deploy the latest
methods and tools available while ensuring optimal results and minimum costs.
15
Proposals from the vendors/consultants will be evaluated based on technical
soundness i.e. experience of consulting team, adequacy of proposed methodology
and work plan as well as financial viability.
5 OTHER TERMS AND CONDITIONS
5.1 Evaluation
All tender responses will be evaluated in two phases:
a) Detailed evaluation to determine technical responsiveness and financial
capability of the Vendors
b) Financial evaluation to consider pricing competitiveness of the Vendors
5.1.1 Preliminary phase
The following mandatory documents must be provided in the bid response. Bids that
do not have all the following documents may, at the discretion of The Bank, not be
assessed further:
The Certificate of compliance (Appendix B) at the end of this document fully
signed and stamped
Vendors audited accounts for years 2012, 2013 and 2014 or 2011
Complete NHIF and NSSF returns for any two months between April 2014 and
October 2014
Certificate of incorporation or registration
Complete address (Physical, postal, telephone, facsimile and e-mail) for the
head office and all other registered offices in Kenya
Names and addresses of all shareholders holding in excess of 5% of its issued
share capital, stating in each case the number and class of shares held.
List of directors and principal officers of the company. Please indicate
occupation and job title of each person
All copies of any certificates included in the bid response should be certified
as “true copy of original” else The Bank may not use them in the evaluation
process
Detailed CVs of technical resources with attached certified copies of
certificates.
5.1.2 Technical proposal
Bids will be evaluated on the basis of the requirements given in Section 4.1 of this
document. This will also include the bidding firm’s capacity and relevant experience,
16
specific proposed resources as necessary, technical suitability of the solution and
overall value proposition (see Appendix D for guidance).
Bids that do not meet the technical requirements may not be evaluated any further.
Bids will further be evaluated on the basis of the Vendor’s ability to support The Bank
in terms of delivery times, experience, staff and other resources. Additional
evaluation through visits to both Vendor and their client’s sites may be done at The
Banks sole discretion.
5.1.3 Financial proposal
Bids will be evaluated on Unit/Total Cost evaluation, financial capability of the
Vendor, terms of payment proposed by the Vendor etc.
6 GENERAL CONDITIONS OF CONTRACT
6.1 Introduction
Specific terms of contract shall be discussed with the bidder whose proposal will be
accepted by The Bank. The resulting contract shall include but not limited to the
general terms of contract as stated below
6.2 Award of Contract
Following the opening and evaluation of proposals, The Bank will award the
Contract to the successful bidder or multiple bidders whose bids have been
determined to be substantially responsive. The Bank will communicate to the
selected bidders its intention to finalize the draft conditions of engagement
submitted earlier with their proposals. The successful Bidder(s) shall be invited for
agreement and signing of the Contract prepared by The Bank in consultation with
the Bidder.
6.3 Application of General Conditions of Contract
These General Conditions shall apply to the extent that they are not superseded by
provisions in other parts of the Contract that shall be signed.
6.3.1 Bid Validity Period
Bidders are requested to hold their proposals valid for ninety (90) days from the
closing date of their submissions.
6.3.2 Non-variation of Costs
The prices quoted for the service and subsequently agreed and incorporated into
the contract shall be held fixed for the contract period.
6.3.3 Performance Security
The Bank will require that the prospective Vendor (s) who is/are eventually awarded
the tender shall execute a performance bond with a reputable bank in favor of
17
Kenya Commercial Bank. The performance bond amount will be ten percent (10%)
of the total bid price before the bank can issue any LPO. The performance bond will
be valid for a minimum of 12 months and must be provided within 15 days from the
date of written notification to the Vendor by The Bank to provide the bond. Failure to
comply with this requirement will void the tender award and The Bank at its sole
discretion may award the tender to any other Vendor.
The Bank may at its discretion require the successful bidder to furnish it
with Performance Security in the amount specified in the accepted
Bid.
The Performance Security shall be in the form of a Bank guarantee
issued by a commercial bank operating in Kenya and shall be in a
format prescribed by the Bank (see Appendix F). The performance
guarantee shall be submitted within 15 days of notification of award.
