407
i REPUBLIC OF KENYA FINANCIAL REPORTING CENTRE UAP OLD MUTUAL TOWER PRIVATE BAG 00200, NAIROBI TEL: +254 0709858000 Email:[email protected] TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF A DISASTER RECOVERY CENTRE TENDER NO: FRC/T/DRC/003/2021-2022 CLOSING DATE: 31 st December, 2021

TENDER DOCUMENT FOR PROVISION OF DATA CENTRE …

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

i

REPUBLIC OF KENYA

FINANCIAL REPORTING CENTRE

UAP OLD MUTUAL TOWER PRIVATE BAG 00200, NAIROBI TEL: +254 0709858000 Email:[email protected]

TENDER DOCUMENT FOR

SUPPLY AND INSTALLATION OF A DISASTER

RECOVERY CENTRE

TENDER NO: FRC/T/DRC/003/2021-2022

CLOSING DATE: 31st December, 2021

ii

INVITATION TO TENDER (ITT)

PROCURING ENTITY: Financial Reporting Centre, Private Bag 00200

Nairobi

CONTRACT NAME AND DESCRIPTION: No: Tender Number:

FRC/T/DRC/003/2021-2022 FOR SUPPLY AND INSTALLATION OF

DISASTER RECOVERY DATA CENTRE

1. The Financial Reporting Centre invites sealed tenders for the Supply and Installation of A Disasater Recorvery Data Centre.

2. Tendering will be conducted under open competitive method through the National Open Tender using a standardized tender document. Tendering is open to all qualified and interested Tenderers.

3. Qualified and interested tenderers may obtain further information and inspect the tender documents during office hours at the Procurement Office, located on the 29th Floor, UAP Old Mutual Tower, Upper Hill Road, Nairobi during working hours.

4. A complete set of tender documents may be obtained from the following websites: www.frc.go.ke .Tender documents obtained electronically will be free of charge.

5. Tendered documents may be viewed and down loaded for free from the website www.frc.go.ke .Tenderers who download the tender document must forward their particulars immediately to [email protected] to facilitate any further clarification or addendum.

6. All Tenders must be accompanied by a Tender Security equivalent to 2% of the qouted sum from a reputable bank or an insurance company approved by PPRA

7. Completed tenders must be delivered to the address below on or before Friday,31st of December 2021 at 1100am. Electronic Tenders will not be permitted.

8. Tenders will be opened immediately thereafter on the deadline date and time specified above or any deadline date and time specified later. Tenders will be publicly opened in the presence of the Tenderers' designated representatives who choose to attend at the address below.

9. Late tenders will be rejected.

10. The addresses referred to above are:

A. Address for obtaining further information and for tender documents Financial Reporting Centre 29th Floor,UAP Old Mutual Tower, Upper Hill Road Private Bag,00200

Nairobi. Attn. Director General, Financial Reporting Centre, Private Bag 00200 Nairobi, Email Address procurement@ frc.go.ke

B. Address for Submission of Tenders. Director General Financial Reporting Centre Private Bag 00200 Nairobi. Physical Location: UAP Old Mutual Tower, 29th Floor, Nairobi

C. Address for Opening of Tenders. Financial Reporting Centre UAP Old Mutual Tower, Upper Hill Road, Nairobi 29th Floor Meeting Room. Director General Financial Reporting Centre

Dated: 30th November, 2021

iv

PART 1 - TENDERING PROCEDURES

1

SECTION I - INSTRUCTIONS TO TENDERERS (ITT)

Section I - Instructions to Tenderers

A. GENERAL

1. Scope of Tender

1.1 The Procuring Entity, as indicated in the TDS, issues this tendering document for the supply and installation of the Information System as specified in Section V, Procuring Entity's Requirements. The name, identification and number of lots (contracts) of this ITT are specified in the TDS.

2. Definitions

2.1 Unless otherwise stated, throughout this tendering document definitions and interpretations shall be as prescribed in the Section VI, General Conditions of Contract.

2.3 Throughout this tendering document: a) The term “in writing” means communicated in written form (e.g., by mail, e-mail, fax, including if

specified in the TDS, distributed or received through the electronic-procurement system used by the Procuring Entity) with proof of receipt;

b) If the context so requires, “singular” means “plural” and vice versa; and c) “Day” means calendar day, unless otherwise specified as “Business Day”. A Business Day is any day

that is an official working day of the Procuring Entity. It excludes the Procuring Entity's official public holidays.

d) “Information System” shall carry the same meaning as “Information Technology”.

3. Fraud and Corruption

3.1 The Procuring Entity requires compliance with the provisions of the Public Procurement and Asset Disposal Act, 2015, Section 62 “Declaration not to engage in corruption”. The tender submitted by a person shall include a declaration that the person shall not engage in any corrupt or fraudulent practice and a declaration that the person or his or her sub-contractors are not debarred from participating in public procurement proceedings.

3.2 The Procuring Entity requires compliance with the provisions of the Competition Act 2010, regarding collusive practices in contracting. Any tenderer found to have engaged in collusive conduct shall be disqualified and criminal and/ or civil sanctions may be imposed. To this effect, Tenderers shall be required to complete and sign the “Certificate of Independent Tender Determination” annexed to the Form of Tender.

3.2.1 Unfair Competitive Advantage -Fairness and transparency in the tender process require that the Firms or their Affiliates competing for a specific assignment do not derive a competitive advantage from having provided consulting services related to this tender. The Procuring Entity shall indicate in the TDS firms (if any) that provided consulting services for the contract being tendered for. The Procuring Entity shall check whether the owners or controllers of the Tenderer are same as those that provided consulting services. The Procuring Entity shall, upon request, make available to any tenderer information that would give such firm unfair competitive advantage over competing firms.

3.2.2 Tenderers shall permit and shall cause their agents (whether declared or not), subcontractors, sub-consultants, service providers, suppliers, and their personnel, to permit the Procuring Entity to inspect all accounts, records and other documents relating to any initial selection process, pre-qualification process, tender submission, proposal submission, and contract performance (in the case of award), and to have them audited by auditors appointed by the Procuring Entity.

4 Eligible Tenderers

4.1 A Tenderer may be a firm that is a private entity, a state-owned enterprise or institution subject to ITT 4.6, or any combination of such entities in the form of a joint venture (JV) under an existing agreement or with the intent to enter in to such an agreement supported by a Form of Intent. Public employees and their close relatives (spouses, children, brothers, sisters and uncles and aunts) are not eligible to participate in the tender. In the case of a joint venture, all members shall be jointly and severally liable for the execution of the contract in accordance with the

2

Contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the Tendering process and, in the event the JV is awarded the contract, during contract execution. Members of a joint venture may not also make an individual tender, be a subcontractor in a separate tender or be part of another joint venture for the purposes of the same Tender. The maximum number of JV members shall be specified in the TDS.

4.1.1 Public Officers of the Procuring Entity, their Spouses, Child, Parent, Brothers or Sister. Child, Parent, Brother or Sister of a Spouse, their business associates or agents and firms / organizations in which they have a substantial or controlling interest shall not be eligible to tender or be awarded a contract. Public Officers are also not allowed to participate in any procurement proceedings.

4.1.2 A Tenderer shall not have a conflict of interest. Any Tenderer found to have a conflict of interest shall be disqualified. A Tenderer may be considered to have a conflict of interest for the purpose of this Tendering process, if the Tenderer:

a. Directly or indirectly controls, is controlled by or is under common control with another Tenderer; or

b. Receives or has received any direct or indirect subsidy from another Tenderer; or

c. Has the same legal representative as another Tenderer; or

d. Has a relationship with another Tenderer, directly or through common third parties, that puts it in a position to influence the Tender of another Tenderer, or influence the decisions of the Procuring Entity regarding this Tendering process; or

e. Any of its affiliates participates as a consultant in the preparation of the design or technical specifications of the Information System that are the subject of the Tender; or

f. Or any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity or Procuring Entity as Project Manager for the Contract implementation; or

g. Would be providing goods, works, or non-consulting services resulting from or directly related to consulting services for the preparation or implementation of the project specified in the TDSITT2.1 that it provided or were provided by any affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm; or

h. Has a close business or family relationship with a professional staff of the Procuring Entity who: -

i. Are directly or in directly involved in the preparation of the tendering document or specifications of the Contract, and/ or the Tender evaluation process of such Contract. or

ii. Would be involved in the implementation or supervision of such Contract unless the conflict stemming from such relationship has been resolved in a manner acceptable to the Procuring Entity throughout the Tendering process and execution of the Contract.

4.1.3 A firm that is a Tenderer (either individually or as a JV member) shall not participate as a Tenderer or as JV member in more than one Tender except for permitted alternative Tenders. Such participation shall result in the disqualification of all Tenders in which the firm is involved. However, this does not limit the participation of a Tenderer as subcontractor in another Tender or of a firm as a subcontractor in more than one Tender.

4.1.4 A Tenderer may have the nationality of any country, subject to the restrictions pursuant to ITT4.9. A Tenderer shall be deemed to have the nationality of a country if the Tenderer is constituted, incorporated or registered in and operates in conformity with the provisions of the laws of that country, as evidenced by its articles of incorporation (or equivalent documents of constitution or association) and its registration documents, as the case maybe. This criterion also shall apply to the determination of the nationality of proposed sub-contractors or sub- consultants for any part of the Contract including related Services.

4.1.5 A Tenderer that has been debarred from participating in public procurement shall be ineligible to tender or be awarded a contract. The list of debarred firms and individuals is available from the website of PPRAwww.ppra.go.ke.

4.1.6 Tenderers that are state-owned enterprises or institutions in Kenya may be eligible to compete and be awarded a Contract(s) only if they can establish that they (i) are legally and financially autonomous (ii) operate under commercial law, and (iii) are not under supervision of the Procuring Entity.

4.1.7 Firms and individuals may be ineligible if (a) as a matter of law or official regulations, Kenya prohibits commercial relations with that country, or (b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, Kenya prohibits any import of goods or contracting of works or services from that country, or any payments to any country, person, or entity in that country.

3

4.1.8 The Procuring Entity may require tenderers to be registered with certain authorities in Kenya. Such registration shall be defined in the TDS, but care must be taken to ensure such registration requirement does not discourage competition, nor exclude competent tenderers. Registration shall not be a condition for tender, but where a selected tenderer is not so registered, the tenderer shall be given opportunity to register before signing of the contract.

4.1.9 Foreign tenderers are required to source at least forty (40%) percent of their contract inputs (in supplies, subcontracts and labor) from national suppliers and contractors. To this end, a foreign tenderer shall provide in its tender documentary evidence that this requirement is met. Foreign tenderers not meeting this criterion will be automatically disqualified. Information required to enable the Procuring Entity determine if this condition is met shall be provided in for this purpose is be provided in “SECTIONIII- EVALUATION AND QUALIFICATION CRITERIA, Item 9”.

4.1.10 Pursuant to the eligibility requirements of ITT 4.11, a tenderer is considered a foreign tenderer, if it is registered in Kenya, has less than 51 percent ownership by nationals of Kenya and if it does not subcontract foreign contractors more than 10 percent of the contract price, excluding provisional sums. JVs are considered as foreign tenderers if the individual member firms are registered in Kenya have less than 51 percent ownership by nationals of Kenya. The JV shall not subcontract to foreign firms more than 10 percent of the contract price, excluding provisional sums.

4.1.11 The Competition Act of Kenya requires that firms wishing to tender as Joint Venture undertakings which may prevent, distort or lessen competition in provision of services are prohibited unless they are exempt in accordance with the provisions of Section 25 of the Competition Act, 2010. JVs will be required to seek for exemption from the Competition Authority. Exemption shall not be a condition for tender, but it shall be a condition of contract award and signature. A JV tenderer shall be given opportunity to seek such exemption as a condition of award and signature of contract. Application for exemption from the Competition Authority of Kenya may be accessed from the website www.cak.go.ke

4.1.12 Tenderers shall be considered ineligible for procurement if they offer goods, works and production processes with characteristics that have been declared by the relevant national environmental protection agency or by other competent authority as harmful to human beings and to the environment.

4.1.13 A Kenyan tenderer shall be eligible to tender if it provides evidence of having fulfilled his/her tax obligations by producing a valid tax compliance certificate or tax exemption certificate issued by the Kenya Revenue Authority.

5 Eligible Goods and Services

5.1 The Information Systems to be supplied under the Contract may have their origin in any eligible country.

5.2 For the purposes of this tendering document, the term “Information System” means all:

i. the required information technologies, including all information processing and communications-related hardware, software, supplies, and consumable items that the Supplier is required to supply and install under the Contract, plus all associated documentation, and all other materials and goods to be supplied, installed, integrated, and made operational; and

ii. the related software development, transportation, insurance, installation, customization, integration, commissioning, training, technical support, maintenance, repair, and other services necessary for proper operation of the Information System to be provided by the selected Tenderer and as specified in the Contract.

5.3 For purposes of ITT 5.1 above, “origin” means the place where the goods and services making the Information System are produced in or supplied from. An Information System is deemed to be produced in a certain country when, in the territory of that country, through software development, manufacturing, or substantial and major assembly or integration of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

5.4 Any goods, works and production processes with characteristics that have been declared by the relevant national environmental protection agency or by other competent authority as harmful to human beings and to the environment shall not be eligible for procurement under this Act.

4

B. CONTENTS OF TENDERING DOCUMENT

6 Sections of Tendering Document

PART 1 - Tendering Procedures

Section I - Instructions to Tenderers (ITT)

Section II - Tender Data Sheet (TDS)

Section III - Evaluation and Qualification Criteria

Section IV - Tendering Forms

PART 2 - Procuring Entity's Requirements

Section V - Requirements of the Information Systems

Section VI - Technical Requirements

Section VII - Implementation Schedule

Section VIII - System Inventory Tables

Section IX - Background and Informational Materials

PART 3 - Contract

Section X - General Conditions of Contract

Section XII - Special Conditions of Contract

Section XIII - Contract Forms

6.1 The Invitation to Tender Notice issued by the Procuring Entity is not part of this tendering document.

6.2 Unless obtained directly from the Procuring Entity, the Procuring Entity is not responsible for the completeness of the document, responses to requests for clarification, the Minutes of the pre-Tender meeting (if any), or Addenda to the tendering document in accordance with ITT 10. In case of any contradiction, documents obtained directly from the Procuring Entity shall prevail.

6.3 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tendering document and to furnish with its Tender all information or documentation as is required by the tendering document.

7 Site Visit

7.1 The Tenderer, at the Tenderer's own responsibility and risk, is encouraged to visit and examine the Site of the Required Services and its surroundings and obtain all information that may be necessary for preparing the Tender and entering in to a contract for the Services. The costs of visiting the Site shall beat the Tenderer's own expense.

8 Pre-Tender Meeting and a pre- arranged pretender visit of the site of the works

8.1 The Procuring Entity shall specify in the TDS if a pre-tender conference will be held, when and where. The

Procuring Entity shall also specify in the TDS if a pre-arranged pretender visit of the site of the works will be held and when. The Tenderer's designated representative is invited to attend a pre-arranged pretender visit of the site of the works. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

8.2 The Tenderer is requested to submit any questions in writing, to reach the Procuring Entity not later than the

period specified in the TDS before the meeting.

8.3 Minutes of the pre-Tender meeting and the pre-arranged pre-tender visit of the site of the works, if applicable,

including the text of the questions asked by Tenderers and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Tenderers who have acquired the Tender Documents in accordance with ITT 6.3. Minutes shall not identify the source of the questions asked.

8.4 The Procuring Entity shall also promptly publish anonymized (no names) Minutes of the pre-Tender meeting and the pre-arranged pre-tender visit of the site of the works at the web page identified in the TDS. Any

5

modification to the Tender Documents that may become necessary as a result of the pre-Tender meeting shall be made by the Procuring Entity exclusively through the issue of an Addendum pursuant to ITT 10 and not through the minutes of the pre-Tender meeting. Nonattendance at the pre-Tender meeting will not be a cause for disqualification of a Tenderer.

9 Clarification of Tender Documents

9.1 A Tenderer requiring any clarification of the Tender Document shall contact the Procuring Entity in writing at the Procuring Entity's address specified in the TDS or raise its enquiries during the pre-Tender meeting and the pre- arranged pretender visit of the site of the works if provided for in accordance with ITT 8.4. The Procuring Entity will respond in writing to any request for clarification, provided that such request is received no later than the period specified in the TDS prior to the deadline for submission of tenders. The Procuring Entity shall forward copies of its response to all tenderers who have acquired the Tender Documents in accordance with ITT 6.3, including a description of the inquiry but without identifying its source. If so specified in the TDS, the Procuring Entity shall also promptly publish its response at the web page identified in the TDS. Should the clarification resulting changes to the essential elements of the Tender Documents, the Procuring Entity shall amend the Tender Documents appropriately following the procedure under ITT 10.

10 Amendment of Tendering Document

10.1 At any time prior to the deadline for submission of Tenders, the Procuring Entity may amend the Tendering document by issuing addenda.

10.2 Any addendum issued shall be part of the tendering document and shall be communicated in writing to all who have obtained the tendering document from the Procuring Entity in accordance with ITT 6.3. The Procuring Entity shall also promptly publish the addendum on the Procuring Entity's webpage in accordance with ITT 8.1.

10.3 To give prospective Tenderers reasonable time in which to take an addendum into account in preparing their Tenders, the Procuring Entity shall extend, as necessary, the deadline for submission of Tenders, in accordance with ITT 24.2 below.

C. PREPARATION OF TENDERS

11 Cost of Tendering

11.1 The Tenderer shall bear all costs associated with the preparation and submission of its Tender, and the Procuring Entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

12 Language of Tender

12.1 The Tender, as well as all correspondence and documents relating to the tender exchanged by the Tenderer and the Procuring Entity, shall be written in the English language. Supporting documents and printed literature that are part of the Tender may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language, in which case, for purposes of interpretation of the Tender, such translation shall govern.

13 Documents Comprising the Tender

13.1 The Tender submitted by the Tenderer shall comprise the following:

a. Form of Tender prepared in accordance with ITT 14;

b. Price Schedules completed in accordance with ITT 14 and ITT 16;

c. Tender Security or Tender-Securing Declaration in accordance with ITT 22;

d. Alternative Tender: if permissible, in accordance with ITT 15;

e. Authorization: written confirmation authorizing the signatory of the Tender to commit the Tenderer, in accordance with ITT 23.3;

f. Eligibility of Information System: documentary evidence established in accordance with ITT 16.1 that the Information System offered by the Tenderer in its Tender or in any alternative Tender, if permitted, are eligible;

6

g. Tenderer's Eligibility: documentary evidence in accordance with ITT 17 establishing the Tenderer's eligibility and qualifications to perform the contract if its Tender is accepted;

h. Conformity: documentary evidence established in accordance with ITT 18 that the Information System offered by the Tenderer conform to the tendering document;

i. Subcontractors: list of subcontractors, in accordance with ITT 18.4;

j. Intellectual Property: a list of: Intellectual Property as defined in GCC Clause 15;

i) All Software included in the Tender, assigning each item to one of the software categories defined

in GCC Clause1.1(C):

a. System, General Purpose, and Application Software; or

b. Standard and Custom Software;

iii. All Custom Materials, as defined in GCCClause1.1(c), included in the Tender;

All Materials not identified as Custom Materials shall be deemed Standard Materials, as defined in GCC Clause 1.1 (c); Re-assignments among the Software and Materials categories, if necessary, will be made during the implementation of the Contract according to GCC Clause 39 (Changes to the Information System); and

k. Any other document required in the TDS.

13.2 In addition to the requirements under ITT 13.1, Tenders submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all members indicating at least the parts of the Information System to be executed by the respective members. Alternatively, a Form of intent to execute a Joint Venture Agreement in the information System to be executed by the respective members.

13.1 The Tenderer shall furnish in the Form of Tender information on commissions and gratuities, if any, paid or to be paid to agents or any other party relating to this Tender. The Tenderer shall serialize page so fall tender documents submitted.

14 Form of Tender and Price Schedules

14.1 The Tenderer shall complete the Form of Tender, including the appropriate Price Schedules, using the relevant forms furnished in Section IV, Tendering Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted except as provided under ITT 21.3. All blank spaces shall be filled in with the information requested. The Tenderer shall chronologically serialize all pages of the tender documents submitted.

15 Alternative Tenders

15.1 The TDS indicates whether alternative Tenders are allowed. If they are allowed, the TDS will also indicate whether they are permitted in accordance with ITT 13.3, or invited in accordance with ITT 13.2 and/or ITT 13.4.

15.2 When alternatives to the Time Schedule are explicitly invited, a statement to that effect will be included in the TDS, and the method of evaluating different time schedules will be described in Section III, Evaluation and Qualification Criteria.

15.1 Except as provided under ITT 15.4 below, Tenderers wishing to offer technical alternatives to the Procuring Entity's requirements as described in the tendering document must also provide: (i) a price at which they are prepared to offer an Information System meeting the Procuring Entity's requirements; and (ii) all information necessary for a complete evaluation of the alternatives by the Procuring Entity, including drawings, design calculations, technical specifications, breakdown of prices, and proposed installation methodology and other relevant details. Only the technical alternatives, if any, of the Tenderer with the Best Evaluated Tender conforming to the basic technical requirements shall be considered by the Procuring Entity.

15.4 When Tenderers are invited in the TDS to submit alternative technical solutions for specified parts of the system, such parts shall be described in Section V, Procuring Entity's Requirements. Technical alternatives that comply with the performance and technical criteria specified for the Information System shall be considered by the Procuring Entity on their own merits, pursuant to ITT 35.

7

16 Documents Establishing the Eligibility of the Information System

16.1 To establish the eligibility of the Information System in accordance with ITT 5, Tenderers shall complete the country-of-origin declarations in the Price Schedule Forms, included in Section IV, Tendering Forms.

17 Documents Establishing the Eligibility and Qualifications of the Tenderer

17..1 To establish its eligibility and qualifications to perform the Contracting accordance with Section III, Evaluation and Qualification Criteria, the Tenderer shall provide the information requested in the corresponding information sheets included in Section IV, Tendering Forms.

17.1 In the event that pre-qualification of potential Tenderers has been undertaken as stated in the TDS, only Tenders from pre-qualified Tenderers shall be considered for award of Contract. These qualified Tenderers should submit with their Tenders any information updating their original pre-qualification applications or, alternatively, confirm in their Tenders that the originally submitted pre-qualification information remains essentially correct as of the date of Tender submission.

17.2 Tenderers shall be asked to provide, as part of the data for qualification, such information, including details of ownership, as shall be required to determine whether, according to the classification established by the Procuring Entity, a particular contractor or group of contractors qualifies for a margin of preference. Further the information will enable the Procuring Entity identify any actual or potential conflict of interest in relation to the procurement and/or contract management processes, or a possibility of collusion between tenderers, and thereby help to prevent any corrupt influence in relation to the procurement process or contract management.

17.3 The purpose of the information described in ITT 15.1 above overrides any claims to confidentiality which a

tenderer may have. There can be no circumstances in which it would be justified for a tenderer to keep information relating to its ownership and control confidential where it is tendering to undertake public sector work and receive public sector funds. Thus, confidentiality will not be accepted by the Procuring Entity as a justification for a Tenderer's failure to disclose, or failure to provide required information on its ownership and control.

17.4 The Tenderer shall provide further documentary proof, information or authorizations that the Procuring Entity may request in relation to ownership and control, any changes to the information which was provided by the tenderer under ITT 6.3. The obligations to require this information shall continue for the duration of the procurement process and contract performance and after completion of the contract, if any change to the information previously provided may reveal a conflict of interest in relation to the award or management of the contract.

17.5 All information provided by the tenderer pursuant to these requirements must be complete, current and accurate as at the date of provision to the Procuring Entity. In submitting the information required pursuant to these requirements, the Tenderer shall warrant that the information submitted is complete, current and accurate as at the date of submission to the Procuring Entity.

17.6 If a tenderer fails to submit the information required by these requirements, its tenderer will be rejected. Similarly, if the Procuring Entity is unable, after taking reasonable steps, to verify to a reasonable degree the information submitted by a tenderer pursuant to these requirements, then the tender will be rejected.

17.7 If information submitted by a tenderer pursuant to these requirements, or obtained by the Procuring Entity (whether through its own enquiries, through notification by the public or otherwise), shows any conflict of interest which could materially and improperly benefit the tenderer in relation to the procurement or contract management process, then:

a. If the procurement process is still ongoing, the tenderer will be disqualified from the procurement process,

b. If the contract has been awarded to that tenderer, the contract award will be set aside, c. the tenderer will be referred to the relevant law enforcement authorities for investigation of whether the

tenderer or any other persons have committed any criminal offence.

17.8 If a tenderer submits information pursuant to these requirements that is in complete, inaccurate or out-of-date, or attempts to obstruct the verification process, then the consequences ITT 6.7 will ensue unless the tenderer can show to the reasonable satisfaction of the Procuring Entity that any such act was not material, or was due to genuine error which was not attributable to the intentional act, negligence or recklessness of the tenderer.

8

18 Documents Establishing Conformity of the Information System

18.1 Pursuant to ITT 11.1(h), the Tenderer shall furnish, as part of its Tender documents establishing the conformity to the tendering documents of the Information System that the Tenderer proposes to design, supply and install under the Contract.

18.2 The documentary evidence of conformity of the Information System to the tendering documents including:

a) Preliminary Project Plan describing, among other things, the methods by which the Tenderer will carry out its overall management and coordination responsibilities if awarded the Contract, and the human and other resources the Tenderer proposes to use. The Preliminary Project Plan must also address any other topics specified in the TDS. In addition, the Preliminary Project Plan should state the Tenderer's assessment of what it expects the Procuring Entity and any other party involved in the implementation of the Information System to provide during implementation and how the Tenderer proposes to coordinate the activities of all involved parties;

b) Written confirmation that the Tenderer accepts responsibility for the successful integration and inter- operability of all components of the Information System as required by the tendering documents;

c) An item-by-item commentary on the Procuring Entity's Technical Requirements, demonstrating the substantial responsiveness of the Information System offered to those requirements. In demonstrating responsiveness, the Tenderer is encouraged to use the Technical Responsiveness Checklist (or Checklist Format) in the Sample Tendering Forms (Section IV). The commentary shall include explicit cross- references to the relevant pages in the supporting materials included in the tender. Whenever a discrepancy arises between the item-by-item commentary and any catalogs, technical specifications, or other preprinted materials submitted with the tender, the item-by-item commentary shall prevail;

d) Support material (e.g., product literature, white papers, narrative descriptions of technologies and/or technical approaches), as required and appropriate; and

e) Any separate and enforceable contract(s) for Recurrent Cost items which the TDS ITT 17.2 required Tenderers to tender.

18.3 ReferencestobrandnamesormodelnumbersornationalorproprietarystandardsdesignatedbytheProcuring Entity in the tendering documents are intended to be descriptive and not restrictive. Except where explicitly prohibited in the TDS for specific items or standards, the Tenderer may substitute alternative brand /model names or standards in its tender, provided that it demonstrates to the Procuring Entity's satisfaction that the use of the substitute(s) will result in the Information System being able to perform substantially equivalent to or better than that specified in the Technical Requirements.

18.4 For major items of the Information System as listed by the Procuring Entity in Section III, Evaluation and Qualification Criteria, which the Tenderer intends to purchase or subcontract, the Tenderer shall give details of the name and nationality of the proposed subcontractors, including manufacturers, for each of those items. In addition, the Tenderer shall include in its Tender information establishing compliance with the requirements specified by the Procuring Entity for these items. Quoted rates and prices will be deemed to apply to whichever subcontractor is appointed, and no adjustment of the rates and prices will be permitted.

18.5 The Tenderer shall be responsible for ensuring that any subcontractor proposed complies with the requirements of ITT 4, and that any goods or services to be provided by the subcontractor comply with the requirements of ITT 5 and ITT 16.1.

19 Tender Prices

19.1 All Goods and Services identified in the Supply and Installation Cost Sub-Tables in System Inventory Tables in Section VII, and all other Goods and Services proposed by the Tenderer to fulfill the requirements of the Information System, must be priced separately and summarized in the corresponding cost tables in the Sample Tendering Forms (Section IV), in accordance with the instructions provided in the tables and in the manner specified below.

19.2 Unless otherwise specified in the TDS, the Tenderer must also tender Recurrent Cost Items specified in the Technical Requirements, Recurrent Cost Sub-Table of the System Inventory Tables in Section VII (if any). These must be priced separately and summarized in the corresponding cost table sin the Sample Tendering Forms (Section IV), in accordance with the instructions provided in the tables and in the manner specified below: a) If specified in the TDS, the Tenderer must also tender separate enforceable contracts for the Recurrent

Cost Items not included in the main Contract;

9

b) prices for Recurrent Costs are all-inclusive of the costs of necessary Goods such as spare parts, software license renewals, labor, etc., needed for the continued and proper operation of the Information System and, if appropriate, of the Tenderer's own allowance for price increases;

c) prices for Recurrent Costs beyond the scope of warranty services to be incurred during the Warranty Period, defined in GCC Clause 29.4 and prices for Recurrent Costs to be incurred during the Post-Warranty Period, defined in SCC Clause 1.1. (e) (xiii), shall be quoted as Service prices on the Recurrent Cost Sub-Table in detail, and on the Recurrent Cost Summary Table in currency totals.

