54
KENY AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION (KALRO) Tender; KALRO/RFP/TRI/004/2014-15 For DESIGN, INSTALLATION, TRAINING AND COMMISSIONING OF LOCAL AREA NETWORK AT KALRO-TEA RESEARCH INSTITUTE, KERICHO & KANGAITA CENTER May 2015

KENY AGRICULTURAL AND LIVESTOCK … · KENY AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION (KALRO) ... P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0

  • Upload
    lekhanh

  • View
    214

  • Download
    0

Embed Size (px)

Citation preview

KENY AGRICULTURAL AND LIVESTOCK

RESEARCH ORGANIZATION (KALRO)

Tender; KALRO/RFP/TRI/004/2014-15

For DESIGN, INSTALLATION, TRAINING AND

COMMISSIONING OF LOCAL AREA NETWORK AT

KALRO-TEA RESEARCH INSTITUTE, KERICHO & KANGAITA CENTER

May 2015

2 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

TABLE OF CONTENTS

Page SECTION I. Letter of Invitation …………………………… 3 SECTION II. Information to consultants…………………… 5 Appendix to information to Consultants…… 15 SECTION III Technical Proposal ……………………………. 17 SECTION IV. Financial Proposal ………… …………………. 27 SECTION V Terms of Reference ………………………………… 30 SECTION VI. Standard Forms of Contract ……………………… 35 ANNEXES: Annex I. Large Assignments: Lump-Sum Payments ……… 39

3 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

SECTION I - LETTER OF INVITATION TO: Date _______________________ _______________________ ________________________ Dear Sir/Madam, RE: Request for Proposal for Design, Installation, Training and commissioning of Lo-cal Area Network at KALRO- Tea Research Institute, Kericho and Kangaita Center 1.1 The Kenya Agriculture & Livestock Research Organization (KALRO) hereby invites pro-

posals for designing, installing, training and commissioning of Local Area Net-work at KALRO, Tea Research Institute.

1.2 Interested eligible candidates may obtain further information from and inspect the tender documents at the office of the Ag Supply Chain Manager, KALRO Headquarters, Kaptagat Road, off Waiyaki Way, Loresho, and P.O. Box 57811-00200, Nairobi during normal working hours.

1.3 A complete RFP document may be obtained by interested candidates upon payment of a non- refundable fee of KES.1000.00 in cash or bankers cheque payable to the Director General KALRO. The document can also be obtained free of charge by downloading from KALRO website www.kalro.org or from Treasury website [email protected]

Those who download the RFP document and intend to submit a bid are required to submit their partic-ulars to the Ag Supply Chain Manager’s Office for records and for the purpose of receiving any further tender clarifications and/or addendums. 1.4 Prices quoted should be net inclusive of all taxes and delivery costs, must be expressed in Kenya shillings and shall remain valid for a period of 90 days from the closing date of the tender.

1.5 Proposals must be accompanied by a bid security/bid bond of 2% of the total bid price from a

reputable bank or Insurance firms approved by PPOA as specified in the tender document. Completed tender documents are to be enclosed in plain sealed envelopes, marked with the tender number and name and be deposited in the Tender Box situated at the entrance to the main building of KALRO Headquarters on Kaptagat Road, Off Waiyaki Way on or before June 8, 2015 at 10.00 a.m. Bulky documents that cannot go through the slot of the Tender box may be delivered to ground floor Room 151 on or before June 8, 2015 at 10.00 a.m. Late bids will be rejected.

4 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.6 Proposals will be opened immediately thereafter in the presence of the candidates representatives

who choose to attend at KALRO Headquarters, Boardroom on June 8, 2015 at 10.00 a.m. 1.7 The request for proposals (RFP) includes the following documents:

Section I - Letter of invitation Section II - Information to consultants Appendix to Consultants information Section III - Terms of Reference Section IV - Technical proposals Section V - Financial proposal Section VI - Standard Contract Form

Upon receipt, please confirm receipt of this letter and whether or not you will submit a proposal for the assignment Yours sincerely Stevens O Musewe For Director General, KALRO

5 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

SECTION II – INFORMATION TO CONSULTANTS (ITC) Table of Contents Page 2.1 Introduction 5 2.2 Clarification and amendment of RFP document 6 2.3 Preparation of Technical Proposal 6 2.4 Financial proposal 7 2.5 Submission, Receipt and opening of proposals 8 2.6 Proposal evaluation general 9 2.7 Evaluation of Technical proposal 9 2.8 Public opening and Evaluation of financial proposal 10 2.9 Negotiations 10 2.10 Award of Contract 12 2.11 Confidentiality 13 2.12 Corrupt or fraudulent practices 14

6 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

SECTION II: - INFORMATION TO CONSULTANTS (ITC) 2.1 Introduction 2.1.1 The Client will select a firm among those invited to submit a proposal, in accordance

with the method of selection detailed in the appendix. The method of selection shall be as indicated by the procuring entity in the Appendix.

2.1.2 The consultants are invited to submit a Technical Proposal and a Financial Proposal, or

a Technical Proposal only, as specified in the Appendix “ITC” for consulting services required for the assignment named in the said Appendix. A Technical Proposal only may be submitted in assignments where the Client intends to apply standard conditions of engagement and scales of fees for professional services which are regulated as is the case with Building and Civil Engineering Consulting services. In such a case the highest ranked firm of the technical proposal shall be invited to negotiate a contract on the basis of scale fees. The proposal will be the basis for Contract negotiations and ultimately for a signed Contract with the selected firm.

2.1.3 The consultants must familiarize themselves with local conditions and take them into

account in preparing their proposals. To obtain first hand information on the assign-ment and on the local conditions, consultants are encouraged to liaise with the Client regarding any information that they may require before submitting a proposal and to attend a pre-proposal conference where applicable. Consultants should contact the of-ficials named in the Appendix “ITC” to arrange for any visit or to obtain additional in-formation on the pre-proposal conference. Consultants should ensure that these offi-cials are advised of the visit in adequate time to allow them to make appropriate ar-rangements.

2.1.4 The Procuring entity will provide the inputs specified in the Appendix “ITC”, assist the

firm in obtaining licenses and permits needed to carry out the services and make avail-able relevant project data and reports.

2.1.5 Please note that (i) the costs of preparing the proposal and of negotiating the Contract,

including any visit to the Client are not reimbursable as a direct cost of the assignment; and (ii) the Client is not bound to accept any of the proposals submitted.

2.1.6 The procuring entity’s employees, committee members, board members and their rela-

tive (spouse and children) are not eligible to participate. 2.1.7 The price to be changed for the tender document shall not exceed Kshs.5,000/= 2.1.8 The procuring entity shall allow the tenderer to review the tender document free of

charge before purchase. 2.2 Clarification and Amendment of RFP Documents 2.2.1 Consultants may request a clarification of any of the RFP documents only up to seven

[7] days before the proposal submission date. Any request for clarification must be sent in writing by paper mail, cable, telex, facsimile or electronic mail to the Client’s address indicated in the Appendix “ITC”. The Client will respond by cable, telex, fac-simile or electronic mail to such requests and will send written copies of the response

7 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

(including an explanation of the query but without identifying the source of inquiry) to all invited consultants who intend to submit proposals.