The proceeds of the Performance Security shall be payable to the
Kenya Commercial Bank Limited as compensation for any loss resulting
from the Bidder’s failure to complete its obligations under the Contract.
The Performance Security will be discharged by the Bank not later than
two months following the date of completion of the Bidder’s
performance obligations, and the Bank’s acceptance of the final
report as specified in the contract.
6.3.4 Delays in the Bidder’s Performance
Delivery and performance of the audit shall be made by the successful
Bidder in accordance with the time schedule as per Agreement.
If at any time during the performance of the Contract, the Bidder
should encounter conditions impeding timely delivery and
performance of the Services, the Bidder shall promptly notify The Bank
in writing of the fact of the delay, its likely duration and its cause(s). As
soon as practicable after receipt of the Bidder's notice, The Bank shall
evaluate the situation and may at its discretion extend the Bidder's
time for performance, with or without liquidated damages, in which
case the extension shall be ratified by the parties by amendment of
the Contract.
Except in the case of “Force Majeure” as provided in Section 3.2, a
delay by the Bidder in the performance of its delivery obligations shall
render the Bidder liable to the imposition of liquidated damages
pursuant to Section 6.3.5.
18
6.3.5 Liquidated damages for delay
The contract resulting out of this tender shall incorporate suitable provisions for the
payment of liquidated damages by the bidders in case of delays in performance of
contract.
The audit report must be delivered within 12 months after The Bank issues an LPO.
Any delayed delivery will attract a penalty of 2 percent of the cost of the LPO value
for every week of late delivery up to a maximum of 4 weeks after which The Bank will
cancel the LPO black list the Vendor for at least three years and exercise its rights
under the performance bond.
Notwithstanding the provisions detailed in this section, The Bank reserves the right to
terminate the award at any time and take corrective measures as necessary to
protect The Bank’s interests, which interest are solely determined by The Bank.
6.3.6 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
also be in English.
6.3.7 Applicable Law
This agreement arising out of this tender shall be governed by and construed in
accordance with the laws of Kenya and the parties submit to the exclusive
jurisdiction of the Kenyan Courts.
6.3.8 Bidder’s Obligations
The Bidder is obliged to work closely with The Bank's staff, act within its own authority,
and abide by directives issued by The Bank that are consistent with the terms of the
Contract.
The Bidder will abide by the job safety measures and will indemnify The Bank from all
demands or responsibilities arising from accidents or loss of life, the cause of which is
the Bidder's negligence. The Bidder will pay all indemnities arising from such incidents
and will not hold The Bank responsible or obligated.
The Bidder is responsible for managing the activities of its personnel, or
subcontracted personnel, and will hold itself responsible for any misdemeanors. The
Bidder will not disclose The Bank's information it has access to, during the course of
the work, to any other third party without the prior written authorization of The Bank.
This clause shall survive the expiry or earlier termination of the contract
6.3.9 The Bank’s Obligations
In addition to providing the Bidder with such information as may be required by the
bidder to complete the audit, The Bank shall,
19
Provide the Bidder with specific and detailed relevant information concerning
the audit
In general, provide all information and access to The Bank's personnel
6.3.10 Confidentiality
The parties undertake on behalf of themselves and their employees, agents and
permitted subcontractors that they will keep confidential and will not use for their
own purposes (other than fulfilling their obligations under the contemplated
contract) nor without the prior written consent of the other, disclose to any third
party any information of a confidential nature relating to the other (including,
without limitation, any trade secrets, confidential or proprietary technical
information, trading and financial details and any other information of commercial
value) which may become known to them under or in connection with the
contemplated contract. The terms of this Clause shall survive the expiry or earlier
termination of the contract.
6.3.11 Force Majeure
Neither Bidder nor The Bank shall be liable for failure to meet
contractual obligations due to Force Majeure.
Force Majeure impediment is taken to mean unforeseen events, which
occur after signing the contract with the successful bidder, including
but not limited to strikes, blockade, war, mobilization, revolution or riots,
natural disaster, acts of God, refusal of license by Authorities or other
stipulations or restrictions by authorities, in so far as such an event
prevents or delays the contractual party from fulfilling its obligations,
without it being able to prevent or remove the impediment at
reasonable cost.