19.3 Unit prices must be quoted at a level of detail appropriate for calculation of any partial deliveries or partial payments under the contract, in accordance with the Implementation Schedule in Section VII), and with GCC and SCC Clause 12 – Terms of Payment. Tenderers may be required to provide a breakdown of any composite or lump-sum items included in the Cost Tables

19.4 The price of items that the Tenderer has left blank in the cost tables provided in the Sample Tender Forms (Section IV) shall be assumed to be included in the price of other items. Items omitted altogether from the cost tables shall be assumed to be omitted from the tender and, provided that the tender is substantially responsive, an adjustment to the tender price will be made during tender evaluation in accordance with ITT 31.3.

19.5 The prices for Goods components of the Information System are to be expressed and shall be defined and governed in accordance with the rules prescribed in the edition of incoterms specified in the TDS, as follows:

a) Goods supplied from outside Kenya: Unless otherwise specified in the TDS, the prices shall be quoted on a CIP (named place of destination) basis, exclusive of all taxes, stamps, duties, levies, and fees imposed in Kenya. The named place of destination and special instructions for the contract of carriage are as specified in the SCC for GCC 1.1(e) (iii). In quoting the price, the Tenderer shall be free to use transportation through carriers registered in any eligible countries. Similarly, the Tenderer may obtain insurance services from any eligible source country;

b) Locally supplied Goods: Unit prices of Goods offered from within Kenya, shall be quoted on an EXW (ex- factory, ex works, ex ware house or off- the-shelf, as applicable) basis, including all customs duties, levies, fees, sales and other taxes incurred until delivery of the Goods, but excluding all VAT or sales and other taxes and duties/fees incurred for the Goods at the time of invoicing or sales transaction, if the Contract is awarded; and

c) Inland transportation.

19.6 Unless otherwise stated in the TDS, inland transportation, insurance and related local costs incidental to the delivery of the Goods to the designated Project Sites must be quoted separately as a Service item in accordance with ITT 17.5, whether the Goods are to be supplied locally or from outside Kenya, except when these costs are already included in the price of the Goods, as is, e.g., the case, when ITT 17.5 (a) specifies CIP, and the named places of destination are the Project Sites.

19.7 The price of Services shall be separated into their local and foreign currency components and where appropriate, broken down into unit prices. Prices must include all taxes, duties, levies and fees whatsoever, except only VAT or other indirect taxes, or stamp duties, that may be assessed and/ or apply in Kenyan /to the price of the Services invoiced to the Procuring Entity, if the Contract is awarded.

19.8 Unless otherwise specified in the TDS, the prices must include all costs incidental to the performance of the Services, as incurred by the Supplier, such as travel, subsistence, office support, communications, translation, printing of materials, etc. Costs incidental to the delivery of the Services but incurred by the Procuring Entity or its staff, or by third parties, must be included in the price only to the extent such obligations are made explicit in these tendering documents (as, e.g., a requirement for the Tenderer to include the travel and subsistence costs of trainees).

19.9 Unless otherwise specified in the TDS, prices quoted by the Tenderer shall be fixed during the Tenderer's performance of the Contract and not subject to increases on any account. Tenders submitted that are subject to price adjustment will be rejected.

20 Currencies of Tender and Payment

20.1 The currency(ies) of the Tender and currencies of payment shall be the same. The Tenderer shall quote in Kenya shillings the portion of the Tender price that corresponds to expenditures incurred in Kenya currency, unless otherwise specified in the TDS.

10

20.2 The Tenderer may express the Tender price in any currency. If the Tenderer wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but shall use no more than two foreign currencies in addition to Kenyan currency.

21 Period of Validity of Tenders

21.1 Tenders shall remain valid for the period specified in the TDS after the Tender submission deadline date prescribed by the Procuring Entity in accordance with ITT 23.1. A Tender valid for a shorter period shall be rejected by the Procuring Entity as non-responsive.

21.2 exceptional circumstances, prior to the expiration of the Tender validity period, the Procuring Entity may request Tenderers to extend the period of validity of their Tenders. The request and the responses shall be made in writing. If a Tender Security is requested in accordance with ITT 20.1, it shall also be extended for thirty days (30) beyond the deadline of the extended validity period. A Tenderer may refuse the request without forfeiting its Tender Security. A Tenderer granting the request shall not be required or permitted to modify its Tender, except as provided in ITT 19.3.

22 Tender Security

22.1 The Tenderer shall furnish as part of its Tender, either a Tender-Securing Declaration or a Tender Security as specified in the TDS, in original form and, in the case of a Tender Security, in the amount and currency specified in the TDS.

22.2 A Tender-Securing Declaration shall use the form included in Section IV, Tendering Forms.

22.3 If a Tender Security is specified pursuant to ITT 20.1, the tender security shall be a demand guarantee in any of the following forms at the Tenderer's option:

a. cash;

b. a bank guarantee;

c. a guarantee by an insurance company registered and licensed by the Insurance Regulatory Authority listed by the Authority; or

d. a guarantee issued by a financial institution approved and licensed by the Central Bank of Kenya,

e. any other form specified in the TDS.

If an unconditional guarantee is issued by a non-bank financial institution located outside Kenya, the issuing non-bank financial institution shall have a correspondent financial institution located in Kenya to make it enforceable unless the Procuring Entity has agreed in writing, prior to Tender submission, that a correspondent financial institution is not required.

22.4 In the case of a bank guarantee, the Tender Security shall be submitted either using the Tender Security Form included in Section IV, Tendering Forms or in another substantially similar format approved by the Procuring Entity prior to Tender submission. I neither case, the form must include the complete name of the Tenderer. The Tender Security shall be valid for thirty days (30) beyond the original validity period of the Tender, or beyond any period of extension if requested under ITT 19.2.

22.5 If a Tender Security or a Tender-Securing Declaration is specified pursuant to ITT 20.1, any Tender not accompanied by a substantially responsive Tender Security or Tender-Securing Declaration shall be rejected by the Procuring Entity as non-responsive.

22.6 The Tender Security shall be returned/release as promptly as possible

a) The procurement proceedings are terminated;

b) The procuring entity determines that none of the submitted tenders is responsive;

c) A bidder declines to extend the tender validity.

d) Once the successful Tenderer has signed the Contract and furnished the required Performance Security.

22.7 The Tender Security may be forfeited or the Tender-Securing Declaration executed:

a) if a Tenderer withdraws its Tender during the period of Tender validity specified by the Tenderer on the Form of Tender; or

b) if the successful Tenderer fails to:

11

i) sign the Contract in accordance with ITT 47; or

ii) furnish a performance security in accordance with ITT 48.

22.8 Where the Tender-Securing Declaration is executed the Procuring Entity will recommend to the PPRA to debars the Tenderer from participating in public procurement as provided in the law.

22.9 The Tender Security or the Tender-Securing Declaration of a JV shall be in the name of the JV that submits the tender. If the JV has not been legally constituted in to a legally enforceable JV at the time of Tendering, the Tender Security or the Tender-Securing Declaration shall be in the names of all future members as named in the Form of intent referred to in ITT 4.1 and ITT 11.2.

22.10 A tenderer shall not issue a tender security to guarantee itself.

23 Format and Signing of Tender

23.1 The Tenderer shall prepare one original of the documents comprising the Tender as described in ITT 11 and clearly mark it “ORIGINAL.” Alternative Tenders, if permitted in accordance with ITT 13, shall be clearly marked “ALTERNATIVE”. In addition, the Tenderer shall submit copies of the Tender, in the number specified in the TDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

23.2 Tenderers shall mark as “CONFIDENTIAL” information in their Tenders which is confidential to their business. This may include proprietary information, trade secrets, or commercial or financially sensitive information.

23.3 The original and all copies of the Tender shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written confirmation as specified in the TDS and shall be attached to the Tender. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Tender where entries or amendments have been made shall be signed or initialed by the person signing the Tender.

23.4 In case the Tenderer is a JV, the Tender shall be signed by an authorized representative of the JV on behalf of the JV, and so as to be legally binding on all the members as evidenced by a power of attorney signed by their legally authorized representatives.

23.5 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Tender.

D. SUBMISSION AND OPENING OF TENDERS

24 Submission, Sealing and Marking of Tenders

24.1 The Tenderer shall deliver the Tender in a single, sealed envelope (one (1) envelope process). Within the single envelope the Tenderer shall place the following separate, sealed envelopes:

a) In an envelope marked “ORIGINAL”, all documents comprising the Tender, as described in ITT 11; and

b) In an envelope marked “COPIES”, all required copies of the Tender; and,

c) If alternative Tenders are permitted in accordance with ITT 13, and if relevant:

i) In an envelope marked “ORIGINAL–ALTERNATIVETENDER”, the alternative Tender; and

ii) in the envelope marked “COPIES – ALTERNATIVE TENDER” all required copies of the alternative Tender.

24.2 The inner envelopes shall:

a) Bear the name and address of the Tenderer;

b) Be addressed to the Procuring Entity/ Employer in accordance with ITT 23.1;

c) Bear the specific identification of this Tendering process specified in accordance with ITT 1.1; and

d) Bear a warning not to open before the time and date for Tender opening.

12

The outer envelopes shall:

e) Be addressed to the Procuring Entity/ Employer in accordance with ITT 23.1;

f) Bear the specific identification of this Tendering process specified in accordance with ITT 1.1; and bear a warning not to open before the time and date for Tender opening.

24.3 I fall envelopes are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the Tender. Tenders that are misplaced or opened prematurely will not be accepted.

25 Deadline for Submission of Tenders

25.1 Tenders must be received by the Procuring Entity at the address and no later than the date and time indicated in the TDS. When so specified in the TDS, Tenderers shall have the option of submitting their Tenders electronically. Tenderers submitting Tenders electronically shall follow the electronic Tender submission procedures specified in the TDS.

25.2 The Procuring Entity may, at its discretion, extend this deadline for submission of Tenders by amending the tendering documents in accordance with ITT 8, in which case all rights and obligations of the Procuring Entity and Tenderers will thereafter be subject to the deadline as extended.

26 Late Tenders

26.1 The Procuring Entity shall not consider any Tender that arrives after the deadline for submission of Tenders, in accordance with ITT 23. Any Tender received by the Procuring Entity after the deadline for submission of Tenders shall be declared late, rejected, and returned unopened to the Tenderer.

27 Withdrawal, Substitution, and Modification of Tenders

27.1 A Tenderer may withdraw, substitute, or modify its Tender after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITT 21.3, (except that withdrawal notices do not require copies). The corresponding substitution or modification of the Tender must accompany the respective written notice. All notices must be:

a) prepared and submitted in accordance with ITT 21 and ITT 22 (except that withdrawals notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and

b) received by the Procuring Entity prior to the deadline prescribed for submission of Tenders, in accordance with ITT23.

27.2 Tenders requested to be withdrawn in accordance with ITT 25.1 shall be returned unopened to the Tenderers.

27.3 No Tender may be withdrawn, substituted, or modified in the interval between the deadline for submission of Tender sand the expiration of the period of Tender validity specified by the Tenderer on the Form of Tender or any extension thereof.

28 Tender Opening

28.1 Except as in the cases specified in ITT 24 and ITT 25.2, the Procuring Entity shall conduct the Tender opening in public, in the presence of Tenderers’ designated representatives who chooses to attend, and at the address, date and time specified in the TDS. Any specific electronic Tender opening procedures required if electronic tendering is permitted in accordance with ITT 23.1, shall be as specified in the TDS.

28.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelopes with the corresponding Tender shall not be opened but returned to the Tenderer. No Tender withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at Tender opening.

28.3 Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding Tender being substituted, and the substituted Tender shall not be opened, but returned to the Tenderer. No Tender substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at Tender opening.

13

28.4 Envelopes marked “Modification” shall be opened and read out with the corresponding Tender. No Tender modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at Tender opening. Only Tenders that are opened and read out at Tender opening shall be considered further.

28.5 Next, all remaining envelopes shall be opened one at a time, reading out: the name of the Tenderer and the Tender Price(s), including any discounts and alternative Tenders, and indicating whether there is a modification; the presence or absence of a Tender Security or Tender-Securing Declaration; and any other details as the Procuring Entity may consider appropriate.

28.6 Only Tenders, alternative Tenders and discounts that are opened and read out at Tender opening shall be considered further in the evaluation. The Form of Tender and the Price Schedules are to be initialed by representatives of the Procuring Entity attending Tender opening in the manner specified in the TDS.

28.7 The Procuring Entity shall neither discuss the merits of any Tender nor reject any Tender (except for late Tenders, in accordance with ITT 24.1).

28.8 The Procuring Entity shall prepare a record of the Tender opening that shall include, as a minimum:

a) The name of the Tenderer and whether there is a withdrawal, substitution, or modification;

b) The Tender Price, per lot if applicable, including any discounts;

c) Any alternative Tenders; and

d) The presence or absence of a Tender Security or a Tender-Securing Declaration.

28.9 The Tenderers' representatives who are present shall be requested to sign the minutes. The omission of a Tenderer's signature on the minutes shall not invalidate the contents and effect of the minutes. A copy of the tender opening register shall be distributed to all Tenderers upon request.

E. Evaluation and Comparison of Tenders

29 Confidentiality

29.1 Information relating to the evaluation of Tenders and recommendation of contract award, shall not be disclosed to Tenderers or any other persons not officially concerned with the Tendering process until the Notification of Intention to Award the Contract is transmitted to all Tenderers in accordance with ITT 42.

29.2 Any effort by a Tenderer to influence the Procuring Entity in the evaluation of the Tenders or Contract award decisions may result in the rejection of its Tender.

29.3 Not with standing ITT 27.2, from the time of Tender opening to the time of Contract award, if any Tenderer wishes to contact the Procuring Entity on any matter related to the Tendering process, it should do so in writing.

30 Clarification of Tenders

30.1 To assist in the examination, evaluation, and comparison of the Tenders, and qualification of the Tenderers, the Procuring Entity may, at its discretion, ask any Tenderer for a clarification of its Tender. Any clarification submitted by a Tenderer that is not in response to a request by the Procuring Entity shall not be considered. The Procuring Entity's request for clarification and the response shall be in writing. No change in the prices or substance of the Tender shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Procuring Entity in the evaluation of the Tenders, in accordance with ITT32.

30.2 If a Tenderer does not provide clarifications of its Tender by the date and time set in the Procuring Entity's request for clarification, its Tender may be rejected.

31 Deviations, Reservations, and Omissions

31.1 During the evaluation of Tenders, the following definitions apply:

a) “Deviation” is a departure from the requirements specified in the tendering document;

b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the tendering document; and

14

c) “Omission” is the failure to submit part or all of the information or documentation required in the tendering document.

32 Determination of Responsiveness

32.1 The Procuring Entity's determination of a Tender's responsiveness is to be based on the contents of the Tender itself, as defined in ITT 11.

32.2 A substantially responsive Tender is one that meets the requirements of the tendering document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that;

a) If accepted, would:

i) Affect in any substantial way the scope, quality, or performance of the Information System specified in the Contract; or

ii) Limit in any substantial way, in consistent with the tendering document, the Procuring Entity's rights or the Tenderer's obligations under the proposed Contract; or

b) if rectified, would unfairly affect the competitive position of other Tenderers presenting substantially responsive Tenders.

32.3 The Procuring Entity shall examine the technical aspects of the Tender in particular, to confirm that all requirements of Section V, Procuring Entity's Requirements have been met without any material deviation, reservation, or omission.

32.4 To be considered for Contract award, Tenderers must have submitted Tenders:

a) for which detailed Tender evaluation using the same standards for compliance determination as listed in ITT 29 and ITT 30.3 confirms that the Tenders are commercially and technically responsive, and include the hardware, Software, related equipment, products, Materials, and other Goods and Services components of the Information System in substantially the full required quantities for the entire Information System or, if allowed in the TDS ITT 35.8, the individual Subsystem, lot or slice Tender on; and are deemed by the Procuring Entity as commercially and technically responsive; and

b) that offer Information Technologies that are proven to perform up to the standards promised in the tender by having successfully passed the performance, benchmark, and/or functionality tests the Procuring Entity may require, pursuant to ITT 39.3.

33 Non-material Non-conformities

33.1 Provided that a Tender is substantially responsive, the Procuring Entity may waive any nonconformity in the Tender that does not constitute a material deviation, reservation or omission.

33.2 Provided that a Tender is substantially responsive, the Procuring Entity may request that the Tenderer submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial non- conformities in the Tender related to documentation requirements. Requesting information or documentation on such non-conformities shall not be related to any aspect of the price of the Tender. Failure of the Tenderer to comply with the request may result in the rejection of its Tender.

33.3 Provided that a Tender is substantially responsive, the Procuring Entity shall rectify quantifiable nonmaterial non-conformities related to the Tender Price. To this effect, the Tender Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component in the manner specified in the TDS.

34 Correction of Arithmetical Errors

34.1 The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction, adjustment or amendment in anyway by any person or entity.

34.2 Provided that the Tender is substantially responsive, the Procuring Entity shall handle errors on the following basis:

a) Any error detected if considered a major deviation that affects the substance of the tender, shall lead to disqualification of the tender as non-responsive.

15

b) Any errors in the submitted tender a rising from a miscalculation of unit price, quantity, subtotal and total bid price shall be considered as a major deviation that affects the substance of the tender and shall lead to disqualification of the tender as non-responsive. and

c) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail.

35 Conversion to Single Currency

35.1 For evaluation and comparison purposes, the currency(ies) of the Tender shall be converted into a single currency as specified in the TDS.

36 Margin of Preference and Reservations

36.1 A margin of preference on local contractors may be allowed only when the contract is open to international competitive tendering where foreign contractors are expected to participate in the tendering process and where the contract exceeds the value/ threshold specified in the Regulations.

36.2 A margin of preference shall not be allowed unless it is specified so in the TDS.

36.3 Contracts procured on basis of international competitive tendering shall not be subject to reservations exclusive to specific groups as provided in ITT 34.4.

36.4 Where it is intended to reserve a contract to a specific group of businesses (these groups are Small and Medium Enterprises, Women Enterprises, Youth Enterprises and Enterprises of persons living with disability, as the case maybe), and who are appropriately registered as such by the authority to be specified in the TDS, a procuring entity shall ensure that the invitation to tender specifically indicates in the TDS that only businesses or firms belonging to the specified group are eligible to tender. No tender shall be reserved to more than one group. If not so stated in the Invitation to Tender and in the Tender documents, the invitation to tender will be open to all interested tenderers.

37 Evaluation of Tenders

37.1 The Procuring Entity shall use the criteria and methodologies listed in this ITT and Section III, Evaluation and Qualification criteria. No other evaluation criteria or methodologies shall be permitted. By applying the criteria and methodologies the Procuring Entity shall determine the Best Evaluated Tender.

37.2 To evaluate a Tender, the Procuring Entity shall consider the following:

a) Price adjustment due to discounts offered in accordance with ITT 14.4;

b) converting the amount resulting from applying (a) and (b) above, if relevant, to a single currency in accordance with ITT 33;

c) price adjustment due to quantifiable non material non-conformities in accordance with ITT 31.3; and

d) any additional evaluation factors specified in the TDS and Section III, Evaluation and Qualification Criteria.

38 Preliminary Examination

38.1 The Procuring Entity will examine the tenders, to determine whether they have been properly signed, whether required sureties have been furnished, whether any computational errors have been made, whether required sure ties have been furnished and are substantially complete (e.g., not missing key parts of the tender or silent on excessively large portions of the Technical Requirements). In the case where a pre-qualification process was undertaken for the Contract (s) for which these tendering documents have been issued, the Procuring Entity will ensure that each tender is from a pre-qualified Tenderer and, in the case of a Joint Venture, that partners and structure of the Joint Venture are unchanged from those in the pre-qualification.

39 Technical Evaluation

39.1 The Procuring Entity will examine the information supplied by the Tenderers Pursuant to ITT 11 and ITT 16, and in response to other requirements in the Tendering document, considering the following factors:

16

a) Overall completeness and compliance with the Technical Requirements; and deviations from the Technical Requirements;

b) suitability of the Information System offered in relation to the conditions prevailing at the site; and the suitability of the implementation and other services proposed, as described in the Preliminary Project Plan included in the tender;

c) achievement of specified performance criteria by the Information System;

d) compliance with the time schedule called for by the Implementation Schedule and any alternative time schedules offered by Tenderers, as evidenced by a milestone schedule provided in the Preliminary Project Plan included in the tender;

e) type, quantity, quality, and long-term availability of maintenance services and of any critical consumable items necessary for the operation of the Information System;

f) any other relevant technical factors that the Procuring Entity deems necessary or prudent to take into consideration;

g) any proposed deviations in the tender to the contractual and technical provisions stipulated in the tendering documents.

39.2 The Procuring Entity's evaluation of tenders will consider technical factors, in addition to cost factors. The Technical Evaluation will be conducted following the Criteria specified in Section III, Evaluation and Qualification Criteria, which permits a comprehensive assessment of the technical merits of each Tender. All tenders that fail to pass this evaluation will be considered non-responsive and will not be evaluated further.

39.3 Where alternative technical solutions have been allowed in accordance with ITT 13, and offered by the Tenderer, the Procuring Entity will make a similar evaluation of the alternatives. Where alternatives have not been allowed but have been offered, they shall be ignored.

39.4 Where the tender involves multiple lots or contracts, the tenderer will be allowed to tender for one or more lots (contracts). Each lot or contract will be evaluated in accordance with ITT 35.2. The methodology to determine the lowest evaluated tenderer or tenderers based one lot (contract) or based on a combination of lots (contracts), will be specified in Section III, Evaluation and Qualification Criteria. In the case of multiple lots or contracts, tenderer will be will be required to prepare the Eligibility and Qualification Criteria Form for each Lot.

40 Financial/ Economic Evaluation

40.1 To evaluate a Tender, the Procuring Entity shall consider the following:

a) price adjustment due to unconditional discounts offered in accordance with ITT 26.8; excluding provisional sums and contingencies, if any, but including Day work items, where priced competitively.

b) Price adjustment due to quantifiable non material non-conformities in accordance with ITT 31.3;

c) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITT 33; and

d) the evaluation factors indicated in Section III, Evaluation and Qualification Criteria.

If price adjustment is allowed in accordance with ITT 17.9, the estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be considered in Tender evaluation.

40.2 The Procuring Entity will evaluate and compare the Tenders that have been determined to be substantially responsive, pursuant to ITT 35.4. The evaluation will be performed assuming either that:

a) The Contract will be awarded to the Lowest Evaluated Tender for the entire Information System; or

b) if specified in the TDS, Contracts will be awarded to the Tenderers for each individual Subsystem, lot, or slice if so defined in the Technical Requirements whose Tenders result in the Lowest Evaluated Tender/ Tenders for the entire System.

In the latter case, discounts that are conditional on the award of more than one Subsystem, lot, or slice may be offered in Tenders. Such discounts will be considered in the evaluation of tenders as specified in the TDS.

17

41 Comparison of Tenders

41.2 The Procuring Entity shall compare all substantially responsive Tenders in accordance with ITT 35.6 to determine the lowest evaluated cost.

42 Abnormally Low Tenders and Abnormally High Tenders

42.2 An Abnormally Low Tender is one where the Tender price in combination with other constituent elements of the Tender appears unreasonably low to the extent that the Tender price raises material concerns as to the capability of the Tenderer to perform the Contract for the offered Tender Price or that genuine competition between Tenderers is compromised.

42.3 In the event of identification of a potentially Abnormally Low Tender, the Procuring Entity shall seek written clarifications from the Tenderer, including detailed price analyses of its Tender price in relation to the subject matter of the contract, scope, proposed methodology, schedule, allocation of risks and responsibilities and any other requirements of the tendering document.

42.4 After evaluation of the price analyses, in the event that the Procuring Entity determines that the Tenderer has failed to demonstrate its capability to perform the Contract for the offered Tender Price, the Procuring Entity shall reject the Tender.

Abnormally High Tenders

42.5 An abnormally high tender price is one where the tender price, in combination with other constituent elements of the Tender, appears unreasonably too high to the extent that the Procuring Entity is concerned that it (the Procuring Entity) may not be getting value for money or it may be paying too high a price for the contract compared with market prices or that genuine competition between Tenderers is compromised.

42.6 In case of an abnormally high price, the Procuring Entity shall make a survey of the market prices, check if the estimated cost of the contract is correct and review the Tender Documents to check if the specifications, scope of work and conditions of contract are contributory to the abnormally high tenders. The Procuring Entity may also seek written clarification from the tenderer on the reason for the high tender price. The Procuring Entity shall proceed as follows:

a. If the tender price is abnormally high based on wrong estimated cost of the contract, the Procuring Entity may accept or not accept the tender depending on the Procuring Entity's budget considerations.

b. If specifications, scope of work and/ or conditions of contract are contributory to the abnormally high tender prices, the Procuring Entity shall reject all tenders and may retender for the contract based on revised estimates, specifications, scope of work and conditions of contract, as the case may be.

42.7 If the Procuring Entity determines that the Tender Price is abnormally too high because genuine competition between tenderers is compromised (often due to collusion, corruption or other manipulations), the Procuring Entity shall reject all Tenders and shall institute or cause competent Government Agencies to institute an investigation on the cause of the compromise, before retendering.

43 Unbalanced or Front-Loaded Tenders

43.2 If the Tender that is evaluated as the lowest evaluated cost is, in the Procuring Entity's opinion, seriously unbalanced or front loaded the Procuring Entity may require the Tenderer to provide written clarifications. Clarifications may include detailed price analyses to demonstrate the consistency of the Tender prices with the scope of information systems, installations, proposed methodology, schedule and any other requirements of the tendering document.

43.3 After the evaluation of the information and detailed price analyses presented by the Tenderer, the Procuring Entity may: -

a) Accept the Tender; or

b) If appropriate, require that the total amount of the Performance Security be increased, at the expense of the Tenderer, to a level not exceeding twenty percent (20%) of the Contract Price; or

c) Reject the Tender.

18

44 Eligibility and Qualification of the Tenderer

44.2 The Procuring Entity shall determine to its satisfaction whether the Tenderer that is selected as having submitted the lowest evaluated and substantially responsive Tender is eligible and meets the qualifying criteria specified in Section III, Evaluation and Qualification Criteria.

44.3 The determination shall be based upon an examination of the documentary evidence of the Tenderer's qualifications submitted by the Tenderer, pursuant to ITT 15.

44.4 Unless otherwise specified in the TDS, the Procuring Entity will NOT carry out tests at the time of post- qualification, to determine that the performance or functionality of the Information System offered meets those stated in the Technical Requirements. However, if so specified in the TDS the Procuring Entity may carry out such tests as detailed in the TDS.

44.5 An affirmative determination shall be a prerequisite for award of the Contract to the Tenderer. A negative determination shall result in disqualification of the Tender, in which event the Procuring Entity shall proceed to the next lowest evaluated cost or best evaluated Tender, as the case may be, to make a similar determination of that Tenderer's qualifications to perform satisfactorily.

44.6 The capabilities of the manufacturers and subcontractors proposed by the Tenderer that is determined to have offered the Best Evaluated Tender for identified major items of supply or services will also be evaluated for acceptability in accordance with Section III, Evaluation and Qualification Criteria. Their participation should be confirmed with a Form of intent between the parties, as needed. Should a manufacturer or subcontractor be determined to be unacceptable, the Tender will not be rejected, but the Tenderer will be required to substitute an acceptable manufacturer or subcontractor without any change to the Tender price. Prior to signing the Contract, the corresponding Appendix to the Contract Agreement shall be completed, listing the approved manufacturers or subcontractors for each item concerned.

44.7 Foreign tenderers are required to source at least forty (40%) percent of their contract inputs (in supplies, subcontracts and labor) from national suppliers and contractors. To this end, a foreign tenderer shall provide in its tender documentary evidence that this requirement is met. Foreign tenderers not meeting this criterion will be automatically disqualified. Information required to enable the Procuring Entity determine if this condition is met shall be provided in for this purpose is be provided in “SECTIONIII- EVALUATION AND QUALIFICATION CRITERIA.

45 Procuring Entity's Right to Accept Any Tender, and to Reject Any or All Tenders

45.2 The Procuring Entity reserves the right to accept or reject any Tender, and to annul the Tendering process and reject all Tenders at any time prior to contract award, without there by incurring any liability to Tenderers. In case of annulment, all Tenders submitted and specifically, Tender securities, shall be promptly returned to the Tenderers.

F. AWARD OF CONTRACT

46 Award Criteria

46.2 Subject to ITT 40, the Procuring Entity shall award the Contract to the successful tenderer whose tender has been determined to be the Lowest/ best Evaluated Tender. The determination of the lowest/ Best Evaluated Tender will be made in accordance to one of the two options as defined in the TDS. The methodology options are:

The Procuring Entity shall award the Contract to the successful tenderer whose tender has been determined to be the Lowest Evaluated Tender

a) When rated criteria are used: The Tenderer that meets the qualification criteria and whose Tender:

i) Is substantially responsive; and

ii) Is the Best Evaluated Tender (i.e. the Tender with the highest combined technical/ quality/ price score); or

b) When rated criteria are not used: The Tenderer that meets the qualification criteria and whose Tender has been determined to be:

i) Most responsive to the tendering document; and

ii) The lowest evaluated cost.

19

47 Procuring Entity's Right to Vary Quantities at Time of Award

47.2 The Procuring Entity reserves the right at the time of Contract award to increase or decrease, by the percentage (s) for items as indicated in the TDS.

48 Notice of Intention to enter into a Contract/ Notification of award

48.2 Upon award of the contract and Prior to the expiry of the Tender Validity Period the Procuring Entity shall issue a Notification of Intention to Enter into a Contract/ Notification of award to all tenderers which shall contain, at a minimum, the following information:

a) The name and address of the Tenderer submitting the successful tender;

b) The Contract price of the successful tender;

c) a statement of the reason(s) the tender of the unsuccessful tenderer to whom the letter is addressed was unsuccessful, unless the price information in (c) above already reveals the reason;

d) the expiry date of the Standstill Period; and

e) instructions on how to request a debriefing and/ or submit a complaint during the standstill period;

49 Standstill Period

49.2 The Contract shall not be signed earlier than the expiry of a Standstill Period of 14 days to allow any dissatisfied tender to launch a complaint. Where only one Tender is submitted, the Standstill Period shall not apply.