2.2.2 At any time before the submission of proposals, the Client may for any reason, whether

at his own initiative or in response to a clarification requested by an invited firm, amend the RFP. Any amendment shall be issued in writing through addenda. Addenda shall be sent by mail, cable, telex or facsimile to all invited consultants and will be binding on them. The Client may at his discretion extend the deadline for the submission of proposals.

2.3 Preparation of Technical Proposal 2.3.1 The Consultants proposal shall be written in English language 2.3.2 In preparing the Technical Proposal, consultants are expected to examine the docu-

ments constituting this RFP in detail. Material deficiencies in providing the information requested may result in rejection of a proposal.

2.3.3 While preparing the Technical Proposal, consultants must give particular attention to

the following:

(i) If a firm considers that it does not have all the expertise for the assignment, it may obtain a full range of expertise by associating with individual consultant(s) and/or other firms or entities in a joint venture or sub-consultancy as appropri-ate. Consultants shall not associate with the other consultants invited for this assignment. Any firms associating in contravention of this requirement shall automatically be disqualified.

(ii) For assignments on a staff-time basis, the estimated number of professional staff-

time is given in the Appendix. The proposal shall however be based on the num-ber of professional staff-time estimated by the firm.

(iii) It is desirable that the majority of the key professional staff proposed be perma-

nent employees of the firm or has an extended and stable working relationship with it.

(iv) Proposed professional staff must as a minimum, have the experience indicated

in Appendix, preferably working under conditions similar to those prevailing in Kenya.

(v) Alternative professional staff shall not be proposed and only one Curriculum Vi-

tae (CV) may be submitted for each position. 2.3.4 The Technical Proposal shall provide the following information using the attached

Standard Forms;

(i) A brief description of the firm’s organization and an outline of recent experience on assignments of a similar nature. For each assignment the outline should indicate inter alia, the profiles of the staff proposed, duration of the assignment, contract amount and firm’s involvement.

8 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

(ii) Any comments or suggestions on the Terms of Reference, a list of services and

facilities to be provided by the Client.

(iii) A description of the methodology and work plan for performing the assignment.

(iv) The list of the proposed staff team by specialty, the tasks that would be assigned to each staff team member and their timing.

(v) CVs recently signed by the proposed professional staff and the authorized repre-

sentative submitting the proposal. Key information should include number of years working for the firm/entity and degree of responsibility held in various as-signments during the last ten (10) years.

(vi) Estimates of the total staff input (professional and support staff staff-time)

needed to carry out the assignment supported by bar chart diagrams showing the time proposed for each professional staff team member.

(vii) A detailed description of the proposed methodology, staffing and monitoring of

training, if Appendix “A” specifies training as a major component of the assign-ment.

(viii) Any additional information requested in Appendix “A”.

2.3.5 The Technical Proposal shall not include any financial information. 2.4 Preparation of Financial Proposal 2.4.1 In preparing the Financial Proposal, consultants are expected to take into account the

requirements and conditions outlined in the RFP documents. The Financial Proposal should follow Standard Forms (Section D). It lists all costs associated with the assign-ment including; (a) remuneration for staff (in the field and at headquarters), and; (b) reimbursable expenses such as subsistence (per diem, housing), transportation (inter-national and local, for mobilization and demobilization), services and equipment (vehi-cles, office equipment, furniture, and supplies), office rent, insurance, printing of doc-uments, surveys, and training, if it is a major component of the assignment. If appro-priate these costs should be broken down by activity.

2.4.2 The Financial Proposal should clearly identify as a separate amount, the local taxes,

duties, fees, levies and other charges imposed under the law on the consultants, the sub-consultants and their personnel, unless Appendix “A” specifies otherwise.

2.4.3 Consultants shall express the price of their services in Kenya Shillings. 2.4.4 Commissions and gratuities, if any, paid or to be paid by consultants and related to

the assignment will be listed in the Financial Proposal submission Form. 2.4.5 The Proposal must remain valid for 60 days after the submission date. During this

period, the consultant is expected to keep available, at his own cost, the professional

9 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

staff proposed for the assignment. The Client will make his best effort to complete ne-gotiations within this period. If the Client wishes to extend the validity period of the proposals, the consultants shall agree to the extension.

2.5 Submission, Receipt, and Opening of Proposals 2.5.1 The original proposal (Technical Proposal and, if required, Financial Proposal; see para.

1.2) shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors made by the firm itself. Any such corrections must be initialed by the persons or person authorized to sign the proposals.

2.5.2 For each proposal, the consultants shall prepare the number of copies indicated in Ap-

pendix “A”. Each Technical Proposal and Financial Proposal shall be marked “ORIGI-NAL” or “COPY” as appropriate. If there are any discrepancies between the original and the copies of the proposal, the original shall govern.

2.5.3 The original and all copies of the Technical Proposal shall be placed in a sealed envelope

clearly marked “TECHNICAL PROPOSAL,” and the original and all copies of the Finan-cial Proposal in a sealed envelope clearly marked “FINANCIAL PROPOSAL” and warn-ing: “DO NOT OPEN WITH THE TECHNICAL PROPOSAL”. Both envelopes shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and other information indicated in the Appendix “ITC” and clearly marked, “DO NOT OPEN, EXCEPT IN PRESENCE OF THE OPENING COMMITTEE.”

2.5.4 The completed Technical and Financial Proposals must be delivered at the submission

address on or before the time and date stated in the Appendix “ITC”. Any proposal received after the closing time for submission of proposals shall be returned to the re-spective consultant unopened.

2.5.5 After the deadline for submission of proposals, the Technical Proposal shall be opened

immediately by the opening committee. The Financial Proposal shall remain sealed and deposited with a responsible officer of the client department up to the time for public opening of financial proposals.

2.6 Proposal Evaluation General 2.6.1 From the time the bids are opened to the time the Contract is awarded, if any consultant

wishes to contact the Client on any matter related to his proposal, he should do so in writing at the address indicated in the Appendix “ITC”. Any effort by the firm to influ-ence the Client in the proposal evaluation, proposal comparison or Contract award de-cisions may result in the rejection of the consultant’s proposal.

2.6.2 Evaluators of Technical Proposals shall have no access to the Financial Proposals until

the technical evaluation is concluded.