The party involved in a case of Force Majeure shall immediately take
reasonable steps to limit consequence of such an event.
The party who wishes to plead Force Majeure is under obligation to
inform in writing the other party without delay of the event, of the time
it began and its probable duration. The moment of cessation of the
event shall also be reported in writing.
The party who has pleaded a Force Majeure event is under obligation,
when requested, to prove its effect on the fulfilling of the
contemplated contract.
6.3.12 Payments
The Bank’s standard payment terms are within 45 days of invoice. Payments will be
made on the following milestones;
20
i. On successful receipt of a comprehensive audit report as stipulated in this
document - 70% of the contract price
ii. On approval of the submitted Energy audit report by the commission (ERC) –
20% of the contract price.
iii. On supervision of the identified energy saving strategies of the energy
management system – 10% of the contract price.
Please note that no advance Payment for work to be done shall be made.
6.3.13 Way forward
Once the bids are opened, bid analysis will commence. Short listed Vendors will be
invited to demonstrate their ability if need be and to make arrangements for site
visits. In the event that The Bank may need to visit client site, Vendors will be notified
in writing. The Bank may also make surprise unannounced visits to the Vendors
offices to verify any information contained in the bid document. All visits are at the
discretion of The Bank.
6.3.14 Bid Effectiveness
It is a condition of The Bank that the Vendor guarantees the sufficiency, and
effectiveness of the service proposed to meet The Bank’s requirements as outlined in
this document. The Bank will hold the Vendor solely responsible for the accuracy and
completeness of information supplied in response to this tender. The Bank will hold
the Vendor responsible for the completeness of the proposed recommendations
and that were the Vendor to be awarded the tender, they would implement the
solution without any additional requirements from The Bank.
6.3.15 Contract provision
The Bank will not make any payments in advance. The Bank will issue an LPO for all
the services ordered. The LPO will be paid within 45 days after delivery of
comprehensive report. Any payments for the implementation of the
recommendations will be subject to a contract to be agreed with the Vendor
before commencement of the works.
The Bank will not accept partial deliveries and neither will The Bank make partial
payments. Payment for the service will only be made once the entire audit is
completed and verified.
6.3.16 Buyer’s Rights
The Bank reserves the right to reject any or all the tender bids without giving any
reasons and the Bank has no obligation to accept any offer made. The Bank also
reserves the right to keep its selection and selection criteria confidential. Bids not
strictly adhering to tender document conditions may not be considered by The Bank
whose decision on the matter shall be final. The Vendor’s terms and conditions will
not form part of any contract with The Bank in relation to this tender. Bids not strictly
21
adhering to tender conditions may not be considered by The Bank whose decision
on the matter shall be final.
Canvassing is prohibited and will lead to automatic disqualification.
6.3.17 Responsibility as an independent contractor
The Vendor agrees to take overall responsibility for any services rendered; regardless
of whether third parties engaged by the Vendor or the Vendor himself carry them
out
22
7 APPENDIX
APPENDIX – A
FORM OF TENDER
We, M/S_____________________________________________________________________
Hereby submit our tender “FOR CONDUCTING A COMPREHENSIVE ENERGY AUDIT IN
ALL KENYA COMMERCIAL BANK BRANCHES”, at a total cost of
KES_________________________________________________________________________ or (in
words)
KES__________________________________________________________________________
__________________________________________________________________________________
___
The above quoted fee is the lump sum (fixed price) amount for the entire
assignment. The fees include all duties, levies, taxes, travelling expenses, out of
pocket expenses and any other expenses of whatsoever nature. We also agree to
abide by the terms and conditions of the contract as stipulated in the tender
document.
Bidder’s name _____________________________________________________________
P.O. BOX ____________________________________________________________
Signature of the bidder ____________________________________________________
Signature of the witness ___________________________________________________
Company Stamp/Seal.
23
APPENDIX – B
CERTIFICATE OF COMPLIANCE
All Vendors should sign the certificate of compliance as attached and return with
their quotations/bids.