49.3 Where a Standstill Period applies, it shall commence when the Procuring Entity has transmitted to each Tenderer the Notification of Intention to Enter in to a Contract with the successful Tenderer.

50 Debriefing by the Procuring Entity

50.2 On receipt of the Procuring Entity's Notification of Intention to Enter into a Contract referred to in ITT 43, an unsuccessful tenderer may make a written request to the Procuring Entity for a debriefing on specific issues or concerns regarding their tender. The Procuring Entity shall provide the debriefing within five days of receipt of the request.

50.3 Debriefings of unsuccessful Tenderers may be done in writing or verbally. The Tenderer shall bear its own costs of attending such a debriefing meeting.

51 Letter of Award

51.2 Prior to the expiry of the Tender Validity Period and upon expiry of the Standstill Period specified in ITT44.1, upon addressing a complaint that has been filed within the Standstill Period, the Procuring Entity shall transmit the Letter of Award to the successful Tenderer. The letter of award shall request the successful tenderer to furnish the Performance Security within 21days of the date of the letter.

52 Signing of Contract

52.2 Upon the expiry of the fourteen days of the Notification of Intention to enter in to contract and upon the parties meeting their respective statutory requirements, the Procuring Entity shall send the successful Tenderer the Contract Agreement.

52.3 Within fourteen (14) days of receipt of the Contract Agreement, the successful Tenderer shall sign, date, and return it to the Procuring Entity.

52.4 The written contract shall be entered into within the period specified in the notification of award and before expiry of the tender validity period.

52.5 Notwithstanding ITT 47.2 above, in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Procuring Entity, to Kenya, or to the use of the Information System to be supplied, where such export restrictions arise from trade regulations from a country supplying those Information System, the Tenderer shall not be bound by its Tender, provided that the Tenderer can demonstrate that signing of the Contract Agreement has not been prevented by any lack of diligence on the part of the Tenderer in completing any formalities, including applying for permits, authorizations and licenses necessary for the export of the Information System under the terms of the Contract.

20

53 Performance Security

53.2 Within twenty-one (21) days of the receipt of the Form of Acceptance from the Procuring Entity, the successful Tenderer shall furnish the performance security in accordance with the General Conditions, subject to ITT38.2 (b), using for that purpose the Performance Security Form included in Section X, Contract Forms, or another form acceptable to the Procuring Entity. If the Performance Security furnished by the successful Tenderer is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful Tenderer to be acceptable to the Procuring Entity. A foreign institution providing a Performance Security shall have a correspondent financial institution located in Kenya.

53.3 Failure of the successful Tenderer to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Tender Security. In that event the Procuring Entity may award the Contract to the Tenderer offering the next Best Evaluated Tender.

49 Publication of Procurement Contract

Within fourteen days after signing the contract, the Procuring Entity shall publish the awarded contract at its notice boards and websites; and on the Website of the Authority. At the minimum, the notice shall contain the following information:

a) Name and address of the Procuring Entity;

b) Name and reference number of the contract being awarded, a summary of its scope and the selection method used;

c) The name of the successful Tenderer, the final total contract price, the contract duration.

d) Dates of signature, commencement and completion of contract;

e) Names of all Tenderers that submitted Tenders, and their Tender prices as read out at Tender opening.

50. Adjudicator

50.1 Unless the TDS states otherwise, the Procuring Entity proposes that the person named in the TDS be appointed as Adjudicator under the Contract to assume the role of informal Contract dispute mediator, as described in GCC Clause 43.1. In this case, a résumé of the named person is attached to the TDS. The proposed hourly fee for the Adjudicator is specified in the TDS. The expenses that would be considered reimbursable to the Adjudicator are also specified in the TDS. If a Tenderer does not accept the Adjudicator proposed by the Procuring Entity, it should state its non-acceptance in its Tender Form and make a counter proposal of an Adjudicator and an hourly fee, attaching résumé of the alternative. If the successful Tenderer and the Adjudicator nominated in the TDS happen to be from the same country, and this is not Kenya too, the Procuring Entity reserves the right to cancel the Adjudicator nominated in the TDS and propose a new one. If by the day the Contract is signed, the Procuring Entity and the successful Tenderer have not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed, at the request of either party, by the Appointing Authority specified in the SCC clause relating to GCC Clause 43.1.4, or if no Appointing Authority is specified there, the Contract will be implemented without an Adjudicator.

51. Procurement Related Complaints

5.1 The procedures for making a Procurement-related Complaint are as specified in the TDS.

21

ITT Reference

ITEM DESCRIPTIONS

A) General

ITT 1.1 The Reference Number Request Tender is: FRC/T/DRC/003/2021-2022 The Procuring Entity is: Financial Reporting Centre

ITT 1.3 (a The Electronic -process Shall Not be used to manage any aspect of this tender

ITT 3.3 Firms (if Any) provided that provided consulting Services for the Contrat being tendered for are: Not Applcable

ITT 4.1 Maximum Number of Members in the JV shall be: Joint Venture arrangements NOT permitted.

ITT4.10 The Procuring Entity may require tenderers to be registred with: In Kenya

C. Tendering Document

ITT8.1 For clarification of purposes only, the Procuring Entity’s address is: Attn: Director General Financial Reporting Centre Private bag 00200 Nairobi. Telephone;+ 254 0709858000 Email address; [email protected] Request for clarifications should be received by the procuring entity not later than 3 days before the date of tender submission.

ITT 8.2 The Procuring entity shall publish it’s response to the website: www.frc.go.ke

ITT 8.4 A pre-tender on-site visit will take place on the following dates, time and place;

Date: On Friday 10th December, 2021 and on Friday,17th December,2021 at 10.00am at FRC Offices on 29th Floor UAP Old Mutual Tower upperhiil Road Nairobi.

Note: Inorder to abide by the ministry of health directives and limit the spread of COVID-19, potential bidders will be required to send an email to [email protected] by 8th December 2021 for allocation of time slots.

ITT. 9.1 The Procuring entity shall publish its response at the website www.frc.go.ke

22

C. Preparation of Tenders

Itt 11.1 The tendere shall submit with its tender the following additional Documents.Required Documents are as indicted in the Tender Document

Itt 13.1 Alternative tenders are NOT Permited

ITT 13.2 Alternatives to the time schedule : Shall Not be permited

ITT: 13.4 Alternative Technical Solutions shall Not be permitted.

ITT 15.2 Prequalification has not been undertaken

ITT. 16(A) In addition to the topics described in ITT Clause 16.2(a), the preliminary Project Plan must address the following:

a.Project Organization and Management Sub plan, Including management authorities,responsibilities and contacts as well as tasks and resource bound Schedules(IN GANTT Format)

b. Implementation subplan

c. Training subplan

d. Testing and Quality assurance sub plan

e. Warranty defect repair and technical support service sub plan

ITT. 16.3 In the interest of effective integration, cost effect technical support and reduced retraining and staffing cost,Tenderers are required to offer specific brand names and models items : None

Itt 17.2 The tenderer MUST tender the recurrent costs.

ITT 17.2 a The Tendere MUST NOT tender for contract of recurrent cost items not included in the Main contract

ITT 17.5 The incoterms destination is: Nairobi

ITT. 17.6 Named place for final destination (or project site) is: Nairobi.

Itt 17.8 Itt 17.8 is modified as follows: Not Applicable.

ITT.17.9 The Prices qouted by the tenders shall NOT be subject to adjustment during the performance of the contract.

Itt. 18.1 The tenderer is Required to quote all components in Kenya Shillings.

ITT 19.1 The tender validity period shall be 120 days from the date of tender submission

23

Itt 19.3 The tender price shall be adjusted by the following factors; Not Applicable

ITT 20.1 Tender security equivalent to 2% of the qouted sum from a reputable bank or insurance firm approved by PPRA is required.

ITT 20.3 Other types of acceptable securities are: None.

ITT: 20.10 If the tender incurs any of the actions prescribed in subsection a or b of this provision, the procuring entity will declare the tenderer ineligible to be awarded contract by the Procuring Entity for a period of …………………………………. years: Not Applicable

ITT 21.1 In addition to the original tender. The number of copies is 1(one) i: e Original + a Copy.

ITT 21.3 The written confirmation of authorization to sign on behalf of the tenders shall consist of: The Letter of power of attorney

ITT 23.1 For tender submission Purposes: The address is: Director General Financial Reporting Centre Private BAG 00200 Nairobi FRC Offices, 29th Floor UAP Old Mutual Tower Upper hill Nairobi. ON or before: Friday 31st December ,2021 at 11.00am

For tender submission Purposes: The address is: Director General Financial Reporting Centre Private BAG 00200 Nairobi

FRC Offices, 29th Floor UAP Old Mutual Tower Upper Hill Nairobi.

ITT 23.1 The deadline of tender Submission is: Friday 31st December ,2021 at 11.00am

26.1 The tender Opening shall take place on. Friday 31st December ,2021 at 11.00am on the 29th Floor meeting room UAP Old Mutual Tower, Upper Hill, Nairobi. The Electronic Tender Submission Procedure is not permitted

ITT 26.6 The Form of Tender and Price Schedule shall be initialed by the all appointed Tender Committee Members of the Procuring entity conducting the Tender Opening.

E. Evaluation and Comparison of Tenders

ITT 33.2 The adjustment shall be based on average Prices of the item or component as qouted in other substantially responsive tenders.If the item of the component cannot be derived from the price of other substatially responsive tenders,the procuring entity shall use its estimate.If the missing goods or Services are ascored technical feature,the relevant score will be at zero…Not Applicable

24

ITT. 33.1 The Currency Shall be Kenya Shillings and the source of exchange rate shall be Central Bank of Kenya as of the Tender Submission Date Refer to Section 111 - Evaluation and Qualification Criteria

34.2 Margin of Preference shall Not apply

34.4 The invitation to tender is extended to the following group that qualifies for reservation: Not Applicable.

34.8 b. The Tenderers shall be allowed/not allowed to qout prices for different lots and the methodology to determine the lowest tenderer in section 111 Evaluation and qualification Criteria : Not Applicable.

39.3 As additional qualifications measures, the Information system (or Components /parts of it) offered by the tendere with the best evaluated tender may be subljected to the following test and performances benchmarks prio to contract award.(SPECFIFY THE MEASURES TO BE USED

Not Applicable

note: for demonstration or benchmark test, specify full testng details and success criteria (alternatevely reference detailed discussion of testing in the technical requirements)

F. Award of Contract

Itt.43.1 The evaluation will be made on the basis pursuant to itt 35.7 if applicable, in accordance with section 111, Evaluation and qualification criteria

ITT 42.1 The maximum percentage by the which quantinties may be increased is: Not Applicable

ITT 50.1 The proposed adjudicator is: Chartered Institute of Arbitrators(Kenya Branch)

Itt 49.1

The procedures for making a Procurement-related Complaint are

available from the PPRA Website www.ppra.go.ke or email

[email protected].

If a Tenderer wishes to make a Procurement-related Complaint,

the Tenderer should submit its complaint following these

procedures, in writing (by the quickest means available, that is

either by hand delivery or email to:

For the attention: Director General

Procuring Entity: Financial Reporting Centre

Email address: [email protected]

In summary, a Procurement-related Complaint may challenge any of the following:

(i) the terms of the Tender Documents; and

the Procuring Entity's decision to award the contract

25

SECTION III - EVALUATION AND QUALIFICATION CRITERIA

1. General Provision

1.1 Wherever a Tenderer is required to state a monetary amount, Tenderers should indicate the Kenya Shilling equivalent using the rate of exchange determined as follows:

a) For construction turnover or financial data required for each year- Exchange rate prevailing on the last day of the respective calendar year (in which the amounts for that year are to be converted) was originally established.

b) Value of single contract- Exchange rate prevailing on the date of the contract signature.

c) Exchange rates shall be taken from the publicly available source identified in the ITT. Any error in determining the exchange rates in the Tender may be corrected by the Procuring Entity.

1.2 This Section contains all the criteria that the Procuring Entity shall use to evaluate Tenders and qualify

Tenderers. No other factors, methods or criteria shall be used. The Tenderer shall provide all the information requested in the forms included in Section IV, Tendering Forms. The Procuring Entity should use the Standard Tender Evaluation Report for Goods and Works for evaluating Tenders.

2 Evaluation and contract award Criteria

The Procuring Entity shall use the criteria and methodologies listed in this Section to evaluate tenders and arrive at the Lowest Evaluated Tender. The tender that (i) meets the qualification criteria, (ii) has been determined to be substantially responsive to the Tender Documents, and (iii) is determined to have the Lowest Evaluated Tender price shall be selected for award of contract.

3 Preliminary examination for Determination of Responsiveness

The Procuring Entity will start by examining all tenders to ensure they meet in all respects the eligibility criteria and other mandatory requirements in the ITT, and that the tender is complete in all aspects in meeting the requirements provided for in the preliminary evaluation criteria outlined below. The Standard Tender Evaluation Report Document for Goods and Works for evaluating Tenders provides very clear guide on how to deal with review of these requirements. Tenders that do not pass the Preliminary Examination will be considered non- responsive and will not be considered further.

26

PRELIMINARY EVALUATION CRITERIA

TABLE 2: PRELIMINARY/MANDATORY EVALUATION

A. MAIN WORKS

CRITERIA Reference/Page

Number

Business Registration and regulatory Compliance

Certificate of Incorporation/Registration Valid Business permit where the firm is domiciled

Valid Tax Compliance Certificates from Kenya Revenue Authority (KRA)

Valid ICTA Accreditation for Datacenter Copy of KRA Personal Identification Number (PIN) Certificate

CR12 Certificate with the names of the Firm’s Directors or Shareholders. The certificate should be recent within 12 months.

Self Declaration that the firm has not been debarred from participating in the matter of the

public procurement and asset disposal act 2015. (Must be commissioned by a Commissioner for Oaths).

Certificate of Independent Tender determination

Declaration that the firm has not been convicted of corrupt or fraudulent practices and that the person/tenderer will not engage in

any corrupt or fraudulent practice(Must be commissioned by a Commissioner for Oaths).

Declaration and commitment to the code of ethics Tender validity (120 days) Dully Filled, Signed and Stamped Confidential Business Questionnaire (Only Authorized persons on the behalf of the bidder must sign the document)

Provide Power of Attorney of Form of Tender Signatory where signatory is not a director of the firm as provided in the firm’s CR12

Declaration that the firm has not been convicted of corrupt or fraudulent practices and that it will not engage in any corrupt or fraudulent practice ((Must be commissioned by a Commissioner for Oaths).

Financials Submission of audited financial statements for the last three (3) years 2020/2019,2018 & 2017 to demonstrate the current soundness of

27

the Bidders financial position and its prospective long term profitability. (Note: Audited Accounts must be certified and signed by CPA)

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the cash-flow requirements.

Three years’ average business turnover, should be minimum twice of the bid price offered by the bidder.

From the Audited financial statements/ balance sheets submitted above, ratios will be used to assess the liquidity position of the bidders. (Preferred liquidity ratio is 1:1 and above.)

Duly filled, signed and stamped Price Schedule in the format provided

Duly Filled Form of Tender Bid security in form of a Bank Guarantee from a Bank Licensed by the Central Bank of Kenya or insurance firm approved by PPRA is required at 2% of quoted Sum

Technical Capacity

Proposed design for replication of applications, databases and storage to achieve an Active Active production site to DR.

Proposed High level Plans, Layouts and Diagrams for the DR site with High-Level integrated layered security implementation design for the Recovery DC. (The design should show the integration and interaction of all security components) – The design diagram must be in a single showing all the security components

Provide evidence of at least three (3) supply/ installations of similar projects for institutions of similar or bigger than FRC during the last five (5) years, the evidence should be in form of: copy of contract or Completion Certificate that have been successfully and substantially completed.

Manufacture Authorizations for the following key components;

a. Proposed Switches b. proposes routers c. Proposed Firewalls d. Proposed load balancers e. Proposed servers f. Proposed containerized

datacenter Unit. g. Proposed Storage h. Data protection appliance i. UPS j. Generator

Note: The above manufacturer Authorizations may be verified by the respective manufacturers

Six (6) months maximum Implementation Matrix – Detailed work plan showing the proposed timelines, understanding of the scope, communication plan, proposed project organization (Note: Providing only project schedule will

28

not be considered as implementation matrix)

3 – year licenses , warranty and support for all equipment’s and systems provided.

Qualification and competence of key staff (attach CV and copy of certificates) Technical Lead

- Degree in ICT, Computer Science or a related discipline from a recognized university.

- At least Five (5) years’ experience in project planning and management or related field.

- Relevant Expert Certifications for key proposed equipment

- 3 Similar projects handled Other Key Staff- (Minimum 2) Degree in ICT, Computer Science or a related discipline from a recognized

- university.

- Minimum of two (2) years’ experience in the relevant field.

Relevant Expert Certification

Brochures for proposed products Note: Indicate Name and page Number for each Brochure. For Electrical brochures/ catalogues should indicate comprehensive relevant data of the proposed equipment/items which should include but not limited to the following: (i) Standards of manufacture; (ii) Performance ratings/characteristics; (iii) Material of manufacture; (iv) Electrical power ratings; and (v) All other requirements as indicated in the technical specifications of the bid.

Training proposal aligned to the proposed solution

Filled and Stamped or Sealed Form for cyber Security Compliance Agreement form (for compliance with Computer Misuse and Cybercrime Act 2018 and Data Protection Act 2019)

Other Requirements

Provide List of Sub-Contractors indicating their roles with respective Agreements where applicable.

Site Visit Participation Certificate (To be issued during mandatory Site Visit and Inspection)

The tender document - Original and Copy MUST be TAPE BOUND (Spiral Binding and use of Spring or box files will be deemed as non-responsive) and sequentially paginated.

B. CIVIL WORKS Note: If the works are done by subcontractor, then attach subcontractor

Certificate of Incorporation/Registration NCA Registration for Builders works & Valid Annual license -NCA 6 and above

Tax Compliance Certificate Two Similar Projects (WORKS) carried out by the sub-contractor in the past Five years.

29

documents.

C. ELECTRICAL WORKS

Note: If the works are done by subcontractor, then attach subcontractor documents.

Certificate of Incorporation/Registration Tax Compliance Certificate Current Licenses with the Energy and Petroleum Authority (EPRA)as follows; Electrical Installation works – Class B and above

Two Similar Projects (WORKS) carried out by the sub-contractor in the past Five years.

REMARKS

30

TECHNICAL EVALUATION

TECHNICAL EVALUATION

1 Specific experience of the Tenderer, as a firm, relevant to supply & Installation of Data Centers: [0-8] Supply/ installations of similar Datacenter

projects for institutions of similar or bigger than

FRC during the last five (5) years

3 – Projects – 3 marks

4 – Projects – 4 Marks

5 – Projects – 5 Marks

Experience in Generator Installation Works

>= Two Similar Projects carried out by the

Contractor/sub-contractor in the past Five years.

– 1 mark

Experience in air conditioning and fire

suppression installation works

>= Two Similar Projects carried out by the

Contractor/sub-contractor in the past Five years.

– 1 mark

Current National Construction Authority

Registration Certificate NCA 6 and above with a

valid annual practicing license in

- Air conditioning and mechanical ventilation and

Plumbing and firefighting installation; - 1 Mark

2. Adequacy and quality of the proposed methodology, and work plan [0-25]

Technical Methodology and Implementation

Matrix – Detailed work plan showing the

proposed timelines, understanding of the scope,

communication plan, proposed project

organization and staffing – 3 Marks maximum

Proposed mantainace and support schedule

for 3 years with quarterly periods – 2 Marks

Proposed High level Plans, Layouts and

Diagrams for the DR site for the following;

- Active Components (Physical

connectivity) – 2 Marks

- Logical Connectivity – 4 Mark

- Electrical – 2 Marks

- Air conditioning – 2 Marks

- CCTV and Access control – 2 Marks

- layered security implementation design

for the Recovery DC. (The design

should show the integration and

interaction of all security components) –

4 Marks

- Proposed design for replication of

applications, databases and storage to

achieve an Active Active production site

to DR. -4 Marks

– 20 Marks maximum

[Notes to Consultant: The Procuring Entity will assess whether the proposed methodology is clear,

responds to the TORs, work plan is realistic and implementable; overall team composition is balanced

and has an appropriate skill mix; and the work plan has right input of Experts]

3 Conformity to Technical Specifications [0- 43]

31

Builders & civil works – 4 Marks maximum

Electrical works & Generator – 4 Marks

maximum

Datacenter Setup - 31 Marks maximum

- Load Balancers & Advance Web

application firewall – 4 Marks

- Firewalls (tier I & tier II and Datacenter,

Firepower Mgt Centre system), - 4

Marks

- Firewall Management Appliance – 1

Mark

- Routers and Wireless LAN controllers –

1 Mark

- Core Switch & Fabric Extender – 1

Mark

- Access Switch, SAN Switch, SFPs, and

Access Point – 2 Mark

- Inter Rack Cabling – 1 Mark

- Security appliances (Web security

Appliance, email security Appliance,

security management appliance)- 6

Marks

- Storage – 1 Marks

- Servers – 2 Marks

- Network Access Control – 1Mark

- Backup Appliance and Backup Software

– 1 Mark

- Containerized data Center with;(5

Marks)

a. Cooling system

b. Environmental Monitoring

systems

c. Access Control

d. Racks

e. Redundant UPS

- Replication set up – 2 Marks

Fire Suppression – 2 Marks maximum

CCTV & Access control– 2 Marks maximum

4 Key Experts[0-20]

General qualifications (general education,

training/Certifications, and experience).

Adequacy for the Contract (relevant education,

training, experience in the sector or similar

assignments handled by key experts)

CORE ICT EXPERTS

Qualification and competence of key staff (attach

CV and copy of

certificates)

Technical Lead - 4 Marks

- Degree in ICT, Computer Science or a

related discipline from a recognized

university.

- At least Five (5) years’ experience in

project planning and management or

related field.

- Relevant Expert Certifications for key

proposed equipment

- 3 Similar projects handled

Other Key Staff- (Minimum 2) – 2 Marks

Degree in ICT, Computer Science or a related

discipline from a recognized

- university.

32

- Minimum of two (2) years’ experience

in the relevant field.

Relevant Expert Certification

ELECTRICAL EXPERTS

Qualification and competence of key staff in

Electrical (attach CV and copy of

certificates)

Technical Lead – 3 Marks

- Degree/Diploma in Electrical or relevant

Engineering Field, or a related discipline

from a recognized university.

- At least Five (5) years’ experience

- 2 Similar projects handled

Other Key Staff- (Minimum 2) – 2Marks

Degree/Diploma holder in electrical Engineering

or a related discipline from a recognized

institution

- Minimum of two (3) years’ experience

in the relevant field.

CIVIL WORKS EXPERTS

Qualification and competence of key staff in

Civil Works (attach CV and copy of

certificates)

Technical Lead – 3 marks

- Degree/Diploma in Civil works or

relevant Engineering Field, or a related

discipline from a recognized university.

- At least Five (5) years’ experience

- 3 Similar projects handled

Other Key Staff- (Minimum 2) – 2 Marks

Degree/Diploma holder in Civil works or a

related discipline from a recognized institution

- Minimum of two (3) years’ experience

in the relevant field.

MECHANICAL EXPERTS

Qualification and competence of key staff in

Mechanical (attach CV and copy of

certificates)

Technical Lead - 3 Marks

- Degree/Diploma in mechanical or

relevant Engineering Field, or a related

discipline from a recognized university.

- At least Five (5) years’ experience

- 2 Similar projects handled

Other Key Staff- (Minimum 1) – 1 Mark

Degree/Diploma holder mechanical Engineering

or a related discipline from a recognized

institution

Minimum of two (3) years’ experience in the

relevant field.

5 Transfer of knowledge and training program[0-4]

Relevance of training program 2Marks

maximum

Training approach and methodology 2 Marks

maximum

33

Total points for the five criteria: 100 The minimum technical score (St)

required to pass is: 70

FINANCIAL EVALUATION

Tenderers who score less than the required pass will be automatically disqualified. Tenderers who pass the technical evaluation will be evaluated further.

4 Tender Evaluation (ITT 35.5)

Price evaluation: in addition to the criteria listed in ITT 35.5 (a)–(e) the following criteria shall apply:

i) Time Schedule: time to complete the Information System from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of pre-commissioning activities is: No credit will be given for earlier completion. Tenders offering a completion date beyond the maximum designated period shall be rejected.

ii) Alternative Technical Solutions for specified parts of the Works, if permitted under ITT 13.4, will be evaluated as follows: NA

iii) Other specific additional criteria- if permitted under ITT 36.5 (f) the relevant evaluation method, if any, shall be as follows: NA

iv) Recurrent Costs - since the operation and maintenance of the system being procured form a major part of the implementation, the resulting recurrent costs will be evaluated according to the principles given here after, including the cost of recurrent cost items for the initial period of operation stated below, based on prices furnished by each Tenderer in Price Schedule Nos. 3.3 and 3.5. The recurrent cost factors for calculation of the implementation schedule are:

34

i) Hardware maintenance

ii) Software licenses and updates

iii) Other services (if any).

v) Recurrent cost items for post- warranty service period if subject to evaluation shall be included in the main contractor a separate contract signed together with the main contract. Such costs shall be added to the Tender price for evaluation.

5 Post qualification and Contract ward (ITT 39), more specifically,

a) In case the tender was subject to post-qualification, the contract shall be awarded to the lowest evaluated tenderer, subject to confirmation of pre-qualification data, if so required.

b) In case the tender was not subject to post-qualification, the tender that has been determined to be the lowest evaluated tenderer shall be considered for contract award, subject to meeting each of the following conditions.

i) The Tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow of Kenya Shillings

35

ii) Minimum average annual construction turnover of Kenya Shillings equivalent calculated as total certified payments received for contracts in progress and/ or completed within the last [insert of year] years.

iii) At least 3 of contract(s) of a similar nature executed within Kenya, or the East African Community or abroad, that have been satisfactorily and substantially completed as a prime contractor, or joint venture member or sub-contractor each of minimum value Kenya shillings equivalent.

iv) Contractor's Representative and Key Personnel, which are specified as

v) Contractors’ key equipment listed on the table “Contractor's Equipment” below and more specifically

listed as [specify requirements for each lot as applicable] ______________________

iv) Other conditions depending on their seriousness.

a) History of non-performing contracts:

Tenderer and each member of JV in case the Tenderer is a JV, shall demonstrate that Non-performance of a contract did not occur because of the default of the Tenderer, or the member of a JV in the last (specify years). The required information shall be furnished in the appropriate form.

b) Pending Litigation

Financial position and prospective long-term profitability of the Single Tenderer, and in the case the Tenderer is a JV, of each member of the JV, shall remain sound according to criteria established with respect to Financial Capability under Paragraph (i) above if all pending litigation will be resolved against the Tenderer. Tenderer shall provide information on pending litigations in the appropriate form.

c) Litigation History

There shall be no consistent history of court/arbitral award decisions against the Tenderer, in the last 5 Years (specify years). All parties to the contract shall furnish the information in the appropriate form about any litigation or arbitration resulting from contracts completed or on going under its execution over the years specified. A consistent history of awards against the Tenderer or any member of a JV may result in rejection of the tender.

6 QUALIFICATIONFORM

1Nonperformance, as decided by the Procuring Entity, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective

contract, and (b) contracts that were so challenged but fully settled against the contractor. Non-performance shall not include contracts where Procuring Entity decision was overruled by the dispute resolution mechanism. Non performance

must be based on all information on fully settled disputes or litigation, i.e., dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances

available to the applicant have been exhausted. 33

Ill

34 Item

No.

Qualification Subject Qualification Requirement to be met Document To be

Completed by

Tenderer

For Procuring

Entity's Use (Qualification

met or Not Met)

9 Pending Litigation Tenderer's financial position and prospective long-term

profitability still sound according to criteria established in

2.3.1 below and assuming that all pending litigation will

be resolved against the Tenderer.

Form CON - 2

10 2.3.1 Historical Financial

Performance

Submission of audited balance sheets or if not required by

the law of the Tenderer's country, other financial

statements acceptable to the Procuring Entity, for the last

[ ] years to demonstrate the current soundness of the

Tenderers financial position and its prospective long-term

profitability.

Form FIN - 2.3.1

with attachments

11 2.3.2 AverageAnnual

Turnover

Minimum average annual turnover of

---------KenyaShillingsequivalent,

calculatedastotalcertifiedpaymentsreceivedfor

contracts in progress or completed, withinthelast _

()years

Form FIN - 2.3.2

12 2.3.3 Financial Resources The Tenderer must demonstrate access to, oravailability

of, financial resources such as liquid assets,

unencumbered real assets, lines of credit, and other

financial means, other than any contractual advance

payments to meet the following cash-flow requirement:

Minimumof KenyaShillings

equivalent.

Form FIN - 2.3.3

13 2.4.1 General Experience ExperienceunderInformationSystemcontractsintherole

ofprimesupplier,managementcontractor,Nmember,or

subcontractorforatleastthelast [ ]years

prior to the applications submissiondeadline.

Form EXP-2.4.1

2For contracts under which the Tenderer participated as a joint venture member or sub-contractor, only the Tenderer's share, by value, and role and responsibilities shall be considered to meet this requirement. 35

36

7 Personnel

The Tenderer must demonstrate that it will have the personnel for the key positions that meet the following requirements:

The Tenderer shall provide details of the proposed personnel and their experience records in the relevant Forms included in Section IV, Tendering Forms.