10 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

2.7 Evaluation of Technical Proposal 2.7.1 The evaluation committee appointed by the Client shall evaluate the proposals on the

basis of their responsiveness to the Terms of Reference, applying the evaluation criteria as follows

Points (i) Specific experience of the consultant

related to the assignment (10) (ii) Adequacy of the proposed work plan and

methodology in responding to the terms of reference (40)

(iii) Qualifications and competence of the key staff for the assignment (40)

(iv) Suitability to the transfer of Technology Program (Training) (10)

Total Points 100__

Each responsive proposal will be given a technical score (St). A pro-posal shall be rejected at this stage if it does not respond to im-portant aspects of the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Appendix “ITC”.

2.8 Public Opening and Evaluation of Financial Proposal

2.8.1 After Technical Proposal evaluation, the Client shall notify those consultants whose pro-

posals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and Terms of Reference, indicating that their Financial Proposals will be returned after completing the selection process. The Client shall simultaneously notify the consultants who have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals and stating that the opening ceremony is open to those consultants who choose to attend. The opening date shall not be sooner than seven (7) days after the notification date. The notification may be sent by registered letter, cable, telex, facsimile or electronic mail.

2.8.2 The Financial Proposals shall be opened publicly in the presence of the consultants’

representatives who choose to attend. The name of the consultant, the technical. Scores and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The Client shall prepare minutes of the public opening.

2.8.3 The evaluation committee will determine whether the financial proposals are complete

(i.e. whether the consultant has costed all the items of the corresponding Technical Proposal and correct any computational errors. The cost of any unpriced items shall be assumed to be included in other costs in the proposal. In all cases, the total price of the Financial Proposal as submitted shall prevail.

2.8.4 While comparing proposal prices between local and foreign firms participating in a se-

lection process in financial evaluation of Proposals, firms incorporated in Kenya where indigenous Kenyans own 51% or more of the share capital shall be allowed a 10% pref-

11 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

erential bias in proposal prices. However, there shall be no such preference in the tech-nical evaluation of the tenders. Proof of local incorporation and citizenship shall be required before the provisions of this sub-clause are applied. Details of such proof shall be attached by the Consultant in the financial proposal.

2.8.5 The formulae for determining the Financial Score (Sf) shall, unless an alternative for-

mulae is indicated in the Appendix “ITC”, be as follows:- Sf = 100 X FM/F where Sf is the financial score; Fm is the lowest priced financial proposal and F is the price of the proposal under consideration. Proposals will be ranked accord-ing to their combined technical (St) and financial (Sf) scores using the weights (T=the weight given to the Technical Proposal: P = the weight given to the Financial Proposal; T + p = I) indicated in the Appendix. The combined technical and financial score, S, is calculated as follows:- S = St x T % + Sf x P %. The firm achieving the highest combined technical and financial score will be invited for negotiations.

2.8.6 The tender evaluation committee shall evaluate the tender within 30 days of from the date of opening the tender.

2.8.7 Contract price variations shall not be allowed for contracts not exceeding one year (12

months). 2.8.8 Where contract price variation is allowed, the variation shall not exceed 10% of the orig-

inal contract price 2.8.9 Price variation requests shall be processed by the procuring entity within 30 days of

receiving the request. 2.9 Negotiations 2.9.1 Negotiations will be held at the same address as “address to send information to the

Client” indicated in the Appendix “ITC”. The aim is to reach agreement on all points and sign a contract.

2.9.2 Negotiations will include a discussion of the Technical Proposal, the proposed method-

ology (work plan), staffing and any suggestions made by the firm to improve the Terms of Reference. The Client and firm will then work out final Terms of Reference, staffing and bar charts indicating activities, staff periods in the field and in the head office, staff-months, logistics and reporting. The agreed work plan and final Terms of Reference will then be incorporated in the “Description of Services” and form part of the Contract. Special attention will be paid to getting the most the firm can offer within the available budget and to clearly defining the inputs required from the Client to ensure satisfactory implementation of the assignment.

2.9.3 Unless there are exceptional reasons, the financial negotiations will not involve the re-

muneration rates for staff (no breakdown of fees). 2.9.4 Having selected the firm on the basis of, among other things, an evaluation of proposed

key professional staff, the Client expects to negotiate a contract on the basis of the ex-perts named in the proposal. Before contract negotiations, the Client will require as-surances that the experts will be actually available. The Client will not consider substi-tutions during contract negotiations unless both parties agree that undue delay in the

12 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

selection process makes such substitution unavoidable or that such changes are critical to meet the objectives of the assignment. If this is not the case and if it is established that key staff were offered in the proposal without confirming their availability, the firm may be disqualified.

2.9.5 The negotiations will conclude with a review of the draft form of the Contract. To com-

plete negotiations the Client and the selected firm will initial the agreed Contract. If negotiations fail, the Client will invite the firm whose proposal received the second high-est score to negotiate a contract.

2.9.6 The procuring entity shall appoint a team for the purpose of the negotiations. 2.10 Award of Contract 2.10.1The Contract will be awarded following negotiations. After negotiations are completed,

the Client will promptly notify other consultants on the shortlist that they were unsuc-cessful and return the Financial Proposals of those consultants who did not pass the technical evaluation.

2.10.2The selected firm is expected to commence the assignment on the date and at the

location specified in Appendix “A”. 2.10.3 The parties to the contract shall have it signed within 30 days from the date of notifica-

tion of contract award unless there is an administrative review request. 2.10.4 The procuring entity may at any time terminate procurement proceedings before con-

tract award and shall not be liable to any person for the termination. 2.10.5 The procuring entity shall give prompt notice of the termination to the tenderers and

on request give its reasons for termination within 14 days of receiving the request from any tenderer.

2.10.6 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.

2.11 Confidentiality 2.11.1Information relating to evaluation of proposals and recommendations concerning

awards shall not be disclosed to the consultants who submitted the proposals or to other persons not officially concerned with the process, until the winning firm has been notified that it has been awarded the Contract.

13 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

2.12 Corrupt or fraudulent practices

2.12.1The procuring entity requires that the consultants observe the highest standards of eth-ics during the selection and award of the consultancy contract and also during the per-formance of the assignment. The tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices.

2.12.2 The procuring entity will reject a proposal for award if it determines that the consultant

recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

2.12.3 Further a consultant who is found to have indulged in corrupt or fraudulent practices

risks being debarred from participating in public procurement in Kenya.