We ________________________________________________________________________
Have read this tender FOR CONDUCTING A COMPREHENSIVE ENERGY AUDIT IN ALL
KENYA COMMERCIAL BANK BRANCHES and agree with the terms and conditions
stipulated therein.
Stamp and signature of the supplier
Name………………………………………….
Date…………………………………………..
24
APPENDIX – C
LETTER TO KCB ON THE VENDOR’S LETTERHEAD
Head of Procurement,
Procurement Department
KCB Bank Limited
Kencom House
P.O Box 48400-00100
Nairobi, Kenya
Dear Sir,
REF: TENDER FOR CONDUCTING A COMPREHENSIVE ENERGY AUDIT IN ALL KENYA
COMMERCIAL BANK BRANCHES
With reference to the above TENDER, having examined and understood the
instructions, terms and conditions forming part of your above inquiry, we hereby
enclose our offer FOR CONDUCTING A COMPREHENSIVE ENERGY AUDIT IN ALL KENYA
COMMERCIAL BANK FACILITIES as detailed in your above referred inquiry.
We confirm that the offer is in conformity with the terms and conditions as
mentioned in your above referred TENDER and enclosures. We also confirm that the
prices offered shall remain fixed for a period of 90 days from the last date of
submission of the offer.
We also understand that KCB is not bound to accept the offer either in part or in full.
If KCB rejects the offer in full or in part, The Bank may do so without assigning any
reasons therefore.
Yours faithfully,
Authorized Signatories (Name & Designation, seal of the firm)
………………………………………………………………………
………………………………………………………………………
………………………………………………………………………
Date: ………………………………………………………………
25
APPENDIX – D
TECHINICAL BID FOR ENERGY AUDIT
Sr.
No.
Description Vendor’s details
1. Name of firm
2. Complete address (Physical, postal,
telephone, facsimile and e-mail)
3. Name of the contact person &
mobile number
4. Year and month of Establishment
5. Names and addresses of all
shareholders/proprietors/partners of
the firm holding more than 5% of
issued shares
6. List of directors and principal officers
of the company (indicate
occupation and job title of each
person)
7. PIN No.
8. NSSF No.
9. NHIF No.
10. Certificate of incorporation or
registration
11. Latest tax compliance certificate
12. Membership list of
Professional/regulatory bodies
13. Turnover of the firm. Please
provide details for the last 3 years
along with audited financial
statements.
14. Name of lead auditor
15. Professional & academic
qualifications of lead auditor
16. Professional/regulatory/membership
of lead auditor
17. Number of Energy Audit work done
(minimum 3 jobs) for financial
institutions or equivalent within the last
5 years
18. Name & Address of the client
organizations with details of contact
persons. Please arrange to provide
the details below:
Load capacity (in KW)
Date of execution
Time taken for completion (Attach
proof like copy of work order,
performance & completion
certificates etc.)
26
Contract amount
% of savings realized (give proof
where applicable)
Any other information necessary to
support your application.
19. Details of other staff who will provide
the service (Attach separate list with
qualifications)
Signature/Seal
Date:
Note: Please submit relevant photocopies of Registration/license/experience /work
order or other relevant document for above said declarations.