8 Subcontractors/vendors/manufacturers

Subcontractors/vendors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item:

Failure to comply with this requirement will result in rejection of the subcontractor/vendor.

In the case of a Tenderer who offers to supply and install major items of supply under the contract that the Tenderer did not manufacture or otherwise produce, the Tenderer shall provide the manufacturer's authorization, using the form provided in Section IV, showing that the Tenderer has been duly authorized by the manufacturer or producer of the related subsystem or component to supply and install that item in Kenya. The Tenderer is responsible for ensuring that the manufacturer or producer complies with the requirements of ITT 4 and 5 and meets the minimum criteria listed above for that item.

37

SECTION IV - TENDERING FORMS

1. FORM OF TENDER

INSTRUCTIONS TO TENDERERS

i) The Tenderer must prepare this Form of Tender on stationery with its letter head clearly showing the Tenderer's complete name and business address.

ii) All italicized text is to help Tenderer in preparing this form.

iii) Tenderer must complete and sign TENDERER'S ELIGIBILITY- CONFIDENTIAL BUSINESS QUESTIONNAIRE, CERTIFICATE OF INDEPENDENT TENDER DETERMINATION and the SELF DECLARATION OF THE TENDERER, all attached to this Form of Tender

iv) The Form of Tender shall include the following Forms duly completed and signed by the Tenderer.

• Tenderer's Eligibility-Confidential Business Questionnaire

• Certificate of Independent Tender Determination

• Self-Declaration of the Tenderer

Date of this Tender submission......................... [insert date (as day, month and year) of Tender

submission] ITT No.: ............................................................. [insert number of ITT process]

Alternative No.: ................................................. [insert identification No if this is a Tender for an alternative]

To: ....................................................................... [insert complete name of Procuring Entity]

a) No reservations: We have examined and have no reservations to the tendering document, including Addenda

issued in accordance with Instructions to Tenderers (ITT 8);

b) Eligibility: We meet the eligibility requirements and have no conflict of interest in accordance with ITT 4;

c) Tender-Securing Declaration: We have not been debarred by the Authority based on execution of a Tender- Securing Declaration or Tender Securing Declaration in Kenya in accordance with ITT 4.8;

d) Conformity: We offer to provide design, supply and installation services in conformity with the tendering document of the following: [insert a brief description of the IS Design, Supply and Installation Services];

e) Tender Price: The total price of our Tender inclusive of all taxes, excluding any discounts offered in item (f)

below is: [Insert one of the options below as appropriate]

[Option1, in case of one lot:] Total price is: [insert the total price of the Tender in words and figures, indicating the various amounts and the respective currencies];

Or

[Option 2, in case of multiple lots:] (a) Total price of each lot [insert the total price of each lot in words and figures, indicating the various amounts and the respective currencies]; and (b) Total price of all lots (sum of all lots) [insert the total price of all lots in words and figures, indicating the various amounts and the respective currencies];

(f) Discounts: The discounts offered and the methodology for their application are:

i) The discounts offered are: [Specify in detail each discount offered.]

ii) The exact method of calculations to determine the net price after application of discounts is shown below: [Specify in detail the method that shall be used to apply the discounts];

g) Tender Validity Period: Our Tender shall be valid for the period specified in TDS ITT 19.1 (as amended if applicable) from the date fixed for the Tender submission deadline (specified in TDS ITT 23.1 (as amended if applicable), and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

38

h) Performance Security: If our Tender is accepted, we commit to obtain a Performance Security in accordance with the tendering document;

i) One Tender per Tenderer: We are not submitting any other Tender (s) as an individual Tenderer, and we are not participating in any other Tender (s) as a Joint Venture member, and meet the requirements of ITT 4.3, other than alternative Tenders submitted in accordance with ITT 13;

j) Suspension and Debarment: We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by the PPRA. Further, we are not in eligible under Laws of Kenya or official regulations or pursuant to a decision of the United Nations Security Council;

k) State-owned enterprise or institution: [select the appropriate option and delete the other] [We are not a state- owned enterprise or institution]/ [We are a state-owned enterprise or institution but meet the requirements of ITT 4.7];

l) Commissions, gratuities and fees: We have paid, or will pay the following commissions, gratuities, or fees with respect to the Tendering process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity]

(If none has been paid or is to be paid, indicate “none.”)

m) Binding Contract: We understand that this Tender, together with your written acceptance thereof included in your Form of Acceptance, shall constitute a binding contract between us, until a formal contract is prepared and executed;

n) Not Bound to Accept: We understand that you are not bound to accept the lowest evaluated cost Tender, the Best Evaluated Tender or any other Tender that you may receive; and

o) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf engages in any type of Fraud and Corruption.

Name of the Tenderer: *[insert complete name of person signing the Tender]

p) Collusive practices: We hereby certify and confirm that the tender is genuine, non-collusive and made with the intention of accepting the contract if awarded. To this effect we have signed the “Certificate of Independent Tender Determination” attached below.

q) Code of Ethical Conduct: We undertake to adhere by the Code of Ethical Conduct for Persons Participating in Public Procurement and Asset Disposal Activities in Kenya, copy available from www.pppra.go.ke during the procurement process and the execution of any resulting contract.

r) We, the Tenderer, have fully completed and signed the following Forms as part of our Tender:

i) Tenderer's Eligibility; Confidential Business Questionnaire – to establish we are not in any conflict to interest.

ii) Certificate of Independent Tender Determination – to declare that we completed the tender without colluding with other tenderers.

iii) Self-Declaration of the Tenderer–to declare that we will, if awarded a contract, not engage in any form of fraud and corruption.

39

iv) Declaration and commitment to the code of ethics for Persons Participating in Public Procurement and Asset Disposal Activities in Kenya. Further, we confirm that we have read and understood the full content and scope of fraud and corruption as in formed in “Appendix1-Fraud and Corruption” attached to the Form of Tender.

Name of the person duly authorized to sign the Tender on behalf of the Tenderer: **[insert complete name of person duly authorized to sign the Tender]

Title of the person signing the Tender: [insert complete title of the person signing the Tender] Signature of

the person named above: [insert signature of person whose name and capacity are shown above] Date

signed [insert date of signing] day of [insert month], [insert year].

40

(1) TENDERER'S ELIGIBILITY-CONFIDENTIAL BUSINESS QUESTIONNAIRE

Instruction to Tenderer

Tender is instructed to complete the particulars required in this Form, one form for each entity if Tender is a JV. Tenderer is further reminded that it is an offence to give false information on this Form.

a) Tenderer’s details

41

General and Specific Details

b) Sole Proprietor, provide the following details.

Name in full Age

Nationality Country of Origin

Citizenship

c) Partnership, provide the following details.

d) Registered Company, provide the following details.

(i) Private or public Company

(ii) State the nominal and issued capital of the Company

Nominal Kenya Shillings (Equivalent).......................................................................................

Issued Kenya Shillings (Equivalent)...........................................................................................

(iii) Give details of Directors as follows.

e) DISCLOSURE OF INTEREST - Interest of the Firm in the Procuring Entity.

i) are there any person/persons in…………………… (Name of Procuring Entity) who has/have an interest or relationship in this firm? Yes/ No………………………

If yes, provide details as follows.

42

ii) Conflict of interest disclosure

f) Certification

On behalf of the Tenderer, I certify that the information given above is complete, current and accurate as at the date of submission.

Full Name

Title orDesignation

(Signature) (Date)

43

1) CERTIFICATE OF INDEPENDENT TENDER DETERMINATION

I, the undersigned, in submitting the accompanying Letter of Tender to the [Name of Procuring Entity] for: [Name and number of tenders] in response to the request for tenders made by: [Name of Tenderer] do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of [Name of Tenderer] that:

i). I have read and I understand the contents of this Certificate;

ii). I understand that the Tender will be disqualified if this Certificate is found not to be true and complete in every respect;

iii). I am the authorized representative of the Tenderer with authority to sign this Certificate, and to submit the Tender on behalf of the Tenderer;

iv). For the purposes of this Certificate and the Tender, I understand that the word “competitor” shall include any individual or organization, other than the Tenderer, whether or not affiliated with the Tenderer, who:

a) Has been requested to submit a Tender in response to this request for tenders;

b) could potentially submit a tender in response to this request for tenders, based on their qualifications, abilities or experience;

v). The Tenderer discloses that [check one of the following, as applicable]:

a) The Tenderer has arrived at the Tender independently from, and without consultation, communication, agreement or arrangement with, any competitor;

b) the Tenderer has entered into consultations, communications, agreements or arrangements with one or more competitors regarding this request for tenders, and the Tenderer discloses, in the attached document(s), complete details thereof, including the names of the competitors and the nature of, and reasons for, such consultations, communications, agreements or arrangements;

vi). In particular, without limiting the generality of paragraphs (5) (a) or (5) (b) above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

a) prices;

b) methods, factors or formulas used to calculate prices;

c) the intention or decision to submit, or not to submit, a tender; or

d) the submission of a tender which does not meet the specifications of the request for Tenders; except as specifically disclosed pursuant to paragraph (5) (b) above;

vii). In addition, there has been no consultation, communication, agreement or arrangement with any competitor regarding the quality, quantity, specifications or delivery particulars of the works or services to which this request for tenders relates, except as specifically authorized by the procuring authority or as specifically disclosed pursuant to paragraph (5) (b) above;

viii). The terms of the Tender have not been, and will not be, knowingly disclosed by the Tenderer, directly or indirectly, to any competitor, prior to the date and time of the official tender opening, or of the awarding of the Contract, whichever comes first, unless otherwise required by law or as specifically disclosed pursuant to paragraph(5)(b) above.

Name

Title

Date

[Name, title and signature of authorized agent of Tenderer and Date]

44

(3) SELF-DECLARATION FORMS

FORM SD1

SELF DECLARATION THAT THE PERSON/ TENDERER IS NOT DEBARRED IN THE MATTER OF THE PUBLIC PROCUREMENT AND ASSET DISPOSAL ACT 2015.

I, ……………………………………., of Post Office Box …….………………………. being a resident of ………………………………….. in the Republic of ……………………………. do hereby make a statement as follows: -

1. THAT I am the Company Secretary/ Chief Executive/Managing Director/Principal Officer/Director of

………....……………………………….. (insert name of the Company) who is a Bidder in respect of Tender No.…………………. for……………………. (insert tender title/description) for……………………. (insert name of the Procuring entity) and duly authorized and competent to make this statement.

2. THAT the aforesaid Bidder, its Directors and subcontractors have not been debarred from participating in

procurement proceeding under Part IV of the Act.

3. THAT what is deponed to here in above is true to the best of my knowledge, information and belief.

…………………………………. ………………………………. ……………………… (Title) (Signature) (Date)

Bidder Official Stamp

45

FORM SD2

SELF DECLARATION THAT THE PERSON/TENDERER WILL NOT ENGAGE IN ANY CORRUPT OR FRAUDULENT PRACTICE

I, ...........................................................................of P. O. Box................................................................. being a resident of …………………………………. in the Republic of.....................................................do hereby make a statement as follows: -

1. THAT I am the Chief Executive /Managing Director/ Principal Officer/ Director of……….................

...................………………………… (insert name of the Company) who is a Bidder in respect of Tender No.

………………….. for ……………………. (insert tender title/description) for ……………… (insert name of the Procuring entity) and duly authorized and competent to make this statement.

2. THAT the aforesaid Bidder, its servants and/or agents /subcontractors will not engage in any corrupt or

fraudulent practice and has not been requested to pay any inducement to any member of the Board, Management, Staff and /or employees and /or agents of……………………. (insert name of the Procuring entity) which is the procuring entity.

3. THAT the aforesaid Bidder, its servants and /or agents /subcontractors have not offered any inducement to any

member of the Board, Management, Staff and/ or employees and/ or agents of……………………. (name of the procuring entity).

4. THAT the aforesaid Bidder will not engage /has not engaged in any corrosive practice with other bidders participating in the subject tender

5. THAT what is deponed to here in above is true to the best of my knowledge information and belief.

………………………………… …… …………………….....................… ………………………

(Title)

Bidder's Official Stamp

(Signature) (Date)

46

FORM SD3

DECLARATION AND COMMITMENT TO THE CODE OF ETHICS

I .......................................................................................................................................................... (person) on behalf

of (Name of the Business/Company/Firm) ……………………………………………………. declare that I have

read and fully understood the contents of the Public Procurement & Asset Disposal Act, 2015, Regulations and the

Code of Ethics for persons participating in Public Procurement and Asset Disposal activities in Kenya and my

responsibilities under the Code.

I do hereby commit to abide by the provisions of the Code of Ethics for persons participating in Public Procurement

and Asset Disposal.

Name of Authorized signatory…...................………………………………………….

Sign………..............................................................................……...............................

Position………………………..................................................…………..............................................………………

Office address…………………………………………........................……. Telephone……………………………….

E-mail……………………………………….......................................................................................................………

Name of the Firm/Company…………………………….......................................................................................…......

Date……………………………………………………….......................................................................................…...

(Company Seal/ Rubber Stamp where applicable)

Witness

Name………………………………………………………...........................................................................................

Sign…………………………………………………………...........................................................................................

Date………………………………………………………………...................................................................................

47

FORM SD4

FORM FOR CYBER SECURITY AND DATA PROTECTION

COMPLIANCE AGREEMENT Note: This agreement should be written on the letterhead of the Bidder and be signed by a person

with the proper authority to sign documents that are binding on the contractor.

Invitation for Bids Title and No.: [Purchaser insert: RFB Title and Number]

To: Director General Financial Reporting Centre

Acknowledging that Financial Reporting Centre (FRC) handles through its system sensitive

Government and personal data and with responsibility to abide by all the laws and regulations

governing cyber security and data protection, [insert: Purchaser ] hereby commit to comply all

the requirement of computer misuse and cybercrime act 2018 and Data protection act 2019 , in the

instance that the Bidder is awarded the Contract.

Name [insert: Name of Officer] in the capacity of [insert: Title of Officer]

Signed ______________________________

Duly authorized to sign the authorization for and on behalf of: [insert: Name of contractor]

Dated this [ insert: ordinal ] day of [ insert: month ], [ insert: year ].

[Corporate Seal]

48

4) APPENDIX 1 - FRAUD AND CORRUPTION

(Appendix 1 shall not be modified)

1. Purpose

1.1 The Government of Kenya's Anti-Corruption and Economic Crime laws and their sanction's policies and procedures, Public Procurement and Asset Disposal Act, 2015 (the Act) and the Public Procurement and Asset Regulations, 2020 (the Regulations) and any other relevant Kenya's Acts or Regulations related to Fraud and Corruption, and similar offences, shall apply with respect to Public Procurement Processes and Contracts that are governed by the laws of Kenya.

2. Requirements

2.1 The Government of Kenya requires that all parties including Procuring Entities, Tenderers, (applicants/proposers), Consultants, Contractors and Suppliers; any Sub-contractors, Sub-consultants, Service providers or Suppliers; any Agents (whether declared or not); and any of their Personnel, involved and engaged in procurement under Kenya's Laws and Regulation, observe the highest standard of ethics during the procurement process, selection and contract execution of all contracts, and refrain from Fraud and Corruption and fully comply with Kenya's laws and Regulations as per paragraphs 1.1 above.

2.2 Section 66 of the Act describes rules to be followed and actions to be taken in dealing with Corrupt, Coercive, Obstructive, Collusive or Fraudulent practices, and Conflicts of Interest in procurement including consequences for offences committed. A few of the provisions noted below high light Kenya's policy of no tolerance for such practices and behavior:

i) A person to whom this Act applies shall not be involved in any corrupt, coercive, obstructive, collusive or fraudulent practice; or conflicts of interest in any procurement or asset disposal proceeding;

ii) Adperson referred to under subsection (1) who contravenes the provisions of that sub-section commits an offence;

iii) Without limiting the generality of the subsection (1) and (2), the person shall be: -

a) disqualified from entering into a contract for a procurement or asset disposal proceeding; or

b) if a contract has already been entered into with the person, the contract shall be voidable;

iv) The voiding of a contract by the procuring entity under subsection (7) does not limit any legal remedy the procuring entity may have;

v) An employee or agent of the procuring entity or a member of the Board or committee of the procuring entity who has a conflict of interest with respect to a procurement: -

a) Shall not take part in the procurement proceedings; b) shall not, after a procurement contract has been entered into, take part in any decision relating to

the procurement or contract; and c) shall not be a subcontractor for the tenderer to whom was awarded contract, or a member of the group of

tenderers to whom the contract was awarded, but the subcontractor appointed shall meet all the requirements of this Act.

vi) An employee, agent or member described in subsection (1) who refrains from doing anything prohibited under that subsection, but for that subsection, would have been within his or her duties shall disclose the conflict of interest to the procuring entity;

vii) If a person contravenes sub section (1) with respect to a conflict of interest described in sub section (5) (a) and the contract is awarded to the person or his relative or to another person in whom one of them had a direct or indirect pecuniary interest, the contract shall be terminated and all costs incurred by the public entity shall be made good by the awarding officer. Etc.

2.2 In compliance with Kenya's laws, regulations and policies mentioned above, the Procuring Entity:

a) Defines broadly, for the purposes of the above provisions, the terms: i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything

of value to influence improperly the actions of another party;

49

ii) “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;

iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

v) “obstructive practice” is:

1) Deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede investigation by Public Procurement Regulatory Authority (PPRA) or any other appropriate authority appointed by Government of Kenya into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

2) acts intended to materially impede the exercise of the PPRA's or the appointed authority's inspection and audit rights provided for under paragraph 2.3e. below.

b) Defines more specifically, in accordance with the Act, provisions set forth for fraudulent and collusive

practices as follows:

"fraudulent practice" includes a misrepresentation of fact in order to influence a procurement or disposal processor the exercise of a contract to the detriment of the procuring entity or the tenderer or the contractor, and includes collusive practices amongst tenderers prior to or after tender submission designed to establish tender prices at artificial non-competitive levels and to deprive the procuring entity of the benefits of free and open competition.

c) Rejects a proposal for award1 of a contract if PPRA determines that the firm or individual recommended

for award, any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;

d) Pursuant to the Act and the Regulations, the Procuring Entity may recommend to PPRA for sanctioning and debarment of a firm or individual, as applicable under the Act and the Regulations;

e) Requires that a clause be included in the tender documents and Request for Proposal documents requiring

(i) Tenderers (applicants/proposers), Consultants, Contractors, and Suppliers, and their Sub-contractors, Sub-consultants, Service providers, Suppliers, Agents personnel, permit the PPRA or any other

appropriate authority appointed by Government of Kenya to inspect2all accounts, records and other

documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the PPRA or any other appropriate authority appointed by Government of Kenya; and

f) Pursuant to Section 62 of the Act, requires Applicants/Tenderers to submit along with their Applications/Tenders/Proposals a “Self-Declaration Form” as included in the procurement document declaring that they and all parties involved in the procurement process and contract execution have not engaged/ will not engage in any corrupt or fraudulent practices.

1For the avoidance of doubt, a party's ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest

in A consultancy, and tendering, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated

service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.

2 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by the Investigating Authority or

persons appointed by the Procuring Entity to address specific matters related to investigations/ audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and information, and making copies there of as relevant; accessing and examining any other documents ,data and information (whether in hard copy or electronic format) deemed relevant for the investigation/ audit, and making copies there of as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.

50

PRICE SCHEDULE FORMS

Notes to Tenderers on working with the Price Schedules

1.1 General

The Price Schedules are divided into separate Schedules as follows:

a Grand Summary Cost Table

b Supply and Installation Cost Summary Table

c Recurrent Cost Summary Table

d Supply and Installation Cost Sub-Table (s)

e Recurrent Cost Sub-Tables (s)

f Country of Origin Code Table

[insert:]

1.2 The Schedules do not generally give a full description of the information technologies to be supplied, installed,

and operationally accepted, or the Services to be performed under each item. However, it is assumed that Tenderers shall have read the Technical Requirements and other sections of these tendering documents to ascertain the full scope of the requirements associated with each item prior to filling in the rates and prices. The quoted rates and prices shall be deemed to cover the full scope of these Technical Requirements, as well as overhead and profit.

1.3 If Tenderers are unclear or uncertain as to the scope of any item, they shall seek clarification in accordance with the Instructions to Tenderers in the tendering documents prior to submitting their tender.

2. Pricing

2.1 Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be initialed by the Tenderer. As specified in the Tender Data Sheet, prices shall be fixed and firm for the duration of the Contract.

2.2 Tender prices shall be quoted in the manner indicated and, in the currencies, specified in ITT 18.1 and ITT 18.2. Prices must correspond to items of the scope and quality defined in the Technical Requirements or elsewhere in these tendering documents.

2.3 The Tenderer must exercise great care in preparing its calculations, since there is no opportunity to correct errors once the deadline for submission of tenders has passed. A single error in specifying a unit price can therefore change a Tenderer's overall total tender price substantially, make the tender noncompetitive, or subject the Tenderer to possible loss. The Procuring Entity will correct any arithmetic error in accordance with the provisions of ITT 32.

2.4 Payments will be made to the Supplier in the currency or currencies indicated under each respective item. As specified in ITT18.2, no more than two foreign currencies may be used.

51

2. Supply and Installation Cost SummaryTable

Costs MUST reflect prices and rates quoted in accordance with ITT17 and

18.

Note: - indicates not applicable. “Indicates repetition of table entry above. Refer to the relevant Supply and Installation Cost Sub-Table for the specific components that constitute each Subsystem or line item in this summary table

1. Grand Summary Cost Table

Name of Tenderer:

Date

Authorized Signature of Tenderer:

52

3. Recurrent Cost Summary Table

Costs MUST reflect prices and rates quoted in accordance with ITT 17 and ITT18.

Note: Refer to the relevant Recurrent Cost Sub-Tables for the specific components that constitute the Sub system or line item in this summary table.

Name of Tenderer:

Date Authorized Signature of Tenderer:

4. Supply and Installation Cost Sub-Table [insert: identifying number]

Line-item number: [specify: relevant line-item number from the Supply and Installation Cost Summary Table (e.g., 1.1)]

Prices, rates, and subtotals MUST be quoted in accordance with ITT 17 and ITT18.

Note: - - indicates not applicable

Name of Tenderer:

Date

Authorized Signature of Tenderer:

52

5. Recurrent Cost Sub-Table [insert: identifying number] –Warranty Period

Lot number: [if a multi-lot procurement, insert: lot number, otherwise state “single lot procurement”] Line item

number: [specify: relevant line item number from the Recurrent Cost Summary Table– (e.g., y.1)] Currency:

[specify: the currency of the Recurrent Costs in which the costs expressed in this Sub-Table are expressed]

[As necessary for operation of the System, specify: the detailed components and quantities in the Sub-Table below for the line item specified above, modifying the sample components and sample table entries as needed. Repeat the Sub-Table as needed to cover each and every line item in the Recurrent Cost Summary Table that requires elaboration.]

Costs MUST reflect prices and rates quoted in accordance with ITT 17 and ITT18.

Kenya Shillings

Ksh

Sr. Network Specilist

Sr. ICT Security Specialist

Name of Tenderer: Date

Authorized Signature of Tenderer:

53

6. Country of Origin Code Table

54

55

QUALIFICATION FORMS

1. FOREIGN TENDERERS 40% RULE

Pursuant to ITT 4.11, a foreign tenderer must complete this form to demonstrate that the tender fulfils this condition.

56

2. Form ELI-1 Tenderer Information Form

[The Tenderer shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted.]

Date: .......................................[insert date (as day, month and year) of Tender submission]

ITT No.: .......................................[insert number of Tendering process]

Alternative No.: .......................................[insert identification No if this is a Tender for an alternative]

57

3. Form ELI-1 Tenderer's JV Members Information Form

[The Tenderer shall fill in this Form in accordance with the instructions indicated below. The following table shall be filled in for the Tenderer and for each member of a Joint Venture].

Date: ..................[insert date (as day, month and year) of Tender submission]

ITT No.: ..................[insert number of Tendering process]

Alternative No.: ..................[insert identification No if this is a Tender for an

alternative] Page of pages

58

4. Form CON–1 Historical Contract Non-Performance and Pending Litigation.

In case a pre-qualification process was conducted this form should be used only if the information submitted at the time of pre-qualification requires updating

Tenderer's Legal Name: Date:

JV member Legal Name:

ITT No.:

Age of pages

59

5. Form EXP - 1 Experience – General Experience

Tenderer's Legal Name: Date:

JV Member Legal Name: ITT No.:

Page of pages

*List calendar year for years with contracts with at least nine (9) months activity per year starting with the earliest year.

60

6. Form EXP – 2 Specific Experience

Tenderer's LegalName:

JV Member Legal Name:

Page of pages

Date:

ITT No.:

61

8. Form CCC-1 Summary Sheet: Current Contract Commitments/ Work in Progress

Name of Tenderer or partner of a Joint Venture.

Tenderers and each partner to a Joint Venture tender should provide information on their current commitments on all contracts that have been awarded, or for which a Form of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued

9. Form FIN – 1 Financial Situation

Historical Financial Performance

Tenderer's Legal Name: ______________________________________Date: _____________________________

JV Member Legal Name: _____________________________________ITT No.____________________________

Page _______ of _______ pages

To be completed by the Tenderer and, if JV, by each member

62

Attached are copies of financial statements (balance sheets, including all related notes, and income statements) for the years required above complying with the following conditions:

a) Must reflect the financial situation of the Tenderer or member to a JV, and not sister or parent companies.

b) Historic financial statements must be audited by a certified accountant.

c) Historic financial statements must be complete, including all notes to the financial statements.

d) Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

10. Form FIN –2 Average Annual Turnover

Tenderer's Legal Name: ______________________________________________ Date: _____________________

JV Member Legal Name: ______________________________________________ ITT No.: __________________

Page _______ of _______ pages

*Average annual turnover calculated as total certified payments received for work in progress or completed, divided by the number of years specified in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2.

11. Form F-3 Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total cash flow demands of the subject contract or contracts as indicated in Section III, Evaluation and Qualification Criteria.

63

12. Personnel Capabilities

i) Key Personnel

Name of Tenderer or partner of a Joint Venture Tenderers should provide the names and details of the suitably qualified Personnel to perform the Contract. The data on their experience should be supplied using the Form PER-2 below for each candidate.

64

Summarize professional experience over the last twenty years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

iii) Technical Capabilities

ii) Candidate Summary

The Tenderer shall provide adequate information to demonstrate clearly that it has the technical capability to meet the requirements for the Information System. With this form, the Tenderer should summarize important certifications, proprietary methodologies, and/or specialized technologies that the Tenderer proposes to utilize in the execution of the Contract or Contracts.

(iv) Manufacturer's Authorization

Note: This authorization should be written on the Form head of the Manufacturer and be signed by a person with the proper authority to sign documents that are binding on the Manufacturer.

Name of Tenderer or partner of a Joint Venture

65

Invitation for Tenders Title and No.: [Procuring Entity insert: ITT Title and Number]

To: Director General - Financial Reporting Centre

WHEREAS [insert: Name of Manufacturer] who are official producers of [insert: items of supply by Manufacturer] and having production facilities at [insert: address of Manufacturer] do here by authorize [insert: name of Tenderer or Joint Venture] located at [insert: address of Tenderer or Joint Venture] (hereinafter, the “Tenderer”) to submit a tender and subsequently negotiate and sign a Contract with you for resale of the following Products produced by us:

We hereby confirm that, in case the tendering results in a Contract between you and the Tenderer, the above-listed products will come with our full standard warranty.

Name [insert: Name of Officer] in the capacity of [insert: Title of Officer] Signed

Duly authorized to sign the authorization for and on behalf of: [insert: Name of Manufacturer]

Dated this [ insert: ordinal] day of ______ [insert: month], [ insert: year]. [add Corporate Seal

(where appropriate)]

(v) Subcontractor’s Agreement

Note: This agreement should be written on the Form head of the Subcontractor and be signed by a person with the proper authority to sign documents that are binding on the Subcontractor.

Invitation for Tenders Title and No.: [Procuring Entity insert: ITT Title and Number]

To: [Procuring Entity insert: Procuring Entity's Officer to receive the Subcontractor's Agreement]

WHERE AS [ insert: Name of Subcontractor], having head offices at [ insert: address of Subcontractor], have been informed by [ insert: name of Tenderer or Joint Venture] located at [insert: address of Tenderer or Joint Venture] (here in after, the “Tenderer”) that it will submit a tender in which [insert: Name of Subcontractor] will provide [insert: items of supply or services provided by the Subcontractor]. We hereby commit to provide the above-named items, in the instance that the Tenderer is awarded the Contract.

Name [insert: Name of Officer]in the capacity of [insert: Title of Officer]

Signed Duly authorized to sign the authorization for and on

behalf of: [insert: Name of Subcontractor]

Dated this [insert: ordinal] day of [insert: month], _______ [insert: year].

[add Corporate Seal (where appropriate)]

66

vi) List of Proposed Subcontractors

1 Electrical Works

2 Mechanical Works - Air

Conditioning

3 Civil Works

4 Fire Suppression

Installation Works…etc

5

6

7

13. Intellectual Property Forms

Notes to Tenderers on working with the Intellectual Property

Forms

In accordance with ITT 11.1(j), Tenderers must submit, as part of their tenders, lists of all the Software included in the tender assigned to one of the following categories: (A) System, General-Purpose, or Application Software; or (B) Standard or Custom Software. Tenderers must also submit a list of all Custom Materials. These categorizations are needed to support the Intellectual Property in the GCC and SCC.