14 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

Appendix to information to consultants

1 Name of the Client: KALRO-TEA RESEARCH INSTITUTE, KERICHO

Method of selection: Quality and Cost Based Selection

2 Financial Proposal to be submitted together with Technical Proposal: Yes Name of the assignment is: Design, Installation, Training, Commissioning of Local

Area Network at KALRO- Tea Research Institute, Kericho and Kangaita Center

3 The Client’s representative is: Victor Langat or Stevens O Musewe ICT Officer Manager Ag Supply Chain Manager Cell;0721313556 0722293365

Kenya Agriculture & Livestock Research Organization (KALRO) P O Box 57811-00200

Nairobi E-mail:[email protected]

4 The Client will provide the following inputs and facilities: Provide, to the consultant, any assistance that may be required during the

course of execution of the contract. Nominate Liaison Officer (s) and counterpart staff who will work closely

and maintain regular contact with the consultant on matters regard-ing this consultancy

5 Proposals must remain valid 90 days after the submission date; Yes

6 Attach mandatory requirement; Yes ü Copy of registration Certificate ü Copy of PIN registration certificate ü Copy of VAT registration certificate ü Copy of valid Tax Compliance Certificate from KRA ü At least three referees for whom you have successfully undertaken similar as-

signment ü Manufacturer authorization for the equipment ü Warranty statement for the works and products ü Communication Commission of Kenya license ü Last three (3) years audited accounts 2011-2013

7 Technical Evaluation Point

15 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

ü Specific experience of the consultant related to the assignment (Network De-sign) 30

ü Project Plan & Methodology of implementation 30 ü Experience & past performance on similar project 25 ü Qualification & experience of key technical staff 15

Total 100 Documentary evidence of the above is required and Minimum points to qualify for the financial stage of evaluation shall be 75%. Proof of site visit will be con-sidered.

8 Clarifications may be requested not later than seven (7) days before the submission date. The address for requesting clarifications is:

Director General Kenya Agriculture & Livestock Research Organization

P O Box 57811-00200 Nairobi

Attention; Ag Supply Chain Manager E-mail:[email protected]

9

Proposals shall be submitted in the following language: English

10 The consultant must clearly mark the outer envelope with the Request For Proposal name and number

11 Evaluation shall be done on the basis of their responsiveness to the Terms of Refer-ence; Yes

12 Cost of Request for Proposal document is Ksh 1,000.00 per set or free of charge if downloaded from KALRO website www.kalro.org or from the Treasury portal [email protected]

13 Training is a specific component of this assignment; Yes

14 Amounts payable by the Client to the Consultant under the contract to be subject to local taxation: Yes

15 Consultant to state local cost in the national currency: Yes

16 Consultant must submit the original and one copy of the Technical Proposal, and the original of the Fi-nancial Proposal; Yes

17 10% Performance Bond, in form of Bank Guarantee shall be required upon signing of contract; Yes

18 Response to the Technical Requirements as stipulated in the document should be fully qualified and sup-ported by the relevant documentation from the manufacturer where applicable. Statements such a “com-plied” of “agreed” will not be acceptable.

16 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

19 The Proposal submission address is: Director General

Kenya Agriculture & Livestock Research Organization P O Box 57811-00200

Nairobi Attention; Ag Supply Chain Manager Proposals must be submitted not later than June 8, 2015 at 10am

17 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

SECTION III - TECHNICAL PROPOSAL

Table of Contents

Page 1. Technical proposal submission form 18

2. Firms references 19

3. Comments and suggestions of consultants on the

Terms of reference and on data, services and facilities to be provided by the procuring entity 20

4. Description of the methodology and work plan for performing the assignment 21

5. Team composition and Task assignments 22

6. Format of curriculum vitae (CV) for proposed Professional staff 23

7. Time schedule for professional personnel 25

8. Activity (work schedule) 26

18 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1. TECHNICAL PROPOSAL SUBMISSION FORM

[_______________ Date]

To:______________________[Name and address of Client) Ladies/Gentlemen: We, the undersigned, offer to provide the consulting services for __________________ _______________________________[Title of consulting services] in accordance with your Request for Proposal dated ______________________[Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, [and a Financial Proposal sealed under a separate envelope-where applicable]. We understand you are not bound to accept any Proposal that you receive. We remain, Yours sincerely, _______________________________[Authorized Signature]: ________________________________[Name and Title of Signatory] : _________________________________[Name of Firm] : _________________________________[Address:]

19 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

2. FIRM’S REFERENCES

Three (3) Relevant Services Carried Out in the Last Five Years That Best Illustrate Qualifications

Using the format below, provide information on each assignment for which your firm either individually, as a corporate entity or in association, was legally contracted. Assignment Name: Country Location within Country: Professional Staff provided by Your Firm/Entity(profiles): Name of Client: Clients contact person for the assignment. Address: No of Staff-Months; Duration of Assignment: Start Date (Month/Year): Completion Date Approx. Value of Services (Kshs) (Month/Year): Name of Associated Consultants. If any: No of Months of Professional Staff provided by Associated Consultants: Name of Senior Staff (Project Manager, Team Leader) Involved and Functions Performed: Narrative Description of project: Description of Actual Services Provided by Your Staff:

Firm’s Name: ___________________________________ Name and title of signatory; ________________________

20 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

3. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFER-ENCE AND ON DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT. On the Terms of Reference: 1. 2. 3. 4. 5. On the data, services and facilities to be provided by the Client: 1. 2. 3. 4. 5.

21 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT

22 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

5. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical/Managerial Staff

Name Position Task

2. Support Staff

Name Position Task

23 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

6. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

Proposed Position: _____________________________________________________________ Name of Firm: _________________________________________________________________ Name of Staff: __________________________________________________________________ Profession: _____________________________________________________________________ Date of Birth: __________________________________________________________________ Years with Firm: ___________________________ Nationality: ______________________ Membership in Professional Societies: __________________________________________ Detailed Tasks Assigned: _______________________________________________________ Key Qualifications: Education: Employment Record:

24 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

Certification: I, the undersigned, certify that these data correctly describe me, my qualifications, and my experience. _________________________________________________________ Date: ________________ [Signature of staff member] ___________________________________________________________________ Date; ______________ [Signature of authorized representative of the firm] Full name of staff member: _____________________________________________________ Full name of authorized representative: _________________________________________

25 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

7. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Weeks (in the Form of a Bar Chart) Name Position Reports

Due/ Activi-ties

1

2

3

4

5

6

7

8

9

10

11

12

Number of weeks

Reports Due: _________ Activities Duration: _________ Signature: ________________________ (Authorized representative) Full Name: ________________________ Title: ______________________________

Address: ___________________________

26 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

8. ACTIVITY (WORK) SCHEDULE

(a). Field Investigation and Study Items [1st, 2nd, etc, are weeks from the start of assignment) 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th Activity (Work)

(b). Completion and Submission of Reports

Content Period in Week

date

Commissioning 12th week

27 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

SECTION IV - FINANCIAL PROPOSAL STANDARD FORMS

Table of Contents

Page

1. Financial proposal submission Form 28

2. Summary of costs 29

28 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1. FINANCIAL PROPOSAL SUBMISSION FORM

________________[ Date]

To: Director General Kenya Agriculture & Livestock Research Organization P O Box 57811 – 00200 NAIROBI Ladies/Gentlemen: We, the undersigned, offer to provide the consulting services for (____________) [Title of con-sulting services] in accordance with your Request for Proposal dated (__________________) [Date] and our Proposal. Our attached Financial Proposal is for the sum of (_________________________________________________________________) [Amount in words and figures] inclusive of the taxes. We remain,

Yours sincerely,

_____________________________[Authorized Signature] :

_____________________ [Name and Title of Signatory]:

_______________________ [Name of Firm] ______________________ [Address]

29 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

2. SUMMARY OF COSTS

Costs Currency(ies) Amount(s) Subtotal Taxes Total Amount of Financial Proposal

__________________

30 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

SECTION V; Technical Requirements

A. BACKGROUND 0.1 The Purchaser

KALRO is a premier national institution bringing together research programmes in food crops, horticultural and industrial crops, livestock and range management, land and water management, and socio-economics.