27
APPENDIX – E
FINANCIAL BID FOR ENERGY AUDIT-KCB BRANCH OUTLETS SCHEDULE
SR Region Branch Total
Load
KVA
Rating
Unit rate per
Branch (KES)
KENCOM HOUSE AND GIGIRI DRS
1. Nairobi Kencom Hse 1st flr 100
2. Nairobi Kencom Hse 2nd flr 100
3. Nairobi Kencom Hse 3rd flr 100
4. Nairobi Kencom Hse 4th flr 100
5. Nairobi Kencom Hse 5th flr 100
6. Nairobi Kencom Hse 6th flr 100
7. Nairobi Kencom Hse 7th flr 100
8. Nairobi Kencom Hse 8th flr 100
9. Nairobi Moi Avenue 200
10. Nairobi Data Center 250
11. Nairobi Gigiri Computer
Complex
300
12. Nairobi Karen Leadership
Center
300
SUB TOTAL HEAD OFFICE
BRANCH NETWORK
1. Central Chogoria 50
2. Central Chuka 50
3. Central Embu 50
4. Central Garissa 50
5. Central Gatundu 50
28
6. Central Githunguri 50
7. Central Isiolo 50
8. Central Kangare 50
9. Central Kangema 50
10. Central Karatina 50
11. Central Kerugoya 50
12. Central Kianyaga 60
13. Central Kiriaini 60
14. Central Kitui 50.5
15. Central Machakos 60
16. Central Makuyu 50
17. Central Matuu 50
18. Central Maua 60
19. Central Meru 60
20. Central Mukurweini 50
21. Central Muranga 60
22. Central Mwea 60
23. Central Mwingi 50
24. Central Nanyuki 50
25. Central NaroMoru 60
26. Central Nkubu 60
27. Central Nyeri 100
28. Central Othaya 50
29. Central Ruiru 50
30. Central Tala 60
31. Central Thika 50
29
32. Central Thika Makongeni 50
33. Central Wote 50
34. Central Njabini 50
35. Central Limuru 50
SUB TOTAL CENTRAL REGION BRANCHES
36. Eastern Namanga 60
37. Eastern Wajir 50
38. Eastern Kajiado 60
39. Eastern Mandera 50
40. Eastern Marsabit 50
41. Eastern Moyale 50
42. Eastern Emali 50
43. Eastern Makindu 50
44. Eastern Kyuso 60
45. Eastern Mutomo 60
46. Eastern Loitoktok 50
47. Eastern Isiolo 50
SUB TOTAL EASTERN REGION BRANCHES
48. Coast Kisauni 50
49. Coast Kibwezi 60
50. Coast Kilifi 60
51. Coast Kilindini 60
52. Coast Changamwe 50
53. Coast Malindi 60
54. Coast Mvita 100
55. Coast Lamu 60
30
56. Coast Treasury Square 200
57. Coast Ukunda 50
58. Coast Voi 50
59. Coast Wundanyi 50
60. Coast Hola 50
61. Coast Mariakani 50
62. Coast Mpeketoni 60
63. Coast Moi International
Airport
50
64. Coast Mtito Andei 60
65. Coast Mtwapa 50
66. Coast Kengeleni 60
67. Coast Garsen 50
68. Coast Watamu 50
69. Coast Taveta 50
70. Coast Kwale 60
71. Coast Town centre 50
72. Coast Mwembe Tayari 60
SUB TOTAL COAST REGION BRANCHES
73. Western Bondo 50
74. Western Ugunja 50
75. Western Kimilili 50
76. Western Kehancha 50
77. Western Keroka 50
78. Western Kilgoris 50
79. Western Homa Bay 50
80. Western Serem 50
31
81. Western Busia 50
82. Western Oyugis 50
83. Western Isibania 60
84. Western Malaba 50
85. Western Bungoma 50
86. Western Kakamega 50
87. Western Kisii Main 50
88. Western Kisii West 50
89. Western Kisumu main 50
90. Western Kisumu Airport 50
91. Western Mbale 50
92. Western Port Victoria 50
93. Western Migori 50
94. Western Mumias 50
95. Western Nyamira 50
96. Western Siaya 50
97. Western Webuye 50
98. Western United Mall 50
99. Western Muhoroni 50
100. Western Luanda 50
101. Western Sondu 50
102. Western Kisumu West 60
103. Western Rongo 60
SUB TOTAL WESTERN REGION BRANCHES
104. Nairobi River Road 60
105. Nairobi Karen 50
32
106. Nairobi Kasarani 50
107. Nairobi Sports Club 50
108. Nairobi Kiambu 50
109. Nairobi Kikuyu 50
110. Nairobi Kitengela 50
111. Nairobi Milimani 50
112. Nairobi Ongata Rongai 50