I) Software List

ii) List of Custom Materials

67

14. Conformance of Information System Materials

I) Format of the Technical Tender

In accordance with ITT 16.2, the documentary evidence of conformity of the Information System to the tendering documents includes (but is not restricted to):

a) The Tenderer's Preliminary Project Plan, including, but not restricted, to the topics specified in the TDS

ITT 16.2. The Preliminary Project Plan should also state the Tenderer's assessment of the major responsibilities of the Procuring Entity and any other involved third parties in System supply and installation, as well as the Tenderer's proposed means for coordinating activities by each of the involved parties to avoid delays or interference.

b) A written confirmation by the Tenderer that, if awarded the Contract, it shall accept responsibility for successful integration and interoperability of all the proposed Information Technologies included in the System, as further specified in the Technical Requirements.

c) Item-by-Item Commentary on the Technical Requirements demonstrating the substantial responsiveness of the overall design of the System and the individual Information Technologies, Goods, and Services offered to those Technical Requirements.

In demonstrating the responsiveness of its tender, the Tenderer must use the Technical Responsiveness Checklist (Format). Failure to do so increases significantly the risk that the Tenderer's Technical Tender will be declared technically non-responsive. Among other things, the checklist should contain explicit cross-references to the relevant pages in supporting materials included the Tenderer's Technical Tender.

Note: The Technical Requirements are voiced as requirements of the Supplier and/or the System. The Tenderer's response must provide clear evidence for the evaluation team to assess the credibility of the response. A response of “yes” or “will do” is unlikely to convey the credibility of the response. The Tenderer should indicate that–and to the greatest extent practical–how the Tenderer would comply with the requirements if awarded the contract. Whenever the technical requirements relate to feature(s) of existing products (e.g., hardware or software), the features should be described and the relevant product literature referenced. When the technical requirements relate to professional services (e.g., analysis, configuration, integration, training, etc.) some effort should be expended to describe how they would be rendered – not just a commitment to perform the [cut-and-paste] requirement. Whenever a technical requirement is for the Supplier to provide certifications (e.g., ISO9001), copies of these certifications must be included in the Technical Tender.

Note: The Manufacture's Authorizations (and any Subcontractor Agreements) are to be included in Attachment 2 (Tenderer Qualifications), in accordance with and ITT 15.

Note: As a matter of practice, the contract cannot be awarded to a Tenderer whose Technical Tender deviates (materially) from the Technical Requirements – on any Technical Requirement. Such deviations include omissions (e.g., non-responses) and responses that do not meet or exceed the requirement. Extreme care must be exercised in the preparation and presentation of the responses to all the Technical Requirements.

d) Supporting materials to underpin the Item-by-item Commentary on the Technical Requirements (e.g., product literature, white-papers, narrative descriptions of technical approaches to be employed, etc.). In the interest of timely tender evaluation and contract award, Tenderers are encouraged not to overload the supporting materials with documents that do not directly address the Procuring Entity's requirements.

e) Any separate and enforceable contract(s) for Recurrent Cost items which the TDSITT17.2 required Tenderers to tender.

Note: To facilitate tender evaluation and contract award, Tenderers encouraged to provide electronic copies of their Technical Tender–preferably in a format that the evaluation team can extract text from to facilitate the tender clarification process and to facilitate the preparation of the Tender Evaluation Report.

68

ii) Technical Responsiveness Checklist (Format)

Technical

Specification

Description Bidders

Response

YES/NO

Detailed

explanation

with cross-

reference

/evidence.

iii) Form of Tender Security-Option1–Demand Bank Guarantee

[The bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]

[Guarantor Form head or SWIFT identifier code] Beneficiary:

.......................[Procuring Entity to insert its name and address]

ITT No.:

.........................[Procuring Entity to insert reference number for the Invitation for Tenders] Alternative

No.: ..........................[Insert identification No if this is a Tender for an alternative]

Date: [Insert date of issue] TENDER GUARANTEE No.:

[Insert guarantee reference number]

We have been informed that [insert name of the Tenderer, which in the case of a joint venture shall be the name

of the joint venture (whether legally constituted or prospective) or the names of all members there of]

(here in after called “the Applicant”) has submitted or will submit the Beneficiary its tender

(here in after called “the Tender”) for the execution of under Request for Tenders

No. (“the ITT”).

Furthermore, we understand that, according to the Beneficiary's, Tenders must be supported by a Tender guarantee. At the request of the Applicant, we as Guarantor, here by irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of ( ) upon receipt by us of the Beneficiary's complying demand supported by the Beneficiary's statement, whether in the demand itself or a separate signed document accompanying the demand, stating that either the Applicant:

a) has withdrawn its Tender during the period of tender validity set forth in the Applicant's Form of Tender (“the

Tender Validity Period”), or any extension thereof provided by the Applicant; or

b) having been notified of the acceptance of its Tender by the Beneficiary during the period of Tender validity or

any extension thereof provided by the Applicant has failed to: (i) execute the Contract Agreement, if required,

or (ii) furnish the performance security, in accordance with the Instructions to Tenderers (“ITT”) of the

Beneficiary's tendering document.

This guarantee will expire: (a) if the Applicant is the successful Tenderer, upon our receipt of copies of the contract

agreement signed by the Applicant and the Performance Security issued to the Beneficiary in relation to such Contract

Agreement; or (b) if the Applicant is not the successful Tenderer, upon the earlier of (i) our receipt of a copy of the

Beneficiary's notification to the Applicant of the results of the Tendering process; or (ii) twenty-eight days after the

expiration of the Tenderer's Tender Validity Period.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that

date. This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC

Publication No. 758.

[signature(s)]

69

iv) Form of Tender Security - Option 2 - Tender Bond

BOND NO.

BY THIS BOND……………………………………………... as Principal (here in after called “the Principal”), and , authorized to transact business in ______________, as Surety (here in after called “the Surety”), are held

and firmly bound unto as Obligee (hereinafter called “the Procuring Entity”) in the sum of

____________1 (__________), for the payment of which sum, well and truly to be made, we, the said Principal

and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents.

WHEREAS the Principal has submitted or will submit a written Tender to the Procuring Entity dated the day of

, 20, for the supply of [name of Contract] (here in after called the “Tender”). NOW,

THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:

a) Has withdrawn its Tender during the period of tender validity set forth in the Principal's Form of Tender (the Tender Validity Period), or any extension provided by the Principal; or

b) Having been notified of the acceptance of its Tender by the Procuring Entity during the Tender Validity Period or any extension there to provide by the Applicant has failed to; (i) execute the Contract Agreement, or (ii) furnish the Performance Security in accordance with the Instructions to Tenderers (“ITT”) of the Procuring Entity's tendering document.

then the Surety undertakes to immediately pay to the Procuring Entity up to the above amount upon receipt of the Procuring Entity's first written demand, without the Procuring Entity having to substantiate its demand, provided that in its demand the Procuring Entity shall state that the demand arises from the occurrence of any of the above events, specifying which event (s) has occurred.

The Surety here by agrees that its obligation will remain in full force and effect up to and including the date 28days after the date of expiration of the Tender Validity Period set forth in the Principal's Form of Tender or extended there to provide by the Principal.

IN TESTIMONY WHERE OF, the Principal and the Surety have caused these presents to be executed in their respective names this day of 20 .

Principal: Corporate Seal (where appropriate)

Surety:

(Signature) (Signature)

(Printed name and title) (Printed name and title)

70

v) TENDER - SECURING DECLARATION FORM r 46 and155(2)

[The Bidder shall complete this Form in accordance with the instructions indicated] Date: ...............................

[insert date (as day, month and year) of Tender Submission]

Tender No.: ............................... [insert number of tendering process]

To: ............................... [insert complete name of Purchaser] I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Tender-Securing Declaration.

2. I/We accept that I/we will automatically be suspended from being eligible for tendering in any contract with the Purchaser for the period of time of [insert number of months or years] starting on [insert date], if we are in breach of our obligation (s) under the bid conditions, because we–(a) have withdrawn our tender during the period of tender validity specified by us in the Tendering Data Sheet; or (b) having been notified of the acceptance of our Bid by the Purchaser during the period of bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the instructions to tenders.

3. I/We understand that this Tender Securing Declaration shall expire if we are not the successful Tenderer(s), upon the earlier of:

a) Our receipt of a copy of your notification of the name of the successful Tenderer; or

b) thirty days after the expiration of our Tender.

4. I/We understand that if I am/ we are/ in a Joint Venture, the Tender Securing Declaration must be in the name of the Joint Venture that submits the bid, and the Joint Venture has not been legally constituted at the time of bidding, the Tender Securing Declaration shall be in the names of all future partners as named in the letter of intent.

Signed: ……………………………………………………………….………......................................................

Capacity / title (director or partner or sole proprietor, etc.) ……….………........................................................……….

Name: ………………………………………………………………………………….................................................

Duly authorized to sign the bid for and on behalf of: _________ [insert complete name of Tenderer] Dated

on…………………. day of…………….……. [Insert date of signing]

Seal or stamp

71

PART 2 – PROCURING ENTITY'S REQUIREMENTS

72

SECTION V - REQUIREMENTS OF THE INFORMATION SYSTEM

(INCLUDING TECHNICAL REQUIREMENTS, IMPLEMENTATION SCHEDULE, SYSTEM INVENTORY TABLES, BACKGROUND AND INFORMATIONAL MATERIALS)

A. Acronyms Used in the Technical Requirements

i) Acronym Table

Note: Compile a table of organizational and technical acronyms used in the Requirements. This can be done, for example, by extending the following table.

Term Explanation

DC Data Centre

DNS Domain Name System

DR Data Recovery

FRC Financial Reporting Centre

CPA Certified Public Accountant

NCA National Construction Authourity

WAN Wide Area Network

LAN Local Area Network

NOC Network Operations Centre

IBM International Business Machines

TB Terabyte

DRAM Dynamic Random-Access Memory

VPN Virtual Private Network

HDD Hard Disk Drive

SAN Storage Area Network

DIMM Dual In-Line Memory Module

HBA Host Bus Adapter

OEM Original Equipment Manufacturer

KVA Kilovolt-Ampere

IPS Instrusion Prevention System

IDS Intrusion Detection System

PDU Power Distribution Unit

MCB Miniature Circuit Breaker

DB(Electrical) Distribution Board

DB(Information

Technology) Data Base

LTM Local Traffic Manager

AWAF Advanced Web Application Firewall

SR Short Range

74

SFP small form-factor pluggable

DLP Data Loss Prevention

CDP Connected Devices Platform

AP Access Point

TLS Transport Layer Security

SSL Secure Sockets Layer

SNMP Simple Network Management Protocol

FC Fibre Channel

SSH Secure Shell

QOS Quality Of Service

UTM Unified Threat management

NGFW Next Generation Firewall

DCHP Dynamic Host Configuration Protocol

NAT Networrk address Translation

IEEE Institute of Electrical and Electronics Engineers

NX-OS Nexus Operating System

DDR Double Data Rate

VM Virtual Machine

81

i) Implementation Schedule Table

[Specify desired installation and acceptance dates for all items in Schedule below, modifying the sample line items and sample table entries as needed.]

Note: The System Inventory Table(s) for the specific items and components that constitute the Subsystems or item. Refer to the Site Table(s) below for details regarding

the site and the site code. - - indicates not applicable. “Indicates repetition of table entry above.

II). SITE TABLE(S)

[Specify: the detailed information regarding the site(s) at which the System is to be operated]

NAIROBI

82

III) TABLE OF HOLIDAYS AND OTHER NON – WORKING DAYS

[Specify: the days for each month for each year that are non-working days, due to Holidays or other business reasons (other than weekends).]

83

B. System Inventory Tables

Notes on preparing the System Inventory Tables

The System Inventory Tables detail:

a) for each Subsystem (Deliverable) indicated in the Implementation Schedule, the Information Technologies, Materials, and other Goods and Services that comprise the System to be supplied and/or performed by the Supplier;

b) the quantities of such Information Technologies, Materials, and other Goods and Services;

c) the sites and the location of each on a specific site (e.g., building, floor, room, department, etc.)

d) the cross references to the relevant section of the Technical Requirements where that item is described in greater detail.

There are two sample formats given for the System Inventory Tables: one for the Supply and Installation cost items and the second for recurrent cost items needed (if any). The second version of the table permits the Procuring Entity to obtain price information about items that are needed during the Warranty Period.

A. System Inventory Table (Supply and Installation Cost ITEMS) [insert: identifying NUMBER]

Line-item number: [ specify: relevant line-item number from the Implementation Schedule (e.g., 1.1)]

[as necessary for the supply and installation of the System, specify: the detailed components and quantities in the System Inventory Table below for the line item specified above, modifying the sample components and sample table entries as needed. Repeat the System Inventory Table as needed to cover each and every line item in the Implementation Schedule that requires elaboration.]

Note: - - indicates not applicable. “indicates repetition of table entry above.

84

B. SYSTEM INVENTORY TABLE (RECURRENT COST ITEMS) [INSERT: IDENTIFYING NUMBER]–

Line-item number: [specify: relevant line-item number from the Implementation Schedule (e.g., y.1)]

Note: - indicates not applicable. “indicates repetition of table entry above

85

TECHNICAL SPECIFICATIONS FOR SUPPLY, DELIVERY AND INSTALLATION

OF DISASTER RECOVERY SITE/ENHANCED INFORMATION SECURITY

SOLUTIONS FOR FINANCIAL REPORTING CENTER

1.1. General Technical Requirements

The Financial Reporting Centre (FRC, or the Centre) is a Government institution

created by the Proceeds of Crime and Anti-Money Laundering Act (POCAMLA)

2009, with the principal objective being to assist in the identification of the

proceeds of crime and the combating of money laundering intends set up a

disaster recovery center and this document specifies the requirements for the

Supply installation of both hardware and software for the disaster recovery Centre

for the FRC.

1.2. Scope of Works

The Selected bidder shall provide designs (including plans, Layouts and

Diagrams as required) and set-up an Active-Active containerized disaster

recovery Data Centre in line with minimum requirements as laid out in

Telecommunications Industry Association (TIA) 942-B specifications for a Tier

II Data Centre and ICT Standards as laid out by ICT Authority Kenya

(http://icta.go.ke/standards/data-centre-standard/)in addition to supplying and

installing both software and hardware equipment.

The disaster recovery data center design and set up should ensure an uptime of

99.7%. The bidder shall furnish the Centre a complete set of drawings, bills of

quantities and detailed specifications necessary to complete the project in

accordance with the requirements of the tender documents. From the drawings

and detailed specifications, the bidder shall furnish all labor, materials,

equipment, services and transportation necessary for the complete set-up of the

disaster recovery data center, including Civil works, structures, and utilities.

The set of hardware should be compatible with the existing production

environment to avoid complications and ease data replication. It is recommended

that the DR environment uses similar or compatible hardware, Operating Systems

and Databases to minimize implementation risks and improve efficiency in order

to lower staff training, administration, operations, and maintenance costs.

In addition, the Storage for the Disaster Recovery site should be compatible with

that of a similar technology to that at the Production (Primary) Site (SAN Storage)

for successful replication of data and implementation of a Highly Available

(active) Disaster Recovery site;

The bidder should adopt a layered security approach in conformance with

acceptable Information Security Frameworks and the Information Security

81

Management Systems. Emphasis should be put on strengthening every point of

access or layer, for example, the network to the operating system and services,

databases and the applications for the disaster recovery data center.

The layered Information security architecture proposed for the DR site should

including the following key components:

i. Web Application Firewall (Protecting the GoAML web and application servers)

ii. Identity Services Engine

iii. The Networking security components (Perimeter Firewalls, DC Firewalls,

IDS/IPS, Switches, Routers and Load balancers)

Plans, Layouts and Diagrams for the data center

The selected bidder is to provide the Floor plan, High level and Low level

Designs for the following:

i. Data Centre

ii. Electrical room for UPS and its batteries

iii. Service Monitoring Area - Network Operations Centre with two 55inch

Screens (aka NOC) to be located at the primary site.

iv. CCTV design

v. Network layout

vi. Electrical layout

vii. Fire suppression system

viii. DR Monitoring system

ix. Access Control

x. Cooling

The above designs should ensure the following;

a. High availability achieved by redundancy in components. There should be

sufficient permanently installed capacity to meet the needs of the site when

redundant components are removed from service for any reason.

b. Scalability to cater for expansion in future as needs arise.

c. All the work shall be done as per the original equipment manufacturers’ guidelines

and best industry practices.

The works includes;

i. Builders & civil works

ii. Electrical works (Raw, Backup Generator & Extension of 3 Phase power from the main

location to DR).

iii. Containerized data Center with;

f. Cooling system

g. Safety systems (fire detection & suppression system)

h. Environmental Monitoring systems

i. Access Control

j. Racks

k. Redundant UPS

iv. Supply and installation of Data Centre Network, computing and Security Equipment

v. Installation of Hardware equipment and software with associated licenses

vi. CCTV

1.3. Deliverables

The deliverables for this project will be, but not limited to the following:

i. Plans, Layouts Diagrams and Low Level Designs for the data center

ii. Low level design of layered security for DR

iii. Low level design of replication setup iv. System Test Plan v. layered security implementation for Recovery DC vi. Tier II Data Centre set up (Design, Installations, configuration,

testing and Commissioning) to meet requirements as specified in this tender.

vii. Installation and Commissioning of the hardware and software. viii. Data replication setup, Hyper V & Vmware Virtual Machines replication,

Exchange email and other systems replication (to be done in consultation with existing vendors)

ix. 30Mbps Point to point Connection between the Main DC and Disaster recovery with a direct 30Mbps internet connection to the DR

x. Installation diagrams and technical manuals and as built documentations xi. Technical Training. xii. An active - Active Recovery Data Centre xiii. 3 year warrantee support and maintenance for all equipment’s and systems

Provided inclusive of 24 X 7 partner SLA. (turnkey solution with 3 years OEM and 3 years Skill support) (Note: 3 year quartely mantainance of DR inclusive starting on DR Completion)

83

TABLE 2: PRELIMINARY/MANDATORY EVALUATION

D. MAIN WORKS

CRITERIA Reference/Page

Number

Business Registration and regulatory Compliance

Certificate of Incorporation/Registration Valid Business permit where the firm is domiciled

Valid Tax Compliance Certificates from Kenya Revenue Authority (KRA)

Valid ICTA Accreditation for Datacenter Copy of KRA Personal Identification Number (PIN) Certificate

CR12 Certificate with the names of the Firm’s Directors or Shareholders. The certificate should be recent within 12 months.

Self Declaration that the firm has not been debarred from participating in the matter of the

public procurement and asset disposal act 2015. (Must be commissioned by a Commissioner for Oaths).

Certificate of Independent Tender determination

Declaration that the firm has not been convicted of corrupt or fraudulent practices and that the person/tenderer will not engage in

any corrupt or fraudulent practice(Must be commissioned by a Commissioner for Oaths).

Declaration and commitment to the code of ethics Tender validity (120 days) Dully Filled, Signed and Stamped Confidential Business Questionnaire (Only Authorized persons on the behalf of the bidder must sign the document)

Provide Power of Attorney of Form of Tender Signatory where signatory is not a director of the firm as provided in the firm’s CR12

Declaration that the firm has not been

convicted of corrupt or fraudulent practices and that it will not engage in any corrupt or fraudulent practice ((Must be commissioned by a Commissioner for Oaths).

Financials Submission of audited financial statements for the last three (3) years 2020/2019,2018 & 2017 to demonstrate the current soundness of the Bidders financial position and its prospective long term profitability. (Note: Audited Accounts must be certified and signed by CPA)

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the cash-flow requirements.

Three years’ average business turnover, should be minimum twice of the bid price offered by the bidder.

From the Audited financial statements/ balance sheets submitted above, ratios will be used to assess the liquidity position of the bidders. (Preferred liquidity ratio is 1:1 and above.)

Duly filled, signed and stamped Price Schedule in the format provided

Duly Filled Form of Tender Bid security in form of a Bank Guarantee from a Bank Licensed by the Central Bank of Kenya or insurance firm approved by PPRA is required at 2% of quoted Sum

Technical Capacity

Proposed design for replication of applications, databases and storage to achieve an Active Active production site to DR.

Proposed High level Plans, Layouts and Diagrams for the DR site with High-Level integrated layered security implementation design for the Recovery DC. (The design should show the integration and interaction of all security components) – The design diagram must be in a single showing all the security components

Provide evidence of at least three (3) supply/ installations of similar projects for institutions of similar or bigger than FRC during the last five (5) years, the evidence should be in form of: copy of contract or Completion Certificate that have been successfully and substantially completed.

85

Manufacture Authorizations for the following key components;

k. Proposed Switches l. proposes routers m. Proposed Firewalls n. Proposed load balancers o. Proposed servers p. Proposed containerized

datacenter Unit. q. Proposed Storage r. Data protection appliance s. UPS t. Generator

Note: The above manufacturer Authorizations may be verified by the respective manufacturers

Six (6) months maximum Implementation Matrix – Detailed work plan showing the proposed timelines, understanding of the scope, communication plan, proposed project organization (Note: Providing only project schedule will not be considered as implementation matrix)

3 – year licenses , warranty and support for all equipment’s and systems provided.

Qualification and competence of key staff (attach CV and copy of certificates) Technical Lead

- Degree in ICT, Computer Science or a related discipline from a recognized university.

- At least Five (5) years’ experience in project planning and management or related field.

- Relevant Expert Certifications for key proposed equipment

- 3 Similar projects handled Other Key Staff- (Minimum 2) Degree in ICT, Computer Science or a related discipline from a recognized

- university.

- Minimum of two (2) years’ experience in the relevant field.

Relevant Expert Certification

Brochures for proposed products Note: Indicate Name and page Number for each Brochure. For Electrical brochures/ catalogues should indicate comprehensive relevant data of the proposed equipment/items which should include but not limited to the following: (i) Standards of manufacture; (ii) Performance ratings/characteristics; (iii) Material of manufacture;

(iv) Electrical power ratings; and (v) All other requirements as indicated in the technical specifications of the bid. Training proposal aligned to the proposed solution

Filled and Stamped or Sealed Form for cyber Security Compliance Agreement form (for compliance with Computer Misuse and Cybercrime Act 2018 and Data Protection Act 2019)

Other Requirements

Provide List of Sub-Contractors indicating their roles with respective Agreements where applicable.

Site Visit Participation Certificate (To be issued during mandatory Site Visit and Inspection)

The tender document - Original and Copy MUST be TAPE BOUND (Spiral Binding and use of Spring or box files will be deemed as non-responsive) and sequentially paginated.

E. CIVIL WORKS Note: If the works are done by subcontractor, then attach subcontractor documents.

Certificate of Incorporation/Registration NCA Registration for Builders works & Valid Annual license -NCA 6 and above

Tax Compliance Certificate Two Similar Projects (WORKS) carried out by the sub-contractor in the past Five years.

F. ELECTRICAL WORKS

Note: If the works are done by subcontractor, then attach subcontractor documents.

Certificate of Incorporation/Registration Tax Compliance Certificate Current Licenses with the Energy and Petroleum Authority (EPRA)as follows; Electrical Installation works – Class B and above

Two Similar Projects (WORKS) carried out by the sub-contractor in the past Five years.

REMARKS

87

2.0 DETAILED SPECIFICATIONS

2.1. Builders & Civil Works

-BUILDER’S WORK-

For the

PROPOSED DATA RECOVERY SITE

FOR FINANCIAL REPORTING CENTRE

SPECIFICATIONS & BILLS OF QUANTITIES

SPECIFICATIONS INTRODUCTION

1.0 GENERALLY

All work to be carried out in accordance with the Ministry of Public Works General Specifications for Building Works issued in 1976 or as qualified or amended.

1.1 MANUFUCTURES’ NAMES

Whereas manufactures’ names and catalogue references are given for guidance to quality and standards only, alternative manufacturer of equal quality will be accepted at the discretion of the Project Manager.

1.2 WALLING

All pre-cast blocks shall be manufactured by the methods and to the sizes specified in the Ministry of Works “Specification for Metric Sized Concrete Blocks for Building

(1972).

Walling of 150mm thickness or under shall be reinforced with hoop iron in every alternate course. Prices for walling must allow for costs in preparing, packing and sending sample blocks for testing as and when required by the Project Manager.

1.3 CARPENTRY The grading rules for cypress shall be the same as podo-carpus and all timber used for structural work shall be select (second grade).

All structural timber must conform to the minimum requirements for moisture content and preservative treatment and timber prices must allow for preparing, packing and sending samples for testing when required.

Prices must also include for nails and fasteners.

1.4 JOINERY Cypress for joinery shall be second grade in accordance with the latest grading rules of the Kenya Government.

Where mahogany is specified, this refers to grading only. The Contractor may with the approval of the Project Manager, use either Msharagi or Mvuli in lieu of Mahogany but such approval will only be given in the case of shortages of the hardwoods specified.

Plugging shall be carried out by drilling walling or concrete with masonry drill and filling with propriety plugs of the correct sizes. Cutting with hammer or chisel will not be allowed.

89

Prices for joinery must include for pencil arises, protection against damage, nails, screws, framing and bedding in cement mortar as required.

Sizes given for joinery items are nominal sizes and exact dimensions of doors, etc, must be ascertained on site.

1.5 IRON MONGERY

Ironmongery shall be specified in the Bill of Quantities or equal and approved. Prices must include for removing and re-fixing during and after painting, labeling all keys, and for fixing to hardwood, softwood, concrete or block work.

Catalogue references given for ironmongery are for purposes of indicating quality and sizes of item(s). Should the Contractor wish to substitute the specified item(s) with other equal quality, he must inform the Project Manager and obtain approval in writing.

1.6 STRUCTURAL STEELWORK All structural steelwork shall comply with the Ministry of Works ‘Structural Steelwork

Specification (1973)’ and shall be executed by an approved Sub-contractor.

1.7 PLASTERWORKS AND OTHER FINISHES All finishing shall be as described in the General Specifications and the Bill of Quantities.

Prices for pavings are to include for brushing concrete clean, wetting and coating with cement and sand grout (1:1).

Rates for glazed wall tiling are to include for a 12mm cement and sand (1:4) backing screed unless otherwise specified in the Bills of Quantities.

1.8 GLAZING

Where polished plate glass is specified, this refers to general glazing quality.

Prices for glazing shall include priming of rebates before placing putty. The Contractor will be responsible for replacing any broken or scratched glass and handing over in perfect condition.

1.9 PAINTING

All painting shall be 1st quality ‘Crown Solo’ or other equal and approved. Painting shall

be applied in accordance with the manufactures’ written instruction. Prices of painting are to include for scaffolding, preparatory work, priming coats, protection of other works, and for cleaning upon completion. Prices of painting on galvanized metal are to include for mordant solutions as necessary. DETAILED SPECIFICATIONS

The Contractor should read carefully the following specification for workmanship prepared

in accordance with the Standard Specification for Building Works 1976 Edition Prepared

by Ministry of Works.

A. GENERAL ITEMS

A.1 Materials Generally

All materials used in the works shall be new and of the qualities and kinds specified herein and

equal to approved samples. Deliveries shall be made sufficiently in advance to enable samples to

be taken and tested as required. No material shall be used until approved and all materials not

approved or which are damaged, contaminated or have deteriorated in any way or do not comply

in any way with the requirement of this specification shall be rejected and immediately removed

from the site at Contractor’s own expense.

A2. Material for which there is a Kenya Bureau of Standard (KBS) Specification. All materials used in the works for which a Kenya Bureau of Standard Specification has been

published shall conform to the latest edition thereof in every way. The Project Manager has the right to demand that the Contractor obtains at his own expense a certificate in respect of any material stating that it conforms to KBS Specifications.

A.3 Materials for which there is no KBS Specifications All materials used in the works for which no KBS Specifications has been published shall conform to British Standard (BS) Specifications for such materials. If there are no published standards as

specified for any materials, the quality of such a material shall be of a standard equal to those for which there is a KBS or BS Specifications.

91

BILLS OF QUANTITIES

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 1

SUBSTRUCTURE (ALL PROVISIONAL)

Site clearance

A Clear site of grass, bushes, small trees & the like & 30 SM 50 1,500.00

burn or cart away all arisings

-

Oversite excavation -

B Excavate oversite to remove top soil average 150mm 30 SM 100 3,000.00

deep; wheel and keep on site n.e 100m away in

permanent spoil heaps

-

Excavation -

C Excavate to reduce levels and not exceeding 1.50 8 CM 300 2,400.00

metres deep

-

D Excavate for strip foundations n.e 1.50 meters deep 30 CM 300 9,000.00

starting from reduced level

-

E Extra-over all excavation for excavating in rock 10 CM 1000 10,000.00

irrespective of class

-

F Return fill and ram selected excavated materials 12 CM 100 1,200.00

-

G Remove and cart away from site surplus excavated 31 CM 600 18,720.00

materials.