0.2 Business Objectives of the Purchaser Our Mission is to contribute to increased productivity, commercialization and competitiveness of the agricultural sector through generation and promotion of knowledge, information and technologies that respond to clients’ demands and opportunities

Acronyms Used in These Technical Requirements 0.3.1

Term Explanation

Bps bits per second

Dpi dots per inch

Ethernet IEEE 802.3 Standard LAN protocol

GB gigabyte

kVA Kilovolt ampere

LAN Local area network

MB megabyte

NIC Network interface card

WLAN Wireless LAN

31 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

B. BUSINESS FUNCTION AND PERFORMANCE REQUIREMENTS 1.1 Business Requirements to Be Met by the System 1.1 General

1.1.1 This Invitation to tender is for the supply, design, installation training and commissioning of Cate-gory 6e structured cabling network in at Tea Research Institute –Kericho and Kangaita Centre as indicated in the accompanying BOQs.

1.1.2 The purpose of this Tender is to provide a functional specification for a comprehensive technol-ogy network system including required network cabling and components and required network devices. The purpose of this also is to provide adequate details and criteria for the design of this technology network system to provide the Institute with a complete integrated networking infra-structure.

1.1.3 The cabling will provide facility for connecting a wide variety of heterogeneous devices which may include but not limited to computers, network management devices audio/video communication devices, security and access control systems. It is required that the cabling system be based on open architecture that will provide multiple compatibility, interoperability, scalability and efficient adaptability to changes in physical layouts and relocations.

1.1.4 All components necessary to complete the installation, testing and commissioning of the inte-grated local area networking infrastructure will be supplied by the contractor.

1.1.5 The contractor shall be responsible for the installation of the technology network system

32 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.2 Related Information Technology Issues and Initiatives

C. TECHNICAL SPECIFICATIONS 1 GENERAL

1.1.1 These specifications describe the basic requirements for equipment. Tenderers are requested to submit with their offers the detailed specifications, drawings, catalogues, etc for the products they intend to supply.

1.1.2 Tenderers must indicate on the specifications sheets whether the equipment offered comply with each specific requirement.

1.1.3 All the dimensions 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 pro-curing entity reserves the right to reject the products, if such deviations shall be found critical to the use and operation of the products

1.2 OVERVIEW OF THE REQUIRED NETWORK

1.2.1 A structured cabling network is desired which support secure transactions, scalability, reliability and simple network management. The entire network will have a consistent architecture to reduce the total cost of network ownership for on-going support and maintenance, component and inter-face management, scalability, relocations, security, redundancy, and training. All the structured cabling sub system components for each solution must be from the same manufacturer.

1.2.2 The LAN will be linked to the Wide Area Network (WAN). Static and/or dynamic IP addressing and subnetting will be used to realize Virtual Local Area Networks (VLAN) within the LAN. All active components used in the network must be able to facilitate management of the network from a central as well as a remote location and must have integrated IOS software of the latest release installed. All active components used and their accessories for each solution must be from the same manufacturer.

1.2.3 The contractor must be certified to design and install the structured cabling system that they wish to deploy in the proposed solution and must provide documentary evidence of the same. Only structured cabling Certification from the Manufacturer will be considered. Any documents from third Parties will not be accepted.

1.2.4 All active devices must be from the same manufacturer and the contractor must provide a Manu-facturer Authorization of the active equipment in the format specified.

33 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.3 SCOPE OF THE STRUCTURED LAN INSTALLATION

1.3.1 For each Building block to be cabled, the installation will consist of a star topology horizontal UTP subsystem originating from switches and terminating at information points with RJ45 sockets. For each data point, a patch cord of appropriate length with RJ45 connectors at both ends will be required to connect the information point to the network interface adapter. Good cable management practice must be adhered to and proper color coding used for easy identification.

1.3.2 The Main Distribution Facility (MDF) will be located in the designated Server Room at the Tea Research Institute Head Office.

1.3.3 About 100 data points inclusive of the TRI dispensary, Tea Research Factory at the headquar-ters and 12 Data points at the Kangaita sub-station are anticipated.

1.3.4 The locations for the horizontal distribution cabinets for the rest of the buildings shall be deter-mined by the supplier after assessment of the network pathways.

1.3.5 A high-speed Fiber Optic backbone will be used to link all the equipment in each cabinet to the main distribution facility through available risers.

1.3.6 Where cables cannot be run in the building trunkings within the walls or floors, surface pathways using metal trunkings will be installed.

1.3.7 The Contractor will be responsible for the supply of all materials and components necessary to complete the installation of the structured cabling system.

1.3.8 The horizontal cabling will include outlets and consolidation or transition points, connectors, me-chanical terminations and patch cords that compose horizontal cross connect. The cables will be routed through the conduits and terminated on patch panels and at data outlets

1.3.9 The backbone cabling will be laid in metal trunking or as may be deemed appropriate by the supplier

1.3.10 Metal trunking used will have dimensions of at least 150 x 50mm

1.3.11 The contractor will be responsible for pulling, terminating and testing all circuits installed and each cable shall be assigned a unique cable number

1.4 INSTALLATION PRACTICE

1.4.1 General

1.4.1.1 The Contractor will be required to install cabling in accordance with International Structured Ca-bling System designs. Each subsystem will be implemented using Category 6 compliant compo-nents and be deployed according to ANSI/TIA/EIA-568-B and ISO/IEC 11801 standards.

1.4.1.2 All network components should be connected to the earth wire with the general specifications of this document, the local regulations in force and the manufacturer’s recommendations.

1.4.1.3 All routing layout for cable paths must consider the copper or optic cable minimum radius of curvature to be supported and the existing facilities, in order not to interfere with the access to maintenance activities.

34 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.4.1.4 All aspects of the cabling infrastructure should make provision for possible extensions.

1.4.1.5 All adapters must be compatible with the transmission capacities of the equipment to which they connect.

1.4.1.6 All cables and connectors must be labelled.

1.4.1.7 The contractor will be required to comply with the manufacturers recommended installation prac-tices

1.4.1.8 The contractor will be required not to interfere with existing infrastructure

1.4.2 Horizontal Cabling 1.4.2.1 The primary media for horizontal cabling will be 4-pair Unshielded Twisted Pair (UTP) which

must have a Low Smoke Zero Halogen Outer sheath

1.4.2.2 Unshielded Twisted Pair (UTP) Category 6A quality cable will be employed and must conform to ANSI/TIA/EIA-568-B.2-10 or ISO/IEC 11801:2002 standards.