113. Nairobi University Way 50
114. Nairobi Buruburu 50
115. Nairobi Eastleigh 60
116. Nairobi Biashara Street 50
117. Nairobi Kipande House 50
118. Nairobi Kariobangi 60
119. Nairobi Kawangware 60
120. Nairobi Mashariki 60
121. Nairobi Gikomba 60
122. Nairobi Industrial Area 500
123. Nairobi Jogoo Road 200
124. Nairobi Tom Mboya 60
125. Nairobi Kiserian 50
126. Nairobi S & L-Garden 100
127. Nairobi S & L-H/selasie 60
128. Nairobi S & L-Salama 60
129. Nairobi Ngara 60
130. Nairobi JKUAT 50
131. Nairobi Gateway 50
33
132. Nairobi TRM 50
133. Nairobi Sarit Center 50
134. Nairobi Village Market 50
135. Nairobi Nairobi High court 50
136. Nairobi Garden Plaza 50
SUB TOTAL NAIROBI REGION BRANCHES
137. Great Rift Lokichoggio 50
138. Great Rift Bomet 50
139. Great Rift Eldama Ravine 50
140. Great Rift Eldoret Main 50
141. Great Rift Eldoret West 50
142. Great Rift Flamingo 60
143. Great Rift Menengai 60
144. Great Rift Gilgil 50
145. Great Rift Iten 50
146. Great Rift Kabarnet 50
147. Great Rift Kapenguria 50
148. Great Rift Kapsabet 50
149. Great Rift Kapsowar 50
150. Great Rift Kericho 60
151. Great Rift Kitale 50
152. Great Rift Litein 50
153. Great Rift Londiani 50
154. Great Rift Maralal 50
155. Great Rift Marigat 50
156. Great Rift Nakuru 50
34
157. Great Rift Moi’s Bridge 50
158. Great Rift Nandi Hills 50
159. Great Rift Narok 50
160. Great Rift Njoro 50
161. Great Rift Nyahururu 50
162. Great Rift OlKalou 50
163. Great Rift Sotik 50
164. Great Rift Egerton University 60
165. Great Rift Naivasha 60
166. Great Rift Lodwar 50
167. Great Rift Kabartonjo 50
168. Great Rift MTRH 50
SUB TOTAL GREAT RIFT REGION BRANCHES
OFFSITE ATM SITES
1. Central Meru Nakumatt 3
2. Central Sagana 3
3. Central Salama – Msa Road 3
4. Central KEMU - Meru 3
5. Central Nakumatt Nanyuki 3
6. Central Timau 3
7. Central Makongeni 3
8. Central Machakos Naivas 3
9. Central Runyenjes 3
10. Central Kiganjo 3
11. Central Siakago 3
12. Central Kigumo 3
35
13. Central Moi Airbase
Eastleigh
3
14. Central Uchumi Karatina 3
15. Central Advocate Plaza 3
SUB TOTAL CENTRAL REGION
16. Coast Savanis 3
17. Coast Savanis 3
18. Coast NyaliNakumatt 3
19. Coast Mwatate 3
20. Coast Bamburi 3
21. Coast Nyali Cinemax 3
22. Coast Makaburini 3
23. Coast Mikindani 3
24. Coast Pwani University 3
25. Coast NakumattDiani 3
26. Coast Bafagih - Voi 3
27. Coast Kingorani 3
28. Coast Bondeni 3
29. Coast Witu 3
30. Coast Shella Beach 3
SUB TOTAL COAST REGION
31. Great Rift Moi University 3
32. Great Rift Moi referral 3
33. Great Rift Baraton Univ. 3
34. Great Rift DelaMere 3
35. Great Rift Cray Fish 3
36
36. Great Rift Highway Plaza 3
37. Great Rift Kanu Street 3
38. Great Rift Siret 3
39. Great Rift Chemoni 3
40. Great Rift Kapsumbeiwa 3
41. Great Rift Karagita 3
42. Great Rift Kapchorua 3
43. Great Rift Tenwek 3
44. Great Rift Karen Roses 3
45. Great Rift Mumias Sugar 3
46. Great Rift Kibwari 3
SUB TOTAL GREAT RIFT REGION
47. Nairobi Lang’ata Road 3
48. Nairobi Capital Center 3
49. Nairobi Nakumatt Junction 3
50. Nairobi Embakasi 3
51. Nairobi Yaya Centre 3
52. Nairobi JKIA 3
53. Nairobi Westgate 3
54. Nairobi Donholm 3
55. Nairobi Masai Market 3
56. Nairobi Kobil River Road 3
57. Nairobi Mtindwa 3
58. Nairobi Kangemi 3
59. Nairobi Mlolongo 3
60. Nairobi Ruai 3
37
61. Nairobi Zimmerman 3
62. Nairobi Tassia 3
63. Nairobi Total Embakasi 3
64. Nairobi OilibyaLimuru Rd 3