Diposal of water

H Keeping all excavations free from all water including Item 5,000.00

spring or running water

Planking and strutting

J Uphold the sides of all excavations Item 5,000.00

Filling

K Hardcore filling in making up levels, hand packed, 25 SM 300 7,500.00

averaging 300mm thick in layers of 100mm maximum

thickness with roller to the satisfaction of the PM

Totals 63,320.00

Carried to Collection

PH/1

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

Substructures ( contd)

A 50mm (average) thick quarry dust blinding to surfaces 25 SM 70 1,750.00

of hardcore

- Anti-termite treatment -

B Premise 200 SC' or other equal and approved anti- 25 SM 350 8,750.00

termite insecticide treatment with ten years guarantee,

applied strictly in accordance with manufacturer's

instructions, to tops of fill and foundation walls

- Concrete -

C 50mm thick mass concrete class (1:4:8) to bottoms of 12 SM 400 4,800.00

foundations

- Insitu concrete; reinforced; class 25 / (20mm); vibrated -

- D Strip footing 3 CM 16000 48,000.00

- E Ground beams and Ramps 1 CM 16000 16,000.00

- F 200mm thick bed 25 SM 3200 80,000.00

- Reinforcement -

- Bars; high yield steel; cold worked to B.S. 4461 9 -

including bends, hooks, tying wire and distance

blocks

- G 8mm diameter bars 240 KG 150 36,000.00

H 12mm diameter bars 480 KG 150 72,000.00

- Fabric; B.S. 4483 - -

J Reference A142 mesh 200 x 200 mm , weight 2.22 kgs 25 SM 400 10,000.00

per square meter ( measured net - no allowance made

for laps( inclunding bends, tying wire and distance

blocks

- Sawn formwork to insitu concrete as described:- -

K To edges of strip foundations 10 SM 500 5,000.00

Totals 282,300.00

Carried to Collection

PH/2

93

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

Substructures ( contd)

A To sides; vertical or battering of ground beams 10 SM 500 5,000.00

-

B To edges of ground floor slab; 75 to 150mm wide 20 LM 500 10,000.00

-

Walling -

C 200mm thick approved local natural stone; rough 30 SM 1700 51,000.00

dressed; bedding, jointing in cement sand (1:4) mortar

with and including hoop-iron after every alternate

course

-

Damp proofing -

-

D Polythene sheet; 1000 gauge, 200mm welted laps (no 25 SM 150 3,750.00

allowance made to laps), horizontal; 1 no. layer laid

on compacted quarry dust blinding

-

Cement and sand (1:4) rendering -

-

E Rendering to concrete and masonry surfaces finished 12 SM 350 4,200.00

with a steel float, thickness 25mm

-

Prepare and apply three coats bituminous paint -

-

F Rendered surfaces externally 12 SM 200 2,400.00

-

Paving Slabs. -

-

G 600 x 600 x 50 mm Precast concrete class 20/20 paving 12 SM 1500 18,000.00

slabs, laid to falls on blinded hardcore surface and

jointed in cement and sand (1:3) mortar

Totals 94,350.00

Carried to Collection

PH/3

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

Collection

From PH/1 63,320.00

From PH/2 282,300.00

From PH/3 94,350.00

TOTAL ELEMENT NO. 1 SUBSTRUCTURES 439,970.00

CARRIED TO SUMMARY

PH/4

95

POWER HOUSE ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 2 -

-

SUPERSTRUCTURES -

-

Insitu concrete; reinforced; class 25 / (20mm); vibrated

A Ring beams 1 CM 16000 16,000.00

-

B 300mm thick platforms as per structural engineers 5 CM 3900 19,500.00

-

Reinforcement -

-

Bars; high yield steel; cold worked to B.S. 4461 -

including bends, hooks, tying wire and distance

blocks

-

C Assorted 8mm and 10mm diameter bars 600 KG 150 90,000.00

-

Wrot formwork to insitu concrete as described:- -

-

D To sides and soffits of beams. 10 SM 600 6,000.00

-

E Edges of platforms 12 SM 600 7,200.00

-

F 200 mm wide approved quality three ply bituminous 20 LM 120 2,400.00

felt damp proof course under walls

-

G 200 mm thick precast LOUVRED Blocks; bedding, 30 SM 1900 57,000.00

jointing in cement sand (1:3) mortar; External

Totals 198,100.00

Carried to Collection

PH/5

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

A 200 mm thick approved local; chisel dressed both 63 SM 1900 119,700.00

sides; bedding and jointing in cement sand (1:3)

mortar; Internal

-

B 200mm thick precast concrete louvred block walling in 30 SM 2000 60,000.00

cement mortar (1:3)

To Collection below 179,700.00

Collection

From PH/5 198,100.00

From above 179,700.00

TOTAL ELEMENT NO. 2 SUPERSTRUCTURES CARRIED 377,800.00

TO SUMMARY

PH/6

97

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 3 -

ROOFING -

Approved IT5 gauge 28 roofing sheets fixed onto

timber trusses (m/s) to structural engineers details

A

Roofing covering 38 SM 1500 56,250.00

- Accessories, fixing as necessary to roof cover -

- B 150mm diameter half round ridge covers 10 LM 500 5,000.00 -

C Ditto hip cap 16 LM 550 8,800.00 - Structural steel work (all provisional) -

- The following in 6NO. trusses ; steel members of

various sizes, hoisted approximately 4000mm high

above ground level, spanning 5 m long; comprising

steel section members joined with nuts and bolts ,

including priming with red oxide primer and painting

with gloss oil paint. Thus; supply, cut to size,

weld/connect mild steel sections in trusses and other

roof members and fix in position at height of

approximately 5.5 meters n.e. 6.5 meters

D 75 x 50 x 3mm (5.48Kg/M RHS) 278 KG 300 83,400.00 -

E 50 x 50 x 3mm ties and struts & braces (4.31Kg/M 52 KG 300 15,600.00

SHS)

Ms unframed steelwork

All steel trusswork to include for connections and

welding; thus angle cleats, gussets plates,

washers,bolts and the like

F 50 x 50 x 3mm purlins (4.31Kg/M SHS) 154 KG 300 46,200.00 - G 16mm diameter antisag rods (3.95Kg/m) 184 KG 200 36,800.00

Sundries

H 100mm long 75 x 50 x 4mm angle cleats welded to 20 NO 250 56,250.00

truss rafter and bolted with 2no. M12 bolts to the Z -

purlins

TOTAL ELEMENT NO. 3 ROOFING CARRIED TO 308,300.00

SUMMARY

PH/7

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 4

DOORS

METAL WORK - PURPOSE - MADE UNITS

Doors

Mild steel pannelled doors; 100 x 50 x 3mm thick frame plugged to concrete or blockwork with 100mm long fishtailed 25 x 25 x 2mm thick angle section, 50 x 50 x 3mm thick hollow section stiles, top, bottom and middle rails at 600mm centres vertical and 1016mm centers horizontal, angles cut, mitred and welded; grilled upper panel infilled with 50 x 50 x 4mm thick mild steel square hollow sections; lower panel infilled with 16 gauge mild steel plate complete with 'multi - lock ' 4 way lock model 285, high security multi lock cylinder protector with stainless steel door handles as 'Union' or equal and approved, one coat manufacturer's primer; all welding ground to smooth finish, all to the satisfaction of the Project Manager

A Single door; 1500 x 2300mm high including top 3 No. 30000 90,000.00

arching to detail

B Single door; 900 x 2100mm high ditto 1 No. 30000 30,000.00

Painting and Decorations On Metal work Prepare and apply three coats oil paint full gloss to Crown Solo or other equal and approved to: -

C General surfaces of metal doors; over 300mm girth 30 SM 300 9,000.00

TOTAL ELEMENT NO. 4 DOORS CARRIED TO 129,000.00

SUMMARY

PH/8

99

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 5 -

- FINISHES -

Wall finishes

External wall finishes

Plaster; 12mm thick 2 No. coatwork, 9mm first coat of

cement sand (1:6); 3mm second coat of cement and

lime putty (1:10); steel trowelled to concrete or

blockwork base generally to: -

A Beams; External 8 SM 290 2,320.00

Internal wall finishes

Plaster; 12mm thick 2 No. coatwork, 9mm first coat of

cement sand (1:6); 3mm second coat of cement and

lime putty (1:10); steel trowelled to concrete or

blockwork base generally to: -

B Walls, beams; internal 164 SM 290 47,560.00

Screed floor paving

Render; cement and sand (1:3)

C 40 mm thick one coat backings; wood floated to 25 SM 350 8,750.00

receive floor finish (m/s) to concrete or blockwork

base; internal

Totals 58,630.00

Carried to Collection

PH/9

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

Terrazo floor finish

A 25mm thick polished terrazo floor paving finished 25 SM 2200 55,000.00

smooth with a steel trowel

Painting and decorations -

-

Prepare and apply three coats of silk vinyl paint to the

following surfaces

B Plastered surfaces; internal 164 SM 300 49,200.00

To collection below 104,200.00

Collection

From PH/9 58,630.00

From above 104,200.00

TOTAL ELEMENT NO. 5 FINISHES CARRIED TO 162,830.00

SUMMARY

PH/10

101

POWER HOUSE

ITEM DESCRIPTION QTY UNIT RATE K.SHS

SUMMARY

ELEMENT NO. TITLE PAGE NO. K.SHS.

1 SUBSTRUCTURE PH/4 439,970.00

2 SUPERSTRUCTURES PH/6 377,800.00

3 ROOFING PH/8 308,300.00

4 DOORS PH/8 129,000.00

5 FINISHES PH/10 162,830.00

TOTAL POWER HOUSE CARRIED TO SUMMARY 1,417,900.00

PH/11

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 1

SUBSTRUCTURE (ALL PROVISIONAL) Site clearance

A Clear site of grass, bushes, small trees & the like & 122 SM 50 6,100.00

burn or cart away all arisings

-

Oversite excavation -

B Excavate oversite to remove top soil average 150mm 122 SM 100 12,200.00

deep; wheel and keep on site n.e 100m away in

permanent spoil heaps

-

Excavation -

C Excavate to reduce levels and not exceeding 1.50 102 CM 300 30,600.00

metres deep

-

D Excavate for strip foundations n.e 1.50 meters deep 69 CM 300 20,700.00

starting from reduced level

-

E Extra-over all excavation for excavating in rock 10 CM 1000 10,000.00

irrespective of class

-

F Return fill and ram selected excavated materials 45 CM 100 4,500.00

-

G Remove and cart away from site surplus excavated 117 CM 600 70,200.00

materials.

Diposal of water H Keeping all excavations free from all water including Item 5,000.00

spring or running water

Planking and strutting J Uphold the sides of all excavations Item 5,000.00

Filling

K Hardcore filling in making up levels, hand packed, 102 SM 300 30,600.00

averaging 300mm thick in layers of 100mm maximum

thickness with roller to the satisfaction of the PM

Totals 194,900.00

Carried to Collection

CD/1

103

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

A 50mm (average) thick quarry dust blinding to surfaces 102 SM 100 10,200.00

of hardcore

- Anti-termite treatment -

B Premise 200 SC' or other equal and approved anti- 102 SM 350 35,700.00

termite insecticide treatment with ten years guarantee,

applied strictly in accordance with manufacturer's

instructions, to tops of fill and foundation walls

- Concrete -

C 50mm thick mass concrete class (1:4:8) to bottoms of 28 SM 400 11,200.00

foundations

- Insitu concrete; reinforced; class 25 / (20mm); vibrated -

- D Strip footing 7 CM 16000 112,000.00

- E Ground beams and Ramps 8 CM 16000 128,000.00

F Bases 1 CM 16000 16,000.00

G Stub columns 2 CM 16000 32,000.00

H 150mm thick bed 102 SM 2400 244,800.00

Flexcel expansion joint. - -

J 25mm thick in masonry walls 4 SM 2000 8,000.00

Reinforcement -

- Bars; high yield steel; cold worked to B.S. 4461 33.3 -

including bends, hooks, tying wire and distance

blocks

- K 8mm diameter bars 888 KG 150 133,200.00

L 12mm diameter bars 1776 KG 150 266,400.00

- Fabric; B.S. 4483 - -

M Reference A142 mesh 200 x 200 mm , weight 2.22 kgs 51 SM 400 20,400.00

per square meter ( measured net - no allowance made

for laps( inclunding bends, tying wire and distance

blocks

N Ditto but A252 mesh ditto 51 SM 600 30,600.00

Totals 1,048,500.00

Carried to Collection

CD/2

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

Substructures ( contd)

Sawn formwork to insitu concrete as described:- -

A To edges of strip foundations 93 SM 500 46,500.00

B To sides; vertical or battering of ground beams 15 SM 500 7,500.00

-

C To edges of ground floor slab; 75 to 150mm wide 51 LM 500 25,500.00

-

Walling -

D 200mm thick approved local natural stone; rough 132 SM 1700 224,400.00

dressed; bedding, jointing in cement sand (1:4) mortar

with and including hoop-iron after every alternate

course

-

Damp proofing -

-

E Polythene sheet; 1000 gauge, 200mm welted laps (no 102 SM 150 15,300.00

allowance made to laps), horizontal; 1 no. layer laid

on compacted quarry dust blinding

-

Cement and sand (1:4) rendering -

-

F Rendering to concrete and masonry surfaces finished 31 SM 350 10,850.00

with a steel float, thickness 25mm

-

Prepare and apply three coats bituminous paint -

-

G Rendered surfaces externally 31 SM 200 6,200.00

-

Paving Slabs. -

-

H 600 x 600 x 50 mm Precast concrete class 20/20 paving 31 SM 1500 46,500.00

slabs, laid to falls on blinded hardcore surface and

jointed in cement and sand (1:3) mortar

Totals 382,750.00

Carried to Collection

CD/3

105

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

Collection

From CD/1 194,900.00

From CD/2 1,048,500.00

From CD/3 382,750.00

TOTAL ELEMENT NO. 1 SUBSTRUCTURES 1,626,150.00

CARRIED TO SUMMARY

CD/4

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 2 - - SUPERSTRUCTURES -

- Insitu concrete; reinforced; class 25 / (20mm); vibrated

A 300mm thick platform 51 SM 4800 244,800.00

STEEL STRUCTURE

-

B 75 x 2.5 mm thick Circular hollow section columns 420 KG 300 126,000.00

stanchion anchored to detail to approval

-

C 250 x 250 x 8mm mild steel base plates with 4 no. 48 NO 2500 120,000.00

holes countersunk of diameter 14mm

-

D 200mm long grade 4.6 bolts anchor bolts 4M12 72 NO 500 36,000.00

-

E 100 x 75 x 4mm thick rectangular hollow section 660 KG 300 198,000.00

ringbeam welded on to stanchions

Reinforcement Bars; high yield steel; cold worked to B.S. 4461 -

including bends, hooks, tying wire and distance

blocks

- F Assorted sizes ditto 4590 KG 150 688,500.00

- Wrot formwork to insitu concrete as described:- -

- G Edges of platforms 0 SM 500 -

-

TOTAL ELEMENT NO. 2 SUPERSTRUCTURES CARRIED 1,413,300.00

TO SUMMARY

CD/5

107

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 3 -

-

ROOFING -

Approved IT5 gauge 28 roofing sheets fixed onto steel trusses (m/s) to structural engineers details

A Roofing covering 173 SM 1500 260,100.00

-

Accessories, fixing as necessary to roof cover -

-

B 150mm diameter half round ridge covers 19 LM 500 9,500.00

-

C Ditto hip cover 0 LM 550 -

-

Structural steel work (all provisional) -

-

The following in 6NO. trusses ; steel members of

various sizes, hoisted approximately 4000mm high

above ground level, spanning 5 m long; comprising

steel section members joined with nuts and bolts ,

including priming with red oxide primer and painting

with gloss oil paint. Thus; supply, cut to size,

weld/connect mild steel sections in trusses and other

roof members and fix in position at height of

approximately 5.5 meters n.e. 6.5 meters

D 75 x 50 x 3mm (5.48Kg/M RHS) 833 KG 300 249,900.00

-

E 50 x 50 x 3mm ties and struts & braces (4.31Kg/M 155 KG 300 46,500.00

SHS)

-

0.00 0.00

Totals 566,000.00

Carried to Collection

CD/6

Container Deck House ITEM DESCRIPTION QTY UNIT RATE K.SHS

Ms unframed steelwork

All steel trusswork to include for connections and

welding; thus angle cleats, gussets plates,

washers,bolts and the like

A 120 x 50 x 20 x 2mm ZED Purlins (3.84Kg/m) 461 KG 300 138,300.00

-

B 16mm diameter antisag rods (3.95Kg/m) 553 KG 200 110,600.00

Sundries

E 100mm long 75 x 50 x 4mm angle cleats welded to 60 NO 280 56,250.00

truss rafter and bolted with 2no. M12 bolts to the Z -

purlins

-

To collection below 305,150.00

Collection

From CD/7 566,000.00

From above 305,150.00

TOTAL ELEMENT NO. 3 ROOFING CARRIED TO 871,150.00

SUMMARY

CD/7

109

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

ELEMENT NO. 5 -

- FINISHES -

Screed floor paving

Render; cement and sand (1:3) A 40 mm thick one coat backings; wood floated to 102 SM 400 40,800.00

receive floor finish (m/s) to concrete or blockwork

base; internal

Terrazo floor finish

B 40mm thick ribbed concrete floor finish 102 SM 2200 224,400.00

Painting and decorations -

-

Prepare and apply three coats of gloss oil paint

C Metalic surfaces 50 SM 300 15,000.00

TOTAL ELEMENT NO. 5 FINISHES CARRIED TO 280,200.00

SUMMARY

CD/8

Container Deck House

ITEM DESCRIPTION QTY UNIT RATE K.SHS

SUMMARY

ELEMENT NO. TITLE PAGE NO. K.SHS.

1 SUBSTRUCTURE CD/4 1,626,150.00

2 SUPERSTRUCTURES CD/ 6 1,413,300.00

3 ROOFING CD/7 871,150.00

4 FINISHES CD/ 8 280,200.00

TOTAL CONTAINER DECK HOUSE CARRIED TO SUMMARY 4,190,800.00

CD/9

111

CIVIL WORKS

ITEM DESCRIPTION QTY UNIT RATE K.SHS

TARMAC ROAD CROSSINGS BY MICRO-

TUNNELLING

A Ditto for power line cables including all works as 30 SM 110000 3,300,000.00

specified by the engineer including reinstatement for

the sectionswhere the cables are laid along tarmac

road sections including breaking up temporary and

permanent reinstatement of gravel roads for all power

line cables to the satisfaction of the Engineer

-

-

Total Civil Works 3,300,000.00

Carried to Summary

CW/1

PROPOSED DATA RECOVERY SITE FOR FINANCIAL REPORTING CENTRE

BUILDER'S WORK SUMMARY ITEM DESCRIPTION TENDERER'S OFFICIAL USE

i) Power House .... From page PH/12

ii) Container Deck House .... From page CD/9

iii) Civil Works .... From page CW/1

iv) Contingency Sum

TOTAL CARRIED TO GRAND SUMMARY KSHS (VAT Inclusive)

Amount in words: Kenya Shilings…...………………………………………………………… …………………….…………………………………………………………………………………...

113

2.2. ELECTRICAL WORKS (Raw, Backup Generator & Extension of 3 Phase power

from the main location to DR)

TENDER SPECIFICATIONS AND BILLS OF

QUANTITIES FOR SUPPLY, INSTALLATION,

TESTING AND COMMISSIONING OF

ELECTRICAL INSTALLATION WORKS AND

GENERATOR INSTALLATION WORKS

Note:

On compliance with Technical Specifications, bidders shall supply equipment/items which comply with

the technical specifications set out in the bid document. In this regard, the bidder will be required

to submit relevant technical brochure/catalogues with the tender document, highlighting (using

a mark-pen or highlighter) the Catalogue Number/model of the proposed items. Such brochures/

catalogues should indicate comprehensive relevant data of the proposed equipment/items which

should include but not limited to the following:

(i) Standards of manufacture;

(ii) Performance ratings/characteristics;

(iii) Material of manufacture;

(iv) Electrical power ratings; and

(v) All other requirements as indicated in the technical specifications of the bid.

The bids will then be analyzed, using the information in the technical brochures, to determine

compliance with technical specifications for the works/items as indicated in the tender document.

Bidders not complying with any of the technical specifications shall be adjudged technically non-

responsive while those meeting all technical specifications shall be considered technically responsive.

The tenderer shall also fill in the Technical Schedule as specified in the tender document for Equipment

and Items indicating the Country of Origin, Model/Make/Manufacturer and catalogue numbers of the

Items/Equipment they propose to supply.

GENERAL SPECIFICATIONS OF MATERIALS AND WORKS

2.1 GENERAL

This specification is to be read in conjunction with the drawings which are issued with it. Bills of quantities

shall be the basis of all additions and omissions during the progress of the works.

2.2 STANDARD OF MATERIALS

Where the material and equipment are specifically described and named in the Specification followed

by approved equal, they are so named or described for the purpose of establishing a standard to which

the sub-contractor shall adhere.

Should the Sub-contractor install any material not specified herein before receiving approval from

the proper authorities, the Engineer shall direct the Sub-contractor to remove the material in question

immediately. The fact that this material has been installed shall have no bearing or influence on the

decision by the Engineer.

All materials condemned by the Engineer as not approved for use, are to be removed from the

premises and suitable materials delivered and installed in their place at the expense of the Sub-

contractor. All materials required for the works shall be new and the best of the respective kind and

shall be of a uniform pattern.

2.3 WORKMANSHIP

The workmanship and method of installation shall conform to the best standard practice. All work

shall be performed by a skilled tradesman and to the satisfaction of the Engineer. Helpers shall have

qualified supervision.

Any work that does not in the opinion of the Engineer conform to the best standard practice will be

removed and reinstated at the Sub-contractors expense.

Permits, Certificates or Licenses must be held by all tradesmen for the type of work; in which they

are involved where such permits, certificates or licenses exist under Government legislation.

2.4 PROCUREMENT OF MATERIALS

The sub-contractor is advised that no assistance can be given in the procurement or allotment of any

materials or products to be used in and necessary for the construction and completion of the work.

Sub-contractors are warned that they must make their own arrangements for the supply of materials

and/or products specified or required.

2.5 SHOP DRAWINGS

Before manufacture or Fabrication is commenced the sub-contractor shall submit Two copies of

detailed drawings of all control pillars, meter cubicles, medium voltage switchboards including their

components showing all pertinent information including sizes, capacities, construction details, etc, as

may be required to determine the suitability of the equipment for the approval of the Engineer.

Approval of the detailed drawings shall not relieve the sub-contractor of the full responsibility of

115

errors or the necessity of checking the drawings himself or of furnishing the materials and equipment

and performing the work required by the plans and specifications.

2.6 RECORD DRAWINGS

These diagrams and drawings shall show the completed installation including sizes, runs and

arrangements of the installation. The drawings shall be to scale not less than 1:50 and shall include

plan views and section.

The drawings shall include all the details which may be useful in the operation, maintenance or

subsequent modifications or extensions to the installation.

Three sets of diagrams and drawings shall be provided, all to the approval of the Engineer.

One coloured set of line diagrams relating to operating and maintenance instructions shall be framed

and, mounted in a suitable location.

2.7 REGULATIONS AND STANDARDS

All work executed by the Sub-contractor shall comply with the current edition of the “Regulations”

for the Electrical Equipment of Buildings, issued by the Institution of Electrical Engineers, and with

the Regulations of the Local Electricity Authority.

Where the two sets of regulations appear to conflict, they shall be clarified with the Engineers. All

materials used shall comply with relevant Kenya Bureau of Standards Specification.

2.8 SETTING OUT WORK

The sub-contractor at his own expenses; is to set out works and take all measurements and dimensions

required for the erection of his materials on site; making any modifications in details as may be found

necessary during the progress of the works, submitting any such modifications or alterations in detail

to the Engineer before proceeding and must allow in his Tender for all such modifications and for the

provision of any such sketches or drawings related thereto.

2.9 POSITIONS OF ELECTRICAL PLANT AND APPARATUS

The routes of cables and approximate positions of switchboards etc, as shown on the drawings shall

be assumed to be correct for purpose of Tendering, but exact positions of all electrical Equipment and

routes of cables must be agreed on site with the Engineer before any work is carried out.

2.10 MCB DISTRIBUTION PANELS AND CONSUMER UNITS

All cases of MCB Panels and consumer units shall be constructed in heavy gauge sheet with hinged

covers.

Removable undrilled gland plates shall be provided on the top and bottom of the cases. Miniature

circuit breakers shall be enclosed in moulded plastic with the tripping mechanism and arc chambers

separated and sealed from the cable terminals.

The operating dolly shall be tripfree with a positive movement in both make and break position. Clear

indication of the position of the handle shall be incorporated.

The tripping mechanism shall be on inverse characteristic to prevent tripping in temporary overloads

and shall not be affected by normal variation in ambient temperature.

A locking plate shall be provided for each size of breaker; A complete list of circuit details on typed

cartridge paper glued to stiff cardboards and covered with a sheet of perspex, and held in position

with four suitable fixings, shall be fitted to the inner face of the lids of each distribution panel. The

appropriate MCB ratings shall be stated on the circuit chart against each circuit in use: Ivorine labels

shall be secured to the insulation barriers in such a manner as to indicate the number of the circuits

shown on the circuit chart.

Insulated barriers shall be fitted between phases, and neutrals in all boards, and to shroud live parts.

Neutral cables shall be connected to the neutral bar in the same sequence as the phase cables are

connected to the MCB’s. This shall also apply to earth bars when installed.

2.11 FUSED SWITCHGEAR AND ISOLATORS

All fused switchgear and isolators whether mounted on machinery, walls or industrial panels shall

conform to the requirements of KS 04 – 226 PART: 1: 1985.

All contacts are to be fully shrouded and are to have a breaking capacity on manual operations as

required by KS 04 – 182: 1980.

Fuse links for fused switches are to be of high rupturing capacity cartridge type, conforming to KS

04 – 183: 1978.

Isolators shall be load breaking/fault making isolators.

Fused switches and isolators are to have separate metal enclosures. Mechanical interlocks are to be

provided between the door and main switch operating mechanism so arranged that the door may not

be opened with the switch in the ‘ON’ position. Similarly; it shall not be possible to close the switch

with the door open except that provision to defeat the mechanical interlock and close the switch with

the door in the open position for test purposes. The ‘ON’ and ‘OFF’ positions of all switches and

isolators shall be clearly indicated by a mechanical flag indicator or similar device. In T.P & N fused

switch units, bolted neutral links are to be fitted.

2.12 CONDUITS AND CONDUIT RUNS

Conduit systems are to be installed so as to allow the loop-in system of wiring:

All conduits shall be black rigid super high impact heavy gauge class ‘A’ PVC in accordance with

KS 04 – 179: 1988 and IEE Regulations. No conduit less than 20mm in diameter shall be used

anywhere in this installation.

Conduit shall be installed buried in plaster work and floor screed except when run on wooden or metal

surface when they will be installed surface supported with saddles every 600mm. Conduit run in

chases shall be firmly held in position by means of substantial pipe hooks driven into wooden plugs.

117

The Sub-contractors attention is drawn to the necessity of keeping all conduits entirely separate from

other piping services such as water and no circuit connections will be permitted between conduits and

such pipes.

All conduits systems shall be arranged wherever possible to be self-draining to switch boxes and

conduit outlet points for fittings:

The systems, when installed and before wiring shall be kept plugged with well fitting plugs and when

short conduit pieces are used as plugs, they shall be doubled over and tied firmly together with steel

wire; before wiring all conduit systems shall be carried out until the particular section of the conduit

installation is complete in every respect.

The sets and bends in conduit runs are to be formed on site using appropriate size bending springs

and all radii of bends must not be less than 2.5 times the outside diameter of the conduit. No solid or

inspection bends, tees or elbows will be used.

Conduit connections shall either be by a demountable (screwed up) assembly or adhesive fixed and

water tight by solution. The tube and fittings must be clean and free of all grease before applying the

adhesive. When connections are made between the conduit and switch boxes, circular or non-screwed

boxes, care shall be taken that no rough edges of conduit stick out into the boxes.

Runs between draw in boxes are not to have more than two right angle bends or their equivalent. The

sub-contractor may be required to demonstrate to the Engineers that wiring in any particular run is

easily withdrawable and the sub-contractor may, at no extra cost to the contract; be required to install

additional draw-in boxes required. If conduit is installed in straight runs in excess of 6000mm,

expansion couplings as manufactured by Egatube shall be used at intervals of 6000mm.

Where conduit runs are to be concealed in pillars and beams, the approval of the Structural Engineer,

shall be obtained. The sub-contractor shall be responsible for marking the accurate position of all

holes chases etc, on site, or if the Engineer so directs, shall provide the Main Contractor with

dimensional drawings to enable him t o mark out and form all holes and chases. Should the sub-

contractor fail to inform the main contractor of any inaccuracies in this respect they shall be rectified

at the sub-contractors expense.

It will be the Sub-contractors responsibility to ascertain from site, the details of reinforced concrete

or structural steelwork and check from the builder’s drawings the positions of walls, structural

concrete and finishes. No reinforced concrete or steelwork may be drilled without first obtaining the

written permission of the Structural Engineer.

The drawings provided with these specifications indicate the appropriate positions only of points and

switches, and it shall be the Sub-Contractors responsibility to mark out and centre on site the accurate

positions where necessary in consultation with the Architect and the Engineer. The sub-contractor

alone shall be responsible for the accuracy of the final position.

2.13 CONDUIT BOXES AND ACCESSORIES

All conduit outlets and junction boxes are to be either malleable iron and of standard circular pattern

of the appropriate type to suit saddles being used or super high impact PVC manufactured to KS 04

– 179 : 1983.

Small circular pattern boxes are to be used with conduits up to and including 25mm outside diameter.

Rectangular pattern adaptable boxes are to be used for conduits of 32mm outside diameter and larger.

For drawing in of cables in exposed runs of conduit, standard pattern through boxes are to be used:

Boxes are to be not less than 50mm deep and of such dimensions as will enable the largest appropriate

number of cables for the conduit sizes to be drawn in without excessive bending.

Outlet boxes for lighting fittings are to be of the loop-in type where conduit installation is concealed

and the sub-contractor shall allow one such box per fitting, except where fluorescent fittings are

specified when two such boxes per fitting shall be fitted flush with ceiling and if necessary fitted with

break joint rings. Pattresses shall be fitted where required to outlets on surface conduit runs.