1.4.2.3 The UTP cable must have a performance of 500Mhz 1.4.2.4 Each room to be networked shall have all plates installed and each outlet terminated with 8-

pin modular jacks (RJ-45).

1.4.2.5 Each designated network interface will have capacity to support 10G with a performance of 500 MHz.

1.4.2.6 Each cable will be required to move through the tie if firmly pulled.

1.4.2.7 Cables will not be crushed using cable ties.

1.4.2.8 Cable conduits must not be overfilled.

1.4.2.9 All cables must pass through trunking and should not be seen from the outside.

1.4.2.10 There shall be no splicing of any of the cables installed. Intermediate cross connects and tran-sition points are not allowed.

1.4.2.11 5 (Five) of the total number of user area patch chords per floor or zone (including server room) shall be at least 5m in length. The rest will be of at least 3m in length. In total 65pcs of 5m patch chords are expected.

1.4.2.12 All patch chords must have rubber boots on both ends

1.4.2.13 Data outlets shall be flash mounted on the trunking and well labelled.

1.4.2.14 The LAN must support voice ad should have outlet points where telephone handsets shall be connected

1.4.2.15 All user area path chords and administration area patch chords shall match the total number of data outlets

1.4.2.16 Each arrow in the layout diagram represents a face plate capable of accommodating two data outlet modules.

35 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.4.3 Backbone Cabling 1.4.3.1 The primary media for backbone cabling will be fiber optic and must support 10GE

1.4.3.2 Multimode fiber optic cable (50/125 micron) will be used.

1.4.3.3 The fiber optic cable shall have a minimum of 6 (six) strands.

1.4.3.4 All strands must be terminated at each end of the fiber cable whether used or not.

1.4.3.5 All optical fiber components and installation practices shall meet applicable building and safety codes, provide well organized installation with cable management in accordance with manufac-turer’s guidelines

1.4.3.6 Fiber optic cables running through risers must be protected by PVC conduits to protect them from interference by other contractors providing other services in future

1.4.4 Patch Panels 1.4.4.1 Patch panels must be equipped with RJ45 contacts of Category 6 sockets with a capacity of 24

or 48 RJ45 ports.

1.4.4.2 All patch panels, including fiber optic patch panels must be rack mounted

1.4.4.3 All panels and racks must be earthed to provide electrical safety for users and screening to pre-vent electromagnetic radiation.

1.4.4.4 Fiber optic patch panels are to be configured to the amount of strands terminated at each location.

1.4.4.5 Fiber Optic patching should be done from the cabinet housing optic boxes/panels as well as the optic electronic equipment.

1.4.4.6 Except for the patch cords used to connect NICs to the RJ45 sockets, all patch cords must be labeled at each extremity with soft PVC support and indelible marking (stamping or similar method). For all other components, the label type should be of stiff plastic PVC type.

1.4.5 Network Control Equipment

1.4.5.1 The contractor will be responsible for mounting of all active devices which must be rack mounted. All ports must support Power over Ethernet.

1.4.5.2 Active devices used at the LAN edge will support auto-sensing 10/100 Mbps and for backbone cabling 1000Mbps

1.4.5.3 Active devices used at the LAN edge must have a switching capacity of at least 16Gbps

1.4.5.4 Where more than one LAN edge active device is required in one cabinet, they must be linked together using 1Gpbs uplinks.

1.4.6 Equipment Cabinets 1.4.6.1 The cabinets on all the building blocks must be at least 9U (Accounts Office Block, Crop Environ-

ment Department Block, Estate Office Block, Procurement/Stores/SACCO Office Block, Library etc. and at the MDF in server room should be able to accommodate server Dell Poweredge T710 Server (Tower-Approx. 694.8mm by 471.3mm) – 42U and blade servers.

36 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.4.6.2 All cabinets for active devices must have forced cooling.

1.4.6.3 The exact placing of the cabinets should be defined at the start of the works.

1.4.6.4 Equipment cabinets must provide enough space to accommodate the cabling, cabling manage-ment, equipment racks, panels and network control devices as required and the locations should provide for convenient access to operational personnel.

1.4.6.5 Cabinets should have at least 4U space free to accommodate additional components later.

1.4.6.6 The 42 HU cabinets must be at least 600mm wide by 600mm deep

1.4.6.7 It is the responsibility of the contractor to ensure that the cabinets are powered from the nearest source of power.

1.4.7 Uninterruptible Power Supply Units (UPS) 1.4.7.1 Line interactive UPSs will be installed in all cabinets to support the active devices installed in

them 1.4.7.2 The cabinets will each have 1500UPS VA. 1.4.7.3 The MDF will have 1 x 1.5 VA UPS installed. 1.4.7.4 All UPSs must be rack mounted.

1.4.8 Wireless LAN Installation 1.4.9 A wireless network accessible within the TRI Headquarters Offices, Library Block, Finance, Pro-

curement block, Estate Block, Dispensary, Tea Research factory, The Training Centre and by staff in their Houses. In Kangaita sub-station, it should be accessible at the Guest House (Refer to the proposed network layout For Kangaita Centre).

1.4.10 The wireless access points must meet IEEE 802.11 a/b/g specifications

1.4.11 The wireless LAN access controller will be set up to allow centralized management of the wireless access points.

1.4.12 Outdoor Excavation Works 1.4.12.1 The contractor is to install heavy gauge PVC conduits of at least 50mm diameter along the back-

bone links between the buildings in which the fiber optic cables will run.

1.4.12.2 The contractor shall dig deep trenches enough to allow for 500mm of fill, as measured from the top of the installed PVC conduits.

1.4.12.3 Cement bricks must be placed above the PVC trunking to protect them against any future exca-vations.

1.4.12.4 The contractor must take all reasonable care not to damage existing conduits, irrigation pipes, sprinkler heads or other underground services managed by the client.

1.4.12.5 The contractor shall partly backfill each trench to 150mm after the conduit has been installed. The fill is to be compacted and covered with 100mm of matching topsoil.

1.4.12.6 All unused backfill is to be taken off site and all stones must be cleared from the site.

1.4.12.7 The contractor must make good any damage to paths, roads, lawns and gardens

1.4.12.8 Water tight hand holes must be constructed at intervals of 30m along fiber optic cable paths

37 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.4.13 Completion Commissioning and Training

1.4.13.1 Upon completion of the installation, all cabling links must be tested for the following parameters, using Level Three testers:-

a) Category 6e Cable Tests

1. Wire Map

2. Length

3. Insertion Loss (Attenuation)

4. NEXT Loss

5. PSNEXT Loss

6. ELFEXT Loss, pair-to-pair

7. PSELFEXT Loss

8. Return Loss

9. ACR (Attenuation to crosstalk ratio)

10. PSACR

11. Propagation Delay

12. Delay Skew

b) Fiber Optic Cable Tests

1. Link attenuation (insertion loss)

2. Length

1.4.13.2 Any failing link must be diagnosed and corrected. The corrective action shall be followed with a new test to prove that the corrected link meets the performance requirements.