65. Nairobi OilibyaWaiyaki Way 3
66. Nairobi Githurai 45 3
67. Nairobi USIU 3
68. Nairobi Ruaka 3
69. Nairobi Madaraka 3
70. Nairobi UoN Main 3
71. Nairobi Pangani 3
72. Nairobi KNH 3
73. Nairobi Kasarani 3
74. Nairobi Nairobi West 3
75. Nairobi Brackenhurst 3
76. Nairobi Belle Vue 3
77. Nairobi Shell Thika Road 3
78. Nairobi Highridge 3
79. Nairobi Oilibya Baba Dogo 3
80. Nairobi Ronald Ngara 3
81. Nairobi Galleria 3
82. Nairobi Kijabe 3
83. Nairobi Ngong Town 3
84. Nairobi Utawala 3
85. Nairobi Athi River 3
86. Nairobi Daystar 3
38
87. Nairobi UNEP 3
88. Nairobi Total Hurlingham 3
89. Nairobi Ngong Road 3
90. Nairobi Kayole 3
91. Nairobi Kitengela Naivas 3
92. Nairobi OilibyaWestlands 3
SUB TOTAL NAIROBI REGION
93. Western Mega city 3
94. Western Kisumu Airport 3
95. Western Maseno Univ. 3
96. Western Ogembo 3
97. Western Malava 3
98. Western MasindeMuliro 3
99. Western Suneka 3
100. Western Funyula 3
101. Western Nakumatt
Kakamega
3
102. Western Nakumatt Nyanza 3
103. Western Chwele 3
104. Western Cheptais 3
105. Western Awendo 3
106. Western NOC Kisumu 3
107. Western Yala 3
SUB TOTAL WESTERN REGION
39
FINANCIAL SUMMARY
SR. DESCRIPTION COST IN KES
1. SUBTOTAL HEAD OFFICE
2. SUBTOTAL CENTRAL REGION BRANCHES
3. SUBTOTAL EASTERN REGION BRANCHES
4. SUBTOTAL COAST REGION BRANCHES
5. SUBTOTAL WESTERN REGION BRANCHES
6. SUBTOTAL NAIROBI REGION BRANCHES
7. SUBTOTAL GREAT RIFT REGION BRANCHES
TOTAL FOR HEAD OFFICE & BRANCHES
8. SUBTOTAL CENTRAL REGION ATMs
9. SUBTOTAL COAST REGION ATMs
10. SUBTOTAL GREAT RIFT REGION ATMs
11. SUBTOTAL NAIROBI REGION ATMs
TOTAL FOR OFFISTE ATM SITES
GRAND TOTAL (carried to form of tender)
40
APPENDIX – F
PERFORMANCE SECURITY FORM
To: _____________________
WHEREAS................................................................... (Name of firm) hereinafter called
"The Vendor") has undertaken, in pursuance of Contract No................. dated ..........
2015 to supply/do...................................................................... (Description of Services)
(hereinafter called "the Contract")
AND WHEREAS it has been stipulated by you in the said Contract that The Vendor
shall furnish you with a Bank Guarantee by a scheduled commercial Bank for the
sum specified therein, as security for compliance with the Vendor’s performance
obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Vendor a Guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on
behalf of the Vendor, up to a total of.........................................................................
(Amount of the Guarantee in Words and Figures) and we undertake to pay you,
upon your first written demand declaring the Vendor to be in default under the
Contract and without cavil or argument, any sum or sums within the limit of
................................ (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...................
Signature and Seal of Guarantors (Vendor’s Bank)
....................................................................
Date...........................................................
Address:
....................................................................
....................................................................
....................................................................
....................................................................