Adaptable boxes are to of PVC or mild steel (of not less than 12swg) and black enamelled or

galvanised finish according to location. They shall be of square or oblong shape location. They shall

be of square or oblong shape complete with lids secured by four 2 BA brass roundhead screws; No

adaptable box shall be less than 75mm x 75mm x 50mm or larger than 300mm x 300mm x 75mm

and shall be adequate in depth in relation to the size of conduit entering it. Conduits shall only enter

boxes by means of conduit bushes.

2.14 LABELS

Labels fitted to switches and fuseboards;-

(i) Shall be Ivorine engraved black on white.

(ii) Shall be secured by R.H brass screws of same manufacturing throughout.

(iii) Shall be indicated on switches:-

a) Reference number of switch

b) Special current rating

c) Item of equipment controlled

(iv) Shall indicate on MCB panels

a) Reference number

b) Type of board, i.e;, lighting, sockets, etc,.

c) Size of cable supplying panel

d) where to isolate feeder cable

(v) Shall be generally not less than 75mm x 50mm.

2.15 EARTHING

The earthing of the installation shall comply with the following requirements; -

(i) It shall be carried out in accordance with the appropriate sections of the current edition of the

Regulations, for the Electrical Equipment of Buildings issued by Institute of Electrical

Engineers of Great Britain.

119

(ii) At all main distribution panels and main service positions a 25mm x 3mm minimum cross

sectional area Copper tape shall be provided and all equipment including the lead sheath and

armouring of cables, distribution boards and metal frames shall be bonded thereto.

(iii) The earth tape in Sub-clause (ii) shall be connected by means of a copper tape or cable of

suitable cross sectional area to an earth electrode which shall be a copper earth rod (see later

sub-clause).

(iv) All tapes to be soft high conductivity copper, untinned except where otherwise specified and

where run underground on or through walls, floors, etc., it shall be served with corrosion

resisting tape or coated with corrosion compound and braided

(v) Where the earth electrode is located outside the building a removable test link shall be

provided inside the building as near as possible to the point of entry to the tape, for isolating

the earth electrode for testing purposes.

(vi) Earthing of sub-main equipment shall be deemed to be satisfactory where the sub-main cables

are M.I.C.S. or conduit with separate earth wire, and installation is carried out in accordance

with the figures stated in the current edition of the I.E.E Regulations.

(vii) Where an earth rod is specified (see Sub-clause (iii) it shall be proprietary manufacture, solid

hand drawn copper of 15mm diameter driven into the ground to a minimum depth of 3.6M.

It shall be made up to 1.2m sections with internal screw and socket joints and fitted with

hardened steel tip and driving cap.

(viii) Earth plates will not be permitted

(ix) Where an earth rod is used the earth resistance shall be tested in the manner described in the

current edition of the IEE Regulations, by the Sub-Contractor in the presence of the Engineer

and the Sub-Contractor shall be responsible for the supply of all test equipment.

(x) Where copper tape is fixed to the building structure it shall be by means of purpose made

non-ferrous saddles which space the conductor away from the structure a minimum distance

of 20mm. Fixings, shall be made using purpose made plugs; No fixings requiring holes to be

drilled through the tape will be accepted.

(xi) Joints in copper tape shall be tinned before assembly riveted with a minimum of two copper

rivets and seated solid.

(xii) Where holes are drilled in the earth tape for connection to items of equipment the effective

cross sectional area must not be less than required to comply with the IEE regulations.

(xiii) Bolts, nuts and washers for any fixing to the earth tape must be of non-ferrous material.

(xiv) Attention is drawn to the need for the earthing metal parts of lighting fittings and for bonding

ball joint suspension in lighting fittings.

2.16 CABLES AND FLEXIBLE CORDS

All cables used in this Sub-Contract shall be manufactured in accordance with the current appropriate

Kenya standard Specification which are as follows:-

P.V.C. Insulated Cables and Flexible Cords --- Ks 04-192:1988

P.V.C Insulated Armoured Cables --- Ks 04-194:1990

Armouring of Electric cables --- Ks 04-290:1987

The successful Sub-Contractor will, at the Engineers discretion be required to submit samples of

cables for the Engineers approval; the Engineer reserves the right to call for the cables of an

alternative manufacture without any extra cost being incurred.

P.V.C. insulated cables shall be 500/1000-volt grade. No cables smaller than 1.5mm² shall be used

unless otherwise specified. The installation and the finish of cables shall be as detailed in later clauses.

The colour of cables shall conform to the details stated in the “Cable Braid and insulation Colours”

Clause.

2.17 ARMOURED P.V.C. INSULATED AND SHEATHED CABLES:

Shall be 600/1000 volt grade manufactured to Ks 04-194:1988 and Ks 04-187/188 with copper

stranded conductors.

The wire armour of the cable shall be used wholly as an earth continuity conductor and the resistance

of the wire armour shall have a resistance not more than twice of the largest current carrying

conductor of the cable.

P.V.C./S.W.A./P.V.C. cables shall be terminated using “Telecom” “B” type or approved equal or

approved equal glands and a P.V.C. tapered sleeve shall be provided to shroud each gland.

2.18 CABLE SUPPORTS, MARKERS AND TILES

All PVC/SWA/PVC cables run inside the building shall be fixed in rising ducts or on ceilings by

means of die cast cable hooks or clamps, of appropriate size to suit cables, fixed by studs and back

nuts to their channel sections.

Alternatively, fixing shall be by BICC claw type cleating system with die-cast cleats and galvanised

mild steel back straps or similar approved equal method. For one or two cables run together the cleats

shall be fixed a special channel section supports or backstraps described above which shall in turn

be secured to walls or ceilings of ducts by rawbolts.

In excessively damp or corrosive atmospheric conditions special finishes may be required and the

Sub-contractor shall apply to the Engineer for further instructions before ordering cleats and channels

for such areas.

The above type of hooks and clamps and channels or cleats and blackstraps shall also be used for

securing cables in vertical ducts.

121

Cables supports shall be fixed at 600mm maximum intervals, the supports being supplied and erected

under this Sub-contract. Saddles shall not be used for supporting cables nor any other type of fixing

other than one of the two methods described above or other system which has received prior approval

of the Engineer;

Cables are to be kept clear of all pipe work and the Sub-contractor shall work in close liaison with

other services Sub-contractors.

The Sub-Contractor shall include for the provision of fixing of approved type coloured slip on cables

end markers to indicate permanently the correct phase and neutral colours on all ends.

Provision shall be made for supplying and fixing approved non-corrosive metal cable markers to be

attached to the outside of all PVC/SWA/PVC cables at 15mm intervals indicating cable size and

distinction.

Where PVC/SWA/PVC cables are outside the building they shall be laid underground 750mm deep

with protecting concrete interlocking cover tiles laid over which shall be provided and laid under this

Sub-contract.

All necessary excavations and reinstatement of ground including sanding or trenches will be carried

out by the Sub-Contractor, unless otherwise stated.

2.19 2.19 PVC INSULATED CABLES

Shall be of non-braided type as CMA reference 6491 x 600/1000/1000 volt grade cables, or equal

approved.

PVC cables shall conform to the details of the “Cables and Flexible cords” and “Cable Braid and

Insulation Colours” clauses.

2.20 HEAT RESISTING CABLES

Final connections to cookers, water heaters, etc., shall be made using butyl rubber insulated cable as

CMA reference 610 butyl (Single core 600/1000 Volt).

This type of cable shall be used in all instances where a temperature exceeding 100°F, but not

exceeding 150°F is likely to be experienced. Final connections to all lighting fittings (and other

equipment where a temperature in excess of 150°c likely to be experienced) shall be made using

silicon rubber insulated cable or equal and approved.

2.21 FLEXIBLE CORDS

Shall be in accordance with the “Cable and Flexible Cords” clause. No cord shall be less than

24/0.2mm in size unless otherwise specified.

Circular white twin TRS flex shall be used for plain pendant fittings up to 100 watts. For all other

types of lighting fittings the flexible cable shall be silicone rubber insulated.

No polythene insulated flexible cable shall be used in any lighting fitting or other appliance (see

“Heat Resisting Cables” Clause 30).

CABLE ENDS AND PHASE COLOURS

All cable ends connected up in switchgear, MCB panels etc;, shall have the insulation carefully cut

back and the ends sealed with Hellerman rubber slip on cable end markers.

The markers shall be of appropriate phase colour for switch and all other live feeds to the details of

the “Cable Insulation Colours” clause. Black cable with black end markers shall only be used for

neutral cables.

2.22 CABLE INSULATION COLOURS

Unless otherwise stated in later clauses the insulation colours shall be in accordance with the

following table.

Where other systems are installed the cable colours shall be in accordance with the details stated in

the appropriate clause.

SYSTEM INSULATION COLOUR

CABLE END

MARKER

1) Main and Sub-Main

a) Phase Red Red

b) Neutral Black Black

2) Sub-Circuits Single Phase

a) Phase Red Red

b) Neutral Black Black

2.23 SUB-CIRCUIT WIRING

For all lighting and sockets wiring shall be carried out in the “looping in” system and there shall be

no joints whatsoever. No lighting circuits shall comprise more than 20 points when protected by 10A

MCB. Cables with different cross-section area of copper shall not be used in combination.

Lighting circuits P.V.C. cable.

(i) 1.5mm² for all lighting circuits indicated on the drawing.

Power circuits P.V.C cable (minimum sizes).

(ii) 2.5mm² for one, two or three 5Amp sockets wired in parallel.

(iii) 2.5mm² for one 15Amp socket.

(iv) 2.5mm² for maximum of ten switched 13 Amp sockets wired from 30 Amp MCB.

123

The wiring sizes for lighting circuits and sockets are shown on the drawings. In such cases, the sizes

shown on the drawings shall prevail over the sizes specified.

Wiring sizes for other appliances shall be shown on the drawing or specified in later clauses of this

specification.

2.24 SPACE FACTOR

The maximum number of cables that may be accommodated in a given size of conduit or trunking or

duct is not to exceed the number in Tables B.5 and B.6 or as stated in Regulation B.91, B.117 and

B.118 of the I.E.E Regulations whichever is appropriate.

2.25 INSULATION

The insulation resistance to earth and between poles of the whole wiring system, fittings and lumps,

shall not be less than the requirements of the latest edition of the I.E.E Regulations. Complete tests

shall be made on all circuits by the Sub-contractor before the installations are handed over.

A report of all tests shall be furnished by the Sub-Contractor to the Engineer. The Engineer will then

check test with his own instruments if necessary.

2.26 LIGHTING SWITCHES

These shall be mounted flush with the walls, shall be contained in steel or alloy boxes and shall be of

the gangs’ ratings and type shown in the drawings. They shall be as manufactured by M.K. Electrical

Ltd., or other equal and approved to KS 04 – 247: 1988

2.27 SOCKETS AND SWITCHED SOCKETS

These shall be flush pattern in steel/pvc box and shall be of the gangs and type specified in the

drawings.

They shall be 13- Amp, 3-pin, shuttered, switched and as manufactured by “M.K. Electrical Co. Ltd.”,

or other approved equal to KS 04 – 246: 1987

2.28 FUSED SPUR BOXES

These shall be flush, D.P switched as in steel/pvc box and of type and make specified in the drawings

complete with pilot light and as manufactured by “M. K. Electrical Company Ltd”, or other approved

equal. KS 04 – 247: 1988

2.29 COOKER OUTLETS

These shall be flush mounted with 13-A switched socket outlet and neon indicator Lamps.

The cooker control units shall be as manufactured by “M.K. Electrical Company Ltd”, or other

approved equal KS 04 – 247: 1988

2.30 CONNECTORS

Shall be specified in the drawings and appropriate rating. These shall be fitted at all conduit box

lighting point outlets for jointing of looped P.V.C cables with flexible cables of specified quality.

2.31 LAMPHOLDERS

Shall be of extra heavy H.O skirted and shall be provided for every specified lighting fitting and shall

be B.C;, E.S;, or G.E.S as required. All E.S. and G.E.S. holders shall be heavy brass type (except for

plain pendants where the reinforced bakelite type shall be used). The screwed cap of the E.S and

G.E.S. holders shall be connected to the neutral.

Where lampholders are supported by flexible cable, the holders shall have “cord grip” arrangements

and in the case of metal shades earthing screws shall be provided on each of the holders.

The Sub-Contractor must order the appropriate type of holder when ordering lighting fittings, to

ensure that the correct types of holders are provided irrespective of the type normally supplied by the

manufacturers.

2.32 LAMPS

All lamps shall be suitable for normal stated supply voltage and the number and sizes of lamps detailed

on the drawings shall be supplied and fixed. The Sub-Contractor must verify the actual supply voltage

with the supply authority before ordering the lamps.

Tungsten filament lamps shall be manufactured in accordance with KS 04 – 112:1978 for general

service lamps and KS 04 – 307:1985 for lamps other than general services. Tubular fluorescent lamps

shall comply with KS 04 – 464:1982

LED lamps shall be used in all fittings unless otherwise specified. The minimum luminous flux

allowed is 95 lumens per Watt with a minimum life time of 50,000hrs

2.33 LIGHTING FITTINGS AND STREET LIGHTING LANTERNS

This Sub-Contract shall include for the provision, handling charges, taking the delivery, safe storage,

wiring (including internal wiring) assembling and erecting of all lighting fittings shown on the

drawings.

All fittings and pendants shall be fixed to the conduit boxes with brass R/H screws. These to be in

line with metal finish of fittings. The lighting fittings are detailed for the purpose of establishing a

high standard of finish and under no circumstances will substitute fittings be permitted.

In case of rectangular shaped ceiling fittings, the extreme ends of the fittings shall be secured to

suitable support in addition to the central conduit box fittings. Supports shall be provided and fixed

by the Sub-Contractor.

The whole of the metal work of each lighting fittings shall be effectively bonded to earth. In the case

of ball and/or knuckle joints short lengths of flexible cable shall be provided, bonded to the metal

work on either side of the joints. If the above provisions are not made by the manufacturers -, the

Sub-contractor shall include cost of additional work necessary in his tender. See “Flexible Cords”

clause for details of internal wiring of lighting fittings.

125

Minimum size of internal wiring shall be 20/0.20mm (23/0067). Each lighting fitting shall be

provided with number type and size of lamps as detailed on the drawings. It is to be noted that

some fittings are suspended as shown on the drawings.

Where two or more points are shown adjacent to each other on the drawings, e.g socket outlet and

telephone outlet, they shall be lined up vertically or horizontally on the centre lines of the units

concerned.

Normally, the units shall be lined up on vertical centre lines, but where it is necessary to mount units

at low level they shall be lined up horizontally.

2.34 POSITIONS OF POINTS AND SWITCHES

Although the approximate positions of all points are shown on the drawings, enquiry shall be made

as to the exact positions of all M.C.B panels, lighting points, socket outlets etc, before work is actually

commenced. The Sub-contractor must approach the Architect with regard to the final layout of all

lights on the ceiling and walls.

The Sub-contractor must consult with the Engineer in liaison with the Clerk of Works, or the General

Foreman on site regarding the positions of all points before fixing any conduit etc. The Sub-

Contractor shall be responsible for all alterations made necessary by the non-compliance with the

clause.

2.35 STREET/SECURITY OUTDOOR LIGHTING COLUMNS:

The column shall be at a minimum of 225mm in the ground on 75mm thick concrete foundations and

the pole upto 150mm shall be surrounded with concrete. The top bracket and plain section of the

columns shall be common to and interchangeable with all brackets with maximum mismatching

tolerance of 3mm between any pole and bracket. After manufacture and before erection the columns

shall be treated with an approved mordant solution which shall be washed off and the whole allowed

to dry. Thereafter, the columns shall be painted with one undercoat and two coats of gloss paint to an

approved colour. All columns shall be complete with fused cut-outs.

2.36 TIMING CONTROL SWITCH

These shall be installed where shown on the drawings. Photocell timing control circuits which will

operate ‘on’ with a specified level of darkness and ‘off’ with a given level of light. The initial

adjustment will be done with approval of the Electrical Engineer.

2.37 WIRING SYSTEM FOR STREET LIGHTING

Cables shall be as indicated on the drawings, and shall be laid in a cable trench 450mm deep along

the road sides and 600mm deep across the roads and 900mm away from the road kerb or 1500mm

away from the edges of the road. ‘Loop-in’ and ‘Loop-out’ arrangement shall be used at every pole.

Wiring to the lanterns on each pole shall be with 1.5mm² PVC twin insulated and sheathed cable with

earth wire shall be laid at least 600mm below the finished road level on a compact bed of murram at

least 50mm thick and covered with a concrete surrounded 150mm thick.

2.38 METAL CONTROL PILLAR

These shall be metal clad and fabricated as per contract drawings and specification. The Sub-

Contractor shall supply, install, test and commission control pillars including supplying, fixing

connecting switchgears as detailed on the appropriate drawings.

2.39 CURRENT OPERATED EARTH LEAKAGE CIRCUIT BREAKER

Current operated earth leakage circuit breaker shall conform to B.S.S. 4293:68 rated at 240 volts D.P.

50 cycles A.C. Mains.

The breaker shall be provided with test switch and fitted in weather proof enclosure for surface

mounting. The rated load current and earth fault operating current shall be as specified in the

drawings. These shall be as manufactured by Crabtree, Siemens or other equal and approved.

2.40 M.V. SWITCHBOARD AND SWITCHGEAR

The switchboard shall be manufactured in accordance with KS04-226 which co-ordinates the

requirements for electrical power switchgear and associated apparatus. It is not intended that this K.S.

should cover the requirements for specified apparatus for which separate Kenyan Standard exist. All

equipment and material used in the switchboard shall be in accordance with the appropriate Kenya

Standard.

The switchboard shall comprise the equipment shown on the drawings together with all current

transformers, auxiliary fuses, labels, small wiring and interconnections necessary for the satisfactory

operation of the switchboard.

The Switchboard shall be of the flush fronted, enclosed, metal clad type with full front or rear access

as called for in the particular specifications, suitable for indoor use, sectionalized as necessary to

facilitate transport and erection. The maximum height of the switchboard is to be approximately 2.0

metres. A suitable connection chamber containing all field terminals shall be provided at the top or

bottom of the switchboard as appropriate.

Before manufacture, the Sub-Contractor shall submit to the consulting Engineer for approval of

detailed drawings showing the layout, construction and connection of the switchboard.

All bus-bars and bus-bar connections shall consist of high conductivity copper and be provided in

accordance with KS 04-226: 1985. The bus-bars shall be clearly marked with the appropriate phase

and neutral colours which should be red, yellow, blue for the phases and black for neutral. The bus-

bars shall be so arranged in the switchboard that the extensions to the left and right may be made in

the future with ease should the need arise.

Small wiring, which will be neatly arranged and cleated, shall be executed in accordance with B.S.

158 and the insulation of the wiring shall be coloured according to the phase or neutral connection.

Switches and fuse switches, shall be in strict accordance with KS04-183:1978 Class 2 switches.

Means of locking the switch in the “OFF” position shall be provided.

All fuse switches shall comply with KS04-183:1978, PARTS 2 and 3 a fault rating at least equal to

the fault rating of the switchboard in which they are installed. Cartridge fuse links to KS 04-183:1978

category A.C. 46, class Q1 and fusing factor not exceeding 1.5 shall be supplied with each fused

switch.

Mounting arrangements shall be such that individual complete fuse switches may be disconnected

and withdrawn when necessary without extensive dismantling work.

127

When switches are arranged in their formation all necessary horizontal and vertical barriers shall be

provided to ensure segregation from adjacent units. Means of locking the switch in the “OFF” position

shall be provided.

2.41 STEEL CONDUITS AND STEEL TRUNKING

Conduits shall be of heavy gauge class “B” welded to Standard specification KS 04-180:1985. In no

case will conduit smaller than 20mm diameter be used on the works. Conduits installed within

buildings shall be black enamelled finish except where specified otherwise. Where installed

externally or in damp conditions they shall be galvanised. Conduit fittings, accessories or equipment

used in conjunction with galvanised conduits shall also be galvanised or otherwise as approved by the

service engineer.

Metal trunking shall be fabricated from mild steel of not less than 18 swg. All sections of trunking

shall be rigidly fixed together and attached to the framework or fabric or the building at intervals of

not less than 1.2m. Joint trunking shall not overhang fixing points by more than 0.5m.

All trunking shall be made electrically continuous by means of 25 x 3mm copper links across each

joint and where the trunking is galvanised, the links shall be made by galvanised flat iron strips.

All trunking fittings (i.e. Bends, tees, etc) shall leave the main through completely clear of

obstructions and continuously open except through walls and floors at which points suitable fire

resisting barriers shall be provided as may be necessary. The inner edge of bends and tees shall be

chamfered where cables larger than 35mm² are employed.

Where trunking passes through ceilings and walls the cover shall be solidly fixed to 150mm either

side of ceilings and floors and 50mm either side of walls.

Screws and bolts securing covers to trunking or sections of covers together shall be arranged so that

damage to cables cannot occur either when fixing covers or when installing cables in the trough.

Where trunking is used to connect switchgear of fuseboards, such connections shall be made by

trunking fittings manufactured for this purpose and not by multiple conduit couplings.

Where vertical sections of trunking are used which exceed 4.5m in length, staggered tie off points

shall be provided at 4.5m intervals to support the weight of cables.

Unless otherwise stated, all trunking systems shall be painted as for conduit.

Where a wiring system incorporates galvanised conduit and trunking, the trunking shall be deemed to

be galvanised unless specified otherwise.

The number of cables to be installed in trunking shall be such as to permit easy drawing in without

damage to the cables, and shall in no circumstances be such that a space factor of 45% is exceeded.

Conduit and trunking shall be mechanically and electrically continuous. Conduit shall be tightly

screwed between the various lengths so that they butt at the socketed joints. The internal edges of

conduit and all fittings shall be smooth, free from burrs and other defects.

Oil and any other insulating substance shall be removed from the screw threads; where conduits

terminate in fuse-gear, distribution boards, adaptable boxes, non-spouted switchboxes, etc., they

shall, unless otherwise stated, be connected thereto by means of smooth bore male brass bushes,

compression washers and sockets. All exposed threads and abrasions shall be painted using an oil

paint for black enameled tubing and galvanizing paint for galvanised tubing immediately after the

conduits are erected. All bends and sets shall be made cold without altering the section of the

conduit.

The inner radius of the bed shall not be less than four (4) times the outside diameter of the conduit.

Not more than two right angle bends will be permitted without the inter-position of a draw-in-box.

Where straight runs of conduit are installed, draw-in-boxes shall be provided at distances not

exceeding 15mm. No tees, elbows, sleeves, either of inspection or solid type, will be permitted.

Conduit shall be swabbed out prior to drawing in cables, and they shall be laid so as to drain of all

condensed moisture without injury to end connections.

Conduits and trunking shall be run at least 150mm clear of hot water and steam pipes, and at least

75mm clear of cold water and other services unless otherwise approved by the services engineer.

All boxes shall conform to KS 04 – 668: 1986, to be of malleable iron, and black enamelled or

galvanised according to the type of conduit specified. All accessory boxes shall have threaded brass

inserts.

Box lids where required shall be heavy gauge metal, secured by means of zinc plated or cadmium

plated steel screws.

All adaptable boxes and lids of the same size shall be interchangeable.

Boxes used on surface work are to be tapped or drilled to line up with the conduit fixed in distance

type saddles allowing clearance between the conduit and wall without the need for setting the conduit.

Where used in conjunction with mineral insulated copper sheathed cable, galvanized boxes shall be

used and painted after erection.

Draw-in boxes in the floors are generally to be avoided but where they are essential they must be

grouped in positions approved by the services engineer and covered and by the suitable floor traps,

with non-ferrous trays and covers.

The floor trap covers are to be recessed and filled in with a material to match the floor surface.

The Sub-contractor must take full responsibility for the filling in of all covers, but the filling in

material will be supplied and the filling carried out by the main building contractor.

Where buried in the ground outside the building the whole of the buried conduit is to be painted with

two coats of approved bitumastic composition before covering up.

Where run on the surface, unpainted fittings and joints shall be painted with two coats of oil bound

enamel applied to rust and grease free metalwork.

129

2.42 TESTING ON SITE

The Sub-contractor shall conduct during and at the completion of the installation and, if required,

again at the expiration of the maintenance period, tests in accordance with the relevant section of the

current edition of the Regulations for the electrical equipment of buildings issued by the I.E.E of Great

Britain, the Government Electrical Specification and the Electric Supply Company’s By-Laws.

(a) Tests shall be carried out to prove that all single pole switches are installed in the ‘live’

conductor.

(a) Tests shall be carried out to prove that all socket outlets and switched socket outlets are connected

to the ‘live’ conductor in the terminal marked as such, and that each earth pin is effectively bonded

to the earth continuity system. Tests shall be carried out to verify the continuity of all conductors

of each ‘ring’ circuit.

(b) Phase tests shall be carried out on completion of the installation to ensure that correct phase

sequence is maintained throughout the installation. Triplicate copies of the results of the above

tests shall be provided within 14 days of the witnessed tests and the Sub-contractor will be

required to issue to the service engineer the requisite certificate upon completion as required by

the regulations referred to above.

(c) Any faults, defects or omissions or faulty workmanship, incorrectly positioned or installed parts

of the installation made apparently by such inspections or tests shall be rectified by the Sub-

contractor at his own expense.

(d) The Sub-contractor shall provide accurate instruments and apparatus and all labour required to

carry out the above tests. The instruments and apparatus shall be made available to the services

engineer to enable him to carry out such tests as he may require.

(e) The Sub-contractor shall generally attend on other contractors employed on the project and carry

out such electrical tests as may be necessary.

(f) The Sub-contractor shall test to the services engineer’s approval and as specified elsewhere in

this specification or in standards and regulations already referred to, all equipment, plant and

apparatus forming part of the works and before connecting to any power or other supply and

setting to work.

(g) Where such equipment, etc., forms part of or is connected to a system whether primarily or of an

electrical nature or otherwise (e.g. air conditioning system) the Sub-contractor shall attend on and

assist in balancing, regulating testing and commissioning, or if primarily an electrical or other

system forming part of works, shall balance, regulate, test and commission the system to the

service engineer’s approval.

APPENDIX TO GENERAL SPECIFICATIONS OF MATERIALS AND WORKS

The electrical sub-contractor shall comply with the following:-

1. Government Electrical Specifications No. 1 and No. 2.

2. All requirements of Kenya Power Company Limited, and Communications Authority of Kenya

(CAK).

3. BS 7671: IET wiring Regulations 17th Edition

PARTICULAR AND TECHNICAL SPECIFICATIONS

GENERATOR AND ELECTRICAL WORKS

PARTICULAR SPECIFICATIONS OF MATERIALS AND WORKS

1.0 Location of site

The site is located at Nairobi City County.

1.1 Climate Conditions

The following climate conditions can apply at the site of the sub-contract works and all the plant,

equipment, apparatus, materials and installations shall be suited for these conditions:

Maximum Temperature : 27.3 0C

Minimum Temperature : 11.1 0C

Relative humidity range : 40% - 90%

Dust in Atmosphere : Relatively dusty conditions prevail

Longitude (approximately) : 36.8219°E

Latitude (approximately) : 1.2921° S

Altitude : 1800 m above sea level

Extremely heavy rains fall at certain periods of the year and the sub-contractor shall be deemed to have

taken account of this factor both in his process and in his planning of the execution of the contract

works.

Equipment de-rating factors for the temperature and altitude shall be stated.

It is intended that ventilation and air filtration, if any shall be provided by others. It is not intended that

the accommodation shall be air conditioned. Any requirements of this nature upon which the tender is

conditional shall be clearly stated in the tender.

1.2 Extent of The Works

The works to be carried out include the supply, delivery, installation, testing, commissioning as herein

described in this specification. The works shall include, but not limited to the supply and installation of

the following:

Generator installations works

Electrical installations works

1.3 Regulation and Standard

The works shall comply with the provisions of the following as necessary and relevant:

a. ISO/IEC, CCK, ATM CENELEC 11801

b. ANSI/EIA/TIA 56

131

c. Latest Edition of IEE Regulation

d. Kenya Bureau of Standards (KEBS)

e. Institution of Engineering and Technology (LE.T) Wiring Regulations

f. Current recommendation of CCITT and CC1R

g. Electric Power Act and Rules made there under.

1.4 ELECTRICAL REQUIREMENTS

The equipment to be supplied shall be capable of being operated from 240V/415V AC 50Hz power supply.

1.5: MANDATORY REQUIREMENTS

A. All equipment and materials used shall be standard components that are regularly manufactured

and used in the manufacturer’s system.

B. All systems and components shall have been thoroughly tested and proven in actual use.

C. All systems and components shall be provided with the availability of a, 24-hour technical

assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical

assistance for either the dealer/installer or the end user at no charge.

D. All systems and components shall be provided with a one-day turn around repair express and 24-

hour parts replacement. The repair and parts express shall be guaranteed by the manufacturer on

warranty and non-warranty items.

E. The supplier shall be the manufacturer, or the manufacturer appointed agent (proof to be

submitted).