1.4.13.3 The results should be recorded in one or several measure books showing test results of the cable components. In addition, the measurements must be recorded on two soft copies (CD-ROM).

1.4.13.4 All components must be tested and a Completion Certificate issued stating the following:

a. Number of outlets

b. Type of cable

c. Date completed

d. Type of Warranty

38 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

1.4.13.5 In addition, an "as-built" package must be submitted with the following information

a. Updated floor plans

b. Wire/cable routing schematic

c. Facility assignment records

d. Horizontal cable test results

e. Fiber Backbone test results

1.4.14 Documentation

1.4.14.1 The contractor shall avail documentation (2 copies) detailing the layout and devices or compo-nents of the system and must include all information for maintenance technicians to run, service, extend or maintain the network. In particular, the documentation must be structured and contain the following:

a. Synopsis of the cabling (primary and secondary)

b. Charts of the distribution highlighting the details of the elements that have been installed

c. Detailed map of socket layout (2 Soft copies on CD-ROM should be availed)

d. Reports on measurements (2 Soft copies on CD-ROM should be availed)

1.4.14.2 The CD-ROMs provided shall include the software tools required to view, inspect and print any selection of test reports.

1.4.15 Schedule of works

1.4.15.1 It is expected that the Supply, Installation, Testing, Training (On Network Management and monitoring) and Commissioning of the network will be completed no later than sixty days following the signing of the Contract.

1.4.15.2 Contractors are required to submit a phased schedule of works to enable critical activities to proceed with minimal interruptions. The Contractor is expected to adhere to this schedule or within variations as may be agreed with the Institute and which must ensure continuity of critical operations.

1.4.15.3 The Contractor must guarantee completion of the Installation and Commissioning within the specified schedule. If the Contractor fails to complete the installation and commissioning within the specified schedule, the Contractor may be required to pay liquidation damages.

1.4.16 Warranty and Support

1.4.16.1 The Contractor will be required to give a per link warranty of at least fifteen (15) years for the structured cabling infrastructure and must provide a site certification certificate from the man-ufacturer of the cabling infrastructure not more than 30 days after completion of tests.

1.4.16.2 In the event of failure of the aggregation switch, the contractor will be required to deliver any necessary parts by the next business day after determining that parts replacement is required, during the standard work week (8 hours a day, 5 days a week). This support will be carried out

39 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

by a field engineer and will run for a period of one year from the date of commissioning of the LAN. Contractors must cost for these services.

1.4.16.3 The contractor will be required to provide a three year warranty on the aggregation switch.

1.4.16.4 The Suppliers/Installer will be required to provide a three year warranty on the aggregation and LAN Edge switches in form of Smartnet Services.

1.4.16.5 The Contractor shall warrant that all the network installation and equipment is free from defect and that the Contractor shall take immediate action during the warranty period.

1.4.17 Acceptance

1.4.17.1 The acceptance by the Institute will be based on visual inspection during works (cable route layout, connections to the connecting hardware, etc) and technical tests following complete con-tractor’s tests. Acceptance will only be sanctioned when all technical tests and visual controls have certified that the works are in strict compliance with the terms of the contract.

1.5 BILLS OF MATERIALS

1.5.1 This section provides the minimum Bills of Materials that are anticipated for the Institute and each building block.

1.5.2 Additional materials required to successfully commission the project must be included.

40 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

TRI HEADQUARTERS – KERICHO Below is a list of the minimum Bills of Materials that are anticipated ITEM DESCRIPTION QTY Internal Horizontal Cabling 1 Cat 6A Data Outlets-Siemon Single RJ-45 faceplate 115 2 Siemon Cat 6A Patch panel 24 Port 5 3 Siemon 6A Cat 6A Patch panel 48 Port 1 4 Cord Organisers 1U 10 5 UTP Categor 6A (250Mhz) 5,490 6 Accessories (screws, label ties, catridges etc.) 1 7 Patch Cables-Hub to Patch panel-1mts Factory made-

with boots 115

8 Patch Cables-Work area 3mts Factory made-with boots

85

9 Patch Cables-Works area 5mts Factory made-with boots

30

10 Equipment Cabinet-12U wall mounting (for hub, patch panel)

6

11 Equipment Cabinet 42U floor standing (for hub, patch panel)

1

Sub-total – Horizontal cabling Labour charges – Internal Block Cabling 12 UTP Cable Installation per metre 5,490 13 Termination, testing and labelling per point 115 14 Cabinet Organisation per cabinet 7 15 Network layout Documentation per block 3 Sub-total – Labour Horizontal Active Components 16 Catalyst 2960 24 10/100 PoE + 2 T/SFP LAN Lite

Image 5

17 Catalyst 2960-XR 48 GigE PoE 370W, 2 x 10G SFP+, IP Lite. 10GBASE-SR SFP Module (SFP-10G-SR=) SC CORE 8X5XNBD Catalyst 2960-XR 24 (3 Years Smartnet Services)

1

18 Catalyst WS-C3850-12S-E 12 Port GE SFP IP Base- Aggregation Switch with 3 Year Smartnet Services and Redundant Power Supply

1

19 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM

10

20 Wireless LAN Controller for upto 25 Aps 1 21 Wireless LAN Controller for upto 5 Aps 1 22 802.11N Outdoor Mesh Access Point, Ext. Ant. 13 23 Battery Backup Mesh Access Point 13

41 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

24 2.4 GHz 4dBi/5 GHz 7dBi Dual Band Omni Antenna, N connector

39

25 802.11a/g/n Ctrl-based Indoor Access Point w/CleanCisco, AIR; Int

6

26 1550 Series Pole-Mount Kit 13 27 1520 Series band installation Tool for the Pole Mount

Kit 13

28 1520 Series Power Injector 13 29 1500VA rack mount UPS 7 Sub-total – Active Devices Civil Works Materials 30 150mm X 50mm 2 compartment metal trunking, 8ft

length 248

31 100mm X 50mm 2 compartment metal trunking, 8ft length

32 Single mounting plates 230 33 Twin mounting plates Sub-total – Civil works materials 34 Single power sockets 115 35 2.5mm electrical wire L, N & E rolls 15 36 Consumer units, 6-way 1 37 Circuit breakers 6 Sub-total – Electrical materials Fiber Backbone materials 38 6-port fiber patch panel 3 39 18-port fiber patch panel 1 40 6-core Multimode fiber optic cable 50/125 micron 690 41 Multimode fiber patch cord SC-LC 6 42 Duplex SC Multimode connectors 18 Sub-total Backbone materials Civil Works & Labour 43 Metal trunking installation per metre 600 44 Trenching works, manholes & 50mm HG PVC conduits 1 45 Fiber cable pulling 690 46 Fiber termination and testing 36 47 Electrical Wiring 113 48 Installation and Configuration of Wireless LAN 1 49 Shipping materials to site 1 50 Transport and Accommodation expenses 1 51 Cyberoam CR35ia Network Access Security Appliance 1 Sub-total Civil Works and Labour Project Total

42 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

2.5.2 The above acts as a guide only. Additional materials required or improvement of the above to successfully commission the project must be included, the bill of materials NOT itemized is for the prospective supplier/Installer to determine.

2.5.3 The final bills of materials must be presented in addition to the above. 2.5.4 The supplier/ Installer shall also cost the laying of backup power cables originating

from the along the trunking and their outlets/sockets to back up power cabling be laid along the trunking and power outlets/ sockets flash mounted on the metal trunking.

43 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

Appendix I Proposed TRI Head Office Network Layout

44 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

Proposed TRI Dispensary Network L Proposed TRI Dispensary Network layout

45 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

Proposed TRI Kangaita Centre Network Layout

46 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

Tea Research Factory Offices

Voice and data Connections

NB: The distance between Head Office location and the factory offices is approx.. 400m.

47 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

SECTION VIII - STANDARD FORMS 8.1 FORM OF TENDER Date

Tender No. To: [name and address of procuring entity] Gentlemen and/or Ladies: 1. Having examined the tender documents including Addenda Nos. ………………………………. [insert numbers].the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply deliver, install and commission ( …………………………………………… (insert equipment description) in conformity with the said ten-der documents for the sum of …………………………………………………………. (total tender amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Tender. 2. We undertake, if our Tender is accepted, to deliver install and commission the equipment in accordance with the delivery schedule specified in the Schedule of Requirements. 3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of equivalent to percent of the Contract Price for the due performance of the Contract , in the form pre-scribed by ………………. ……………….( Procuring entity). 4. We agree to abid by this Tender for a period of …… [number] days from the date fixed for tender opening of the Instructions to tenderers, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. 5. This Tender, together with your written acceptance thereof and your notification of award, shall constitute a Contract, between us. Subject to signing of the Contract by the parties.

1. We understand that you are not bound to accept the lowest or any tender you may receive. Dated this day of 20 [signature] [in the capacity of] Duly authorized to sign tender for an on behalf of

48 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

8.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM You are requested to give the particulars indicated in Part 1 and either Part 2(a), 2(b) or 2 (c ) whichever applied to your type of business You are advised that it is a serious offence to give false information on this form

Part 1 – General: Business Name …………………………………………………………………………………………………….. Location of business premises. …………………………………………………………………………………….. Plot No………………………………………………… Street/Road ……………………………………………….. Postal Address ……………………Tel No. …………………. Fax ………………. E mail ……………. Nature of Business ,……………………………………………………………………………………………….. Registration Certificate No. ……………………………………………………………………………………… Maximum value of business which you can handle at any one time – Kshs. …………………………… Name of your bankers ………………………………………Branch……………………………………

Part 2 (a) – Sole Proprietor Your name in full …………………………………………………….. Age ……………………….. Nationality ………………………………… Country of origin …………………………………….

• Citizenship details ……………………………………………………………………………

Part 2 (b) Partnership

Given details of partners as follows: Name Nationality Citizenship Details Shares 8.3 ………………………………………………………………………………………………………. 8.4 ……………………………………………………………………………………………………… 8.5 …………………………………………………………………………………………………….. 8.6 …………………………………………………………………………………………………….

Part 2 (c ) – Registered Company

Private or Public ………………………………………………………………………………………………………. State the nominal and issued capital of company- Nominal Kshs. ……………………………… Issued Kshs. ………………………………… Given details of all directors as follows

49 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

Name Nationality Citizenship Details Shares 1…………………………………………………………………………………………………… 2. …………………………………………………………………………………………………… 3. …………………………………………………………………………………………………… 4. …………………………………………………………………………………………………… 5 ………………………………………………………………………………………………………

Date ………………………………………… Signature of Candidate ………………………………..

• If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or registration.

50 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

8.3 TENDER SECURITY FORM Whereas ……………………………………………. [name of the tenderer] (hereinafter called “the tenderer”) has submitted its tender dated …………. [date of submission of tender] for the supply, installation and commissioning of ………………………………[name and/or description of the equipment] (hereinafter called “the Tender”) …………………………………………….. KNOW ALL PEOPLE by these presents that WE ……………………… ……………… of …………………………………………. having our registered office at ………………… (hereinafter called “the Bank”), are bound unto …………….. [name of Procuring entity} (hereinafter called “the Procuring entity”) in the sum of ………………………………….. for which payment well and truly to be made to the said Procuring en-tity, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this day of 20 . THE CONDITIONS of this obligation are:- 1. If the tenderer withdraws its Tender during the period of tender validity specified by the tenderer

on the Tender Form; or 2. If the tenderer, having been notified of the acceptance of its Tender by the Procuring entity during

the period of tender validity: (a) fails or refuses to execute the Contract Form, if required; or (b) fails or refuses to furnish the performance security in accordance with the Instructions to ten-

derers; We undertake to pay to the Procuring entity up to the above amount upon receipt of its first written de-mand, without the Procuring entity having to substantiate its demand, provided that in its demand the Procuring entity will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This tender guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and any demand in respect thereof should reach the Bank not later than the above date. [signature of the bank] (Amend accordingly if provided by Insurance Company)

51 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

8.5 CONTRACT FORM THIS AGREEMENT made the day of 20 between ……………… [name of Procurement entity) of ……….. [country of Procurement entity] (hereinafter called “the Procuring entity) of the one part and …………………….. [name of tenderer] of ………….. [city and country of tenderer] (hereinafter called “the tenderer”) of the other part; WHEREAS the Procuring entity invited tenders for certain goods ] and has accepted a tender by the ten-derer for the supply of those goods in the sum of …………………………… [contract price in words and figures] (hereinafter called “the Contract Price). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively as-signed 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 Agree-ment viz: (a) the Tender Form and the Price Schedule submitted by the tenderer (b) the Schedule of Requirements (c ) the Technical Specifications (d) the General Conditions of Contract (e) the Special Conditions of contract; and (f) the Procuring entity’s Notification of Award 3. In consideration of the payments to be made by the Procuring entity to the tenderer as hereinafter mentioned, the tender hereby covenants with the Procuring entity to provide the goods and to remedy defects therein in conformity in all respects with the provisions of the Contract 4. The Procuring entity hereby covenants to pay the tenderer in consideration of the provisions of the goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the contract. IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, sealed, delivered by the (for the Procuring entity Signed, sealed, delivered by the (for the tenderer in the presence of (Amend accordingly if provided by Insurance Company)

52 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

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

53 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

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

54 | P a g e | K A L R O - T e a R e s e a r c h I n s t i t u t e I S O 9 0 0 1 : 2 0 0 8 C e r t i f i e d

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

person competent.