F. The Offered system has been installed and commissioned by the supplier in other locations.

PART I

GENERAL AND PARTICULAR SPECIFICATIONS

OF

150 KVA SOUND-ATTENUATED CONTINOUSLY RATED

GENERATOR SET

133

CONTENTS - GENERAL SPECIFICATIONS FOR THE

GENERATOR

DESCRIPTION

1. Extent of the Contract works

2. Regulation and Standards

3. Conformity with the Specification

4. Information required with Tenders

5. Site Conditions

6. Tropicalisation of Components

7. Surface Finish

8. Record of Drawings

9. Maintenance Manual

10. Factory Tests

11. Installation

12. Spare Parts

13. Tools

14. Maintenance Period

15. Maintenance Contract

16. Transport and Storage

1. Extent of Contract Works

The work covered by this specification includes the supply, delivery, installation, setting to work,

commissioning to the satisfaction of the engineer and maintenance for a period of thirty-six months, of a

Silent Diesel Engine Generating set complete with all necessary ancillary equipment and as indicated.

2. Regulations and Standards

The equipment shall comply with all relevant statutory instruments and regulations current at the date of

tender and in particular the following:

1. I.E.E Wiring Regulations

2. Regulation under the Electric Power Act

3. Factories Act

4. Any special regulations issued by the local Electricity or Water Undertakings

5. Kenya Bureau of Standards (K.B.S)

The equipment and all components shall comply with all relevant KBS standards and codes of practice or

other equal and approved standards specifications and codes. Where the equipment or part of it complies

with other internationally recognized standards which are less stringent than British standards or Codes of

practice, then the difference is to be stated in writing and must accompany the tender submission.

3. Conformity with the specification.

The equipment to be supplied shall conform in all respects to the specifications. Unless another standard is

specifically mentioned in the specification, all materials and practices employed in the works must, where

such standards exist be in accordance with the current KBS standards or code of practices or in accordance

with such other authorized standard appropriate to the country of manufacture as in the opinion of the

Engineer ensures equivalent or higher quality. .

Alternative which deviate in any respect from the specifications may only be submitted in addition to the

main offer required by the Specification. Such alternative must be fully detailed and the price indicated

may be considered for adoption after the comparison of quotation submitted in accordance with the

Specifications.

4. Information required with Tenders

Each tender shall be accompanied by 2 sets of technical manual showing general arrangement and typical

details of the equipment offered.

All tender documents and any communications thereof shall be in English language.

135

5. Site Conditions

The contractor is deemed to have visited the site and if unable to locate it to apply to the procuring entity

for directions to enable him to do so. The contractor is deemed to have acquainted himself therewith as to

its nature, position, means of access, etc and no claim in the connection will be allowed. No claim will be

allowed for traveling or other expenses which may be incurred by the contractor in visiting the site or

preparing a tender for the contract works.

6. Tropicalisation of Components

All components shall fully be tropicalised and protected against moth growth.

7. Surface finish

All ferrous metal work shall be either painted or processed to give a rust proof coating. Ferrous metal work

to be painted shall first to be either shot blasted or thoroughly wire brushed to remove all scale and oxide

and immediately given one brushed coat or two sprayed coats of primer.

After not less than four hours, one brushed or two sprayed undercoats followed by one brushed or two

sprayed finishing coats of heat and oil resisting quality paint shall be applied.

Successive coats of paint shall be slightly differing shades. Interior surfaces of electrical equipment

enclosures shall be finished white and all external surfaces shall be finished grey (Bs 2660, colour 9-097)

Engine crank cases shall not be painted internally unless the paint is resistant to the lubricating oil.

8. Recording Drawings

The Contractor shall provide to the engineer four sets of the following drawings:

a) Where indicated a building drawing showing details of cable entries, pipe entries and ducts

required, and the exhaust system.

b) A general arrangement drawing showing the principal dimensions and weight of the set.

c) A general arrangement of the diesel engine.

d) A general arrangement of the alternator and exciter showing terminal markings, polarity

and phase rotation

e) A general arrangement of the electrical control panel(s).

f) A schematic and wiring diagram of the electrical control panel (s)

9. Maintenance Manual

Upon practical completion of the Contract works the Contractor shall furnish to the Engineer four copies

of Manuals. The manuals shall be printed on good quality paper International A4 size and shall have stiff

covers of durable materials.

The Manual shall contain full operating and maintenance instructions for each item of equipment, plant and

apparatus set out in a form dealing systematically with each system. It shall include, as may be applicable

to the contract works, the following and any other items listed in the text of the specification hereinafter:

a) System Description

b) Plant

c) Valve Operation

d) Switch Operation

e) Procedure of Fault Finding

f) Emergency Procedures

g) Lubrication Requirement

h) Maintenance and Servicing periods and Procedures

i) Colour coding legend for all services

j) Schematic and wiring Diagrams of plant, Apparatus and Switchgear

k) Record Drawings, true too scale, reduced to international A4 size

l) Lists of primary and secondary spares

The Manual is to be specially prepared for the contract works and Manufacture’s standard descriptive

literature and plant operating instruction cards will not be accepted for inclusion unless exceptionally

approved by the engineer. The contractor shall, however, affix such cards, if suitable, adjacent to plant and

apparatus. One spare set of all such cards shall be furnished to the electrical Engineer.

The maker’s name, the rating of the set, the contract number, the location of the site and the year of

installation shall appear on the front covers.

10. Factory Tests

The set shall be tested as a unit at the manufacturer’s workshop (or elsewhere by agreement) for output and

performance generally in accordance with the requirements of BS 649 and as 2613.

The Engineer shall be given adequate notice in writing of the date and time of the work tests and he, or his

representative shall if he so desires, be present at such tests and given all reasonable facilities for his own

inspections during the course of the tests.

Whether or not the Engineer or his representative attends the tests, he shall be furnished, by the Contractor,

with copies of all relevant tests certificates.

137

11. Installation

Installation of all plant and equipment shall be carried out by the contractor under adequate supervision

from skilled staff provided by the plant and equipments manufacturer or his appointed agent.

Plant or equipment which are shipped before the relevant test certificate has been approved by the Engineer

shall be shipped at the contractor’s own risk and should the test certificate not be approved, new tests may

be ordered by the Engineer at the contractor’s expense.

12. Spare parts

The contractor shall submit with his tender a separate priced list of recommended spare parts including any

optional extras which he recommends should be purchased for the set and its control equipment and are not

supplied as standard with the unit. The initial spares required at handover shall be deemed to have been

included in the tender pricing.

13. Tools

A complete set of tools and general and special testing equipment shall be provided, including grease and

oil guns, necessary for the normal maintenance of the set and it controls.

The tools shall be of the best quality, the spanners being of chrome vanadium steel, and shall be contained

in a suitable robust steel tool box with lid fitted with a lock and two keys. All tools and testing equipment

may be used by the Contractor in the execution of the contract works but will not be accepted as part of the

Contract works by the Engineer unless they are handed over in clean and undamaged condition, in perfect

working order and effectively in new condition.

14. Maintenance period

The Contractor shall maintain the complete set and associated control equipment forming the unit for a

period of thirty-six calendar months from the date that the unit is put into commission and regular use.

During this maintenance period, the contractor shall at his own expense.

a) Make good any defects in the unit and replace any parts that fail or show signs of weakness or

undue wear in consequences of faulty design, workmanship or materials.

b) Visit the site with all diligence and attend to any such defect that arises within 48 hours of receiving

notification of the defect.

c) Carry out regular examination and services of the unit at the intervals laid down by the

manufacturer, or every three months, whichever is the sooner, the service examination to include

all necessary adjustments, greasing, oiling, cleaning, changing of lubricating oils (where necessary)

to keep the unit in sound and efficient working order.

d) Instruct the maintenance personnel in the proper operation, care and maintenance of the set and its

equipment.

If during the maintenance period the unit is or is likely to be out of use for a period greater than 48 hours,

due to the unit or part thereof developing a defect attributable to faulty design, workmanship or materials,

or due to neglect of maintenance by the Contractor, the Contractor shall at his own expense immediately

provide and install on free loan a suitable temporary unit for use until the required repair or replacement

has been satisfactorily undertaken and the original set (or its replacement) put to proper working order.

At the end of the twelve months period of maintenance the Contractor shall (in addition to normal servicing

work) carry out a compressive examination and test of the set and its auxiliaries, to ensure that the unit is

in proper working order and in satisfactory condition for handing over to the Engineer whose representative

shall be present at such examination and test.

15. Maintenance Contract.

The Contractor may be called upon to enter into maintenance contract with the Employer for the servicing

the Generating sets after the expiry of the initial maintenance period. The Contractor shall indicate his

willingness to carry out this service at the time of tendering and shall ensure that component personnel are

available locally to be called at short notice to attend to Generator faults.

16. Transport and Storage

All plant equipment shall, during transportation, be suitably packed, crated and protected to minimize the

possibility of damage, and prevent corrosion or other deterioration.

On arrival at site all plant and equipment shall be examined and any damage to parts and protective priming

coats made good before storage or installation.

139

PARTICULAR SPECIFICATIONS

FOR THE

150 KVA SOUND-ATTENUATED CONTINOUSLY RATED

GENERATOR SET

CONTENTS – PARTICULAR SPECIFICATIONS FOR THE GENERATOR

DESCRIPTION

1. Location of Site

2. Climatic Condition

3. Operating Conditions

4. Functional objects

5. Scope of the Contract

6. Performance objectives

7. Generating Set Arrangements

8. Diesel Engine

8.1. General

8.2. Fuel Oil System

8.3. Lubricating Oil System

8.4. Starting of Engine

8.5. Cooling System

8.6. Governing System

8.7. Exhaust System

8.8. Engine Instruments

8.9. Pipe work, Valves and Fittings

9. The Generator (Alternator and Exciter)

9.1. General

9.2. Excitation

9.3. Electrical Control Panel

9.4. Lock-out

9.5. Fault Indication

9.6. Starting Battery and Charger

9.7. Wiring and Earthing

9.8. Contactors

9.9. Relays

9.10. Fuses

9.11. Rectifiers, capacitors and solid state components

9.12. Enclosures for Equipment

10. Lifting Gear and Handling

11. Commissioning

141

PARTICULAR SPECIFICATION FOR THE STANDBY GENERATING SYSTEM.

1. Location of site

The site of the Sub-contract Works is situated at Nairobi City County.

2. Climatic Condition

The following climatic conditions apply at the site of the Contract Works and the equipment, materials

and installations shall be suitable for these conditions:

Maximum Temperature: 39.0.0C

Minimum Temperature : 10.20C

Relative humidity range : 38% - 68%

Atmospheric salt content: Less than 0.002%

Dust in Atmosphere: Relatively dusty conditions prevail

Longitude (approximately): 350 58’ E

Latitude (approximately): 000 28’ N

Altitude: 1067m above sea level

3. Operating Conditions

The equipment and all components shall be suitable for the operation in ambient conditions of 50C to 400C

and up to 100% relative humidity

i) in an unheated ventilated building

ii) in the open air as specified

Unless otherwise stated all ratings of equipment and components shall be interpreted as site rating and

NOT sea level or other ratings.

4. Functional Objectives

The set shall be capable of operating continuously and satisfactorily in a medium dust laden atmosphere

as defined in BS 1701 and in accordance with BS 649.

The generating set is required for standby duty and will be connected to the switchboard through a circuit.

It shall have an automatic mains failure control, appropriately interlocked with the other incoming supply.

Provisions shall be made in the control circuit of the generator for automatic and remote push button

control, including the terminals and cable glands for all external cables, which will be supplied by others,

where specified. It shall also be possible to start, operate and stop the set manually, independent of any

automatic features

Within the operating conditions specified in part 3 above the set shall be capable of starting and accepting

full load within the shortest possible time, and in any case, in not more than 10 seconds. Any special

features included to achieve this shall be stated in Section F.

5. Scope of the Contract Works

The work covered by this Specification includes the design, manufacture, supply, delivery, installation,

commissioning and testing to the satisfaction of the Engineer and maintenance for a period of thirty

six- months of a new generating set complete with all necessary ancillary equipment.

The equipment to comprise a 150 KVA SOUND-ATTENUATED, 415 volts/3 phase /50Hz continuously

rated diesel generator set with all integral accessories, and all necessary equipment for the safe and

efficient working of the set. The diesel generator set will be site rated at level of 1067 metres, Kenya

Datum.

Diesel generator set to include:

a) Push button starting, starting battery and mains power supply trickle charger to be

included;

b) 72 hour operational running capacity auxiliary fuel (Diesel) storage tank, loose transfer

pump and duplex fuel strainer;

c) An integral belly/ base fuel tank for daily service with an operational running capacity

of 8 hours;

d) All interconnecting pipe work, valves and fittings between the storage tank, base tank

and the diesel engine;

e) An automatic generator control unit;

f) A diesel generator control cubicle;

g) Acoustic enclosure/ sound attenuated canopy;

h) All local wiring; and

i) Maintenance tools and spare parts as specified.

6. Performance Objective

The output rating of the set in KVA, the voltage, the number of phases and the frequency shall be as

specified in Bill No.2 Schedule 1 of the Bills of Quantities.

Within the operating conditions specified, the set equipped with its standard air intake filters, shall be

capable of delivering its rated output continuously at rated voltage and 0.8 lagging power factor and of

delivering 10% in excess of the continuous maximum rating for a period of one hour in any 12 hour period.

143

The steady state voltage shall be maintained within 2 ½ % of the rated voltage under control of the voltage

regulator between the cold start ambient conditions and the maximum working temperature, from no load

to 10% overload and from unity to 0.8 lagging power factor. After any change of load the voltage shall

not vary by more than + 15% of the rated voltage and shall return to within +/- 3% within 3 seconds and

to within 2 ½ % of rated voltage within 1 seconds. On starting the voltage overshoot shall not exceed 15%

and shall return to within 3% in not more than 3 seconds.

The governing of the set shall be such that the steady load speed band shall not exceed 1% of rated speed.

Sudden removal of the full load at rated frequency shall not cause the frequency to rise above 110% of the

rated frequency and it shall return to within 105% of the rated frequency within 3 seconds. The resultant

steady state frequency shall return to 104% within 15 seconds. If full load is then reimposed the frequency

shall not fall below 94% of rated frequency and shall return to 99% within 3 seconds and to the rated

frequency within 15 seconds. The cyclic irregularity of the set at full load shall not be worse than 1/150.

The deviated interference shall be suppressed to the limit specified in BS 800 and BS 833.

7. Generating Set Arrangement

Unless otherwise indicated the set and its auxiliaries shall be mounted on sufficiently substantial under

base. All items which must be held in correct relative alignment shall be located by means of dowels.

The set shall be designed and supplied for operation bolted to the floor on robust anti-vibration and shock

absorbing devices. They shall have adjusting screws for optimum setting and leveling and be so designed

and installed that no appreciable engine vibration shall be transmitted to the floor or to any surrounding.

Bearings shall be suitable for operation over long periods without the need for replacement of the lubricant.

Oil lubricated bearings shall be fitted with a visible oil level gauge.

8. Diesel Engine

8.1 General

The engine shall comply in design and performance with BS.649 “Diesel Engines for General purposes”

or its approved equivalent. The engine shall be designed for satisfactory operation on fuel oil and

lubricating oils complying with BS. 2869.

The engine shall be totally enclosed, with forced lubrication from an integral pump having on the suction

side a course strainer and on the delivery side a dual’ full flow’ fine filter with a changeover cock

incorporating pressure by-pass, so that the oil flow to the engine is maintained if the filter should choke.

Alternatively a single filter of the self-cleaning type fitted with a by-pass relief valve and having the same

filtration performance may be provided. Manual lubrication of any part of the engine will not be accepted.

The capacity of the lubricating oil system shall be sufficient to enable the engine to run continuously for

12 hours at any load without replacement.

A filter with a by-pass relief valve shall be inserted in the fuel line immediately before the pump(s). The

fuel filter element shall be incapable of passing particles larger than micrometers. The fuel system shall be

so arranged that fuel resulting from filter, pump or pipe spillage shall be incapable of entering the engine

sump.

Air filters complying with KS 06-294: 1986, Grade ‘A’ and Grade ‘B’ suitable for use in a dusty atmosphere

shall be fitted on the engine air intake(s)

No significant critical speed of the complete shaft system, including the generator, shall be within 15% of

the rated speed. A manually reset over speed trip shall be fitted to stop the engine if its speed exceeds the

rated speed by 15%. A mechanical trip is preferred but an electrical over speed trip may be offered. Both

types shall be equipped with a pair of contacts which close on operation of the trip. If the device is belt

driven, at least two belts shall be provided and the drive shall be capable of carrying full load with one belt

removed.

The set shall be arranged such that on shut-down the cooling water temperature shall not rise with residual

heat so that the high water temperature lock-out operates. The engine may be naturally aspirated as pressure

charged, or as indicated.

The starting shall be by means of electricity supplied from a starter battery. The starter motor shall be of

axial type, de-energizing by a device operated from the engine. A means of manual starting shall also be

provided. Suitable means shall be provided for running by hand the engine main shaft and the associated

generator to facilitate inspection and overhaul.

If weekly test runs are insufficient to prevent the drying out of the bearings, means shall be provided to

ensure that the bearing surfaces are adequately and automatically wetted with lubricating oil either

periodically or immediately prior to every start.

The engine shall be capable of being started from any crank position. A thermostatically controlled 240-

volt immersion heater may be fitted in the engine lubricating oil sump to facilitate starting. The heating

surface loading of any lubricating oil heater(s) shall not exceed 0.015 watt per square millimeter to avoid

carbonization of oil.

An efficient exhaust silencer with adequate draining facilities shall be supplied, and shall either be mounted

on the set or installed in a generator room constructed as shown on the drawing indicated. The exhaust

silencer system shall be so arranged that it may be readily relocated if required. Where any additional piping

bends and fittings are specified, the manufacturer shall advise on any problems involved.

8.2 Fuel System

An auxiliary fuel storage tank whose minimum capacity shall be sufficient to run the engine continuously

on full load for 72 hours shall be installed in the position indicated in the contract drawing. It shall be

supplied complete with supports. The tank shall be fitted with a hand operated fuel with a flexible suction

hose to permit filling from a drum on the floor. A three way cock shall be fitted in the line from tank to the

engine to enable the fuel to be supplied from a source other than the storage tank. The position of the cock

shall be clearly marked ‘MANUAL, AUTOMATIC, OFF’ as applicable.

145

A duplex fuel filter shall be supplied between the storage tank and the diesel engine. The duplex filter shall

be capable of being cleaned without dismantling, or in interruption of the fuel flow, and shall be easily

maintainable. The tank shall be equipped with a graduated dipstick, a clearly visible contents’ gauge (not

of the site glass type) and with drain, vent, overflow and inlet and outlet connection. The set shall also have

an integral belly/base fuel tank for daily services with an operational running capacity of 8 hours.

8.3 Lubricating Oil System

An engine driven integral gear type lubricating oil pump shall be provided. The lubricating oil system shall

include an oil cooler and fine mesh filters, together with devices to indicate lubricating oil pressure and to

initiate a 240 volt A.C. Lubricating oil Low pressure Alarm, Lubricating Oil High Temperature Alarm and

Cooling Water High Temperature Alarm.

As separate 240 volt A.C. Motor driven automatic lubricating oil priming pump shall be provided for

intermittent operation when the diesel is lying idle.

8.4 Starting of Engine

The diesel generator set shall have facilities for local and remote push button starting, with a Local/ Remote/

Automatic selector switch at the local panel. On mains failure the engine shall be capable of being

automatically started from battery located near the generator set.

The battery shall be complete with drip tray and trickle charger. All necessary relays, contacts, switches

and miscellaneous items for the starting sequence shall be supplied and installed in the local control panel.

The system shall be designed to give maximum reliability in starting.

The Contractor shall state in detail his proposals to ensure reliable starting and prevention of deterioration

of the diesel engine, generator and exciter during idle periods.

All manually operated valves and controls on whose setting the correct operation of the automatic starting

equipment depends shall be provided with locking devices.

8.5 Cooling System

The engine may be air or water cooled unless a preference is indicated.

8.6 Air Cooling of Engine

Cooling air for the engine and lubricating oil shall be provided by fan(s) mechanically driven from the

engine. The cooling system shall be adequate for the total requirements of the engine when running on

continuous full load and on 10% overload for one hour in accordance with BS 649 and under the conditions

of Section 3.

The engine shall be so designed that the cooling air discharges into or is drawn through a reasonably airtight

ducted assembly enclosing the lubricating oil cooler, the cylinder barrels and the cylinder heads of the

engine.

This assembly shall terminate in a flanged outlet to which trunking may be readily attached when necessary,

to enable hot air from the cooling system to be discharged outside the building.

Belt driven fans shall have at least two belts and the drive shall be capable of transmitting the full load with

one belt removed. The cooling air temperature shall be controlled so as to maintain a safe working

temperature of the cylinder hand(s) and the engine shall shut down if the maximum is exceeded.

8.7 Water Cooling of Engine

A radiator of the air blast type shall be provided. It shall either have separate sections for water and for

lubricating oil or be arranged for jacket water cooling only.

The radiator shall be mounted on the set and the fan(s) shall be mechanically driven from the engine. Where

indicated the radiators shall be suitable for remote wall or floor mounting, in which case the fan shall be

electric motor driven from a supply similar in voltage, phase and frequency to the alternator output and

shall be started on line.

Where remotely mounted, the fan shall only operate when generating set is running and shall be controlled

by a thermostat mounted in the radiator such that the fan motor will start on rising temperature 500C and

stop on falling temperature.

Belt driven fans shall be provided with at least two belts and the drive shall be capable of transmitting the

full load with one belt removed. Circulation of the jacket water and lubricating oil through the respective

radiator sections and /or heat exchanger shall be by means of pumps mechanically driven by the engine.

Belt driven pumps shall be provided with at least two belts and drive shall be capable of transmitting the

full load with one belt removed.

Circulation by thermo-syphon will be accepted provided the engine will operate under the conditions of

section 6 and in accordance with BS 649.

An easily visible flow indicator provided with contacts shall be fitted in the water outlet from the engine;

the contacts shall close in the ‘no flow’ condition and shut down the set.

Alternatively in thermo-syphon systems and sealed or pressurized radiator systems the flow indicator may

be dispensed with providing the engine shuts down by the operation of the high temperature or low oil

pressure safety devices in accordance with section 8.3.

A thermostatically controlled diverter valve shall be inserted in the engine water discharge pipe with a

return to the circulating pipe section, to maintain the circulating water at the optimum temperature

irrespective of the load. Alternatively a thermostatic bypass will be accepted.

A radiator make-up/expansion tank, fitted with float control inlet, shall be provided. If a sealed or

pressurized unit is offered the tank may be dispensed with.

Where indicated provision shall be made on the radiator framework to permit the attachment of ducting for

the discharge air.

A thermometer shall be mounted near the cylinder head(s) to indicate water temperature. Where a

lubricating oil cooler is fitted, thermometers shall be mounted at the oil inlet too and outlet from the engine.

Alternatively, thermocouple may be provided at all thermometer positions and taken to an instrument panel.

147

Adequate drains shall be provided at low points in the water and lubricating oil systems of the radiator and,

where applicable, of the heat exchanger.

8.8 Governing System

Governing shall conform to B.S. 640 Class A. The governor shall control the frequency within the limits

stated in Section 6 Part. Manual speed adjustment shall be provided over a range of +/-15% of the rated

speed at any load. The governor system shall be of the mechanical or hydraulic type. In addition the engine

shall be fitted with an approved overspeed trip device which shall operate independently of the normal

speed governor and shall act directly upon the fuel supply to the engine.

The overspeed shall act at a speed of 12% to 15% in excess of normal operating speed.

8.9 Exhaust System

The diesel engine shall be provided with a suitable exhaust system for horizontal discharge outside the

diesel generator room. The silencer shall be of spark arresting type and shall be equipped with cleaning and

draining arrangements.

If an exhaust driven turbo-charger is supplied it shall include air intake filters, mani-folds and outlet

manifolds.

All necessary ducting, piping, supports and lagging required for the system shall be included.

Weatherproof wall boxes permitting expansion shall be fitted where the exhaust piping passes through the

building wall or roof. Pipe work shall be connected at site by butt weld connections or use of flanged joints.

The use of screwed connectors shall be avoided.

Flanges shall conform to the appropriate Table of B.S.10: 1962. Welding of flanges at site shall be carried

out in accordance with B.S.806. The faces of flanges shall be machined and the backs shall be machined

or spot faced to receive the bolt heads.

Valves and fittings shall be of approved design and manufacture and shall be subject to the same tests as

the highest pressure piping or vessel to which they are connected.

8.10 Engine Instruments

Unless otherwise indicated the following instruments shall be provided:

(a) A lubricating oil pressure gauge

(b) A running hours meter

(c) A tachometer

(d) A water thermometer

(e) An exhaust gas pyrometer or thermometer mounted near the mani-fold

(f) Lubricating oil thermometers on the inlet to and outlet from the engine, when a lubricating oil

cooler if fitted

(g) Exhaust turbo-blower pressure gauge(s) as applicable

8.11 Pipe work, Valves and Fittings

All piping shall comply with requirements of KS-259:11989 for mild steel pipes. Provision shall be made

for ready handing of all parts of the plant during assembly or disassembly of the unit.

Adequate provision shall be made for attaching lifting devices, slings and eyebolts.

9. The Generator (Alternator and Exciter)

9.1 General

The generator shall comply with B.S.2613:197, for service in tropical conditions, and shall withstand being

idle for considerable periods without any harmful drop in the insulation resistance.

The generator shall have a prime rated net output of 150 KVA as specified in the schedules of the Bills of

Quantities, at 0.8 lagging power factor, 415 volts, 3 phase, 4 wire, 50 Hertz with brushless rotating rectifier

excitation system and voltage regulator. It shall be directly coupled to the engine and be sized such that it

will accept the maximum output of the engine including overload. The output voltage shall be maintained

within plus or minus 2 ½ % from no load to full load conditions. The alternator shall be capable of operating

within the range of plus or minus 15% of the nominal voltage according to the automatic voltage regulator.

Three phase machines shall be star connected, and a diagram showing the terminal marking and phase

rotation shall be provided in the terminal box. Cables connecting the machine winding and machine

terminals shall not have a higher de-rating factor for temperature than the windings.

The insulation shall comply with BS 2757 excluding Classes Y and A. The insulation shall have an oil,

moisture and fungus proof finish, with a surface which will not retain dust or condensation. It shall be

possible to put the set in service after long periods in unheated storage without necessarily drying out the

insulation.

The alternator shall be capable of withstanding a short circuit for three seconds when under the control of

the automatic voltage regulator.

9.2 Excitation

Excitation shall be by means of brushless direct coupled exciter armature.

The alternators shall be designed for an excitation voltage at full load of not less than 50 Volts unless prior

approval is given.

9.3 Electrical Control Panel

The Automatic Mains Failure control panel shall be provided and fitted with the following:-

a) Two four pole contactors and two TP & N incoming MCCB’s each of suitable rating for controlling

the supply from the mains transformer and standby generator.

b) An automatic voltage regulator for the set.

149

c) Control equipment as necessary including phase failure protection relay for both the mains supply

and the generator supply (with both under and over voltage protection) and phase sequence

protection relay for the mains supply all to fulfill the functional requirements and automatic

changeover as detailed in Part 9.3.2

d) One ammeter and a selector switch to measure each phase current and neutral current

e) One voltmeter and a selector switch to read line to line and line to neutral voltage

f) A frequency meter

The meters shall comply with BS 89, table 7.

9.3.1 General

The set is to be used for mains failure duty and an automatic starting panel shall be provided which shall

contain all necessary equipment for controlling the automatic starting and stopping of the set, lubricating

oil priming (if necessary), all auxiliaries, fault warnings and shut downs. All faults, warning and shut-

downs shall be separately indicated. There shall be test facilities for indication lamps, etc, preferably by

means of a single test button.

Means shall be provided for isolating all supplies to the starting panel either by an isolating switch or by

withdrawable fuses.

When the set is stopped other than under lock-out conditions, it shall be self-resetting ready for the next

start.

The set shall be suitable for starting by manual means. e.g. by cranking or direct operation of the starter

solenoid.

All switches and push buttons shall be clearly marked to indicate their function.

It shall be possible to operate the ‘Start’ and ‘Stop’ buttons and to see the ‘Set Failure’ indications without

opening the panel doors.

9.3.2 Automatic Changeover Controls

The controls shall be installed and wired in the machine control panel.

The control shall be provided such that on failure of the normal electricity supply, it will automatically

initiate the starting of and effect the transfer of load to the standby generator. The schematic for the controls

shall be approved by the Electrical Engineer before manufacture commences.

Where failure of the normal supply is referred to, it shall be defined as follows:

a) Complete loss of voltage in one line 0r in all the three lines

b) Falling of voltage below 85% of the normal voltage between two lines or line and neutral

c) Voltage overshoots to 110% of the normal voltage between two lines or line and neutral

d) Incorrect phase sequence

On failure of the normal supply, the unit shall operate in the following manner:

a) After a delay, adjustable from 0 to 15 seconds (to avoid operation by a transient dip in voltage) a

signal shall be given to start the standby generating set.

b) On receipt of a signal from the standby generating set that it is ready to take load, and providing

that the failure of the normal supply still persists, the normal supply contactor in the control panel

shall open and the standby contactor shall close. If the normal supply has been restored before the

changeover has taken place, the contactor shall not operate and the starting relay contacts shall

open to initiate the shutting down of the standby generating set.

When the standby supply is in operation and the normal supply is restored and remains within 10% of rated

voltage on all phases for a pre-set time (adjustable up to 120 second) the standby contactor shall open and

the normal supply contactor shall close; the starting relay contacts shall then open to shut down the

generating set.

Provision shall be made so that automatic return to normal supply can be prevented if required.

Once a start signal has been sent to standby generating set, the engine starting sequence shall be allowed to

continue until the set is ready to take the load before a stopping signal is sent.

A push button labelled ‘Test’ shall be provided to enable a failure of normal supply to be simulated. If the

button is pressed and released the equipment shall complete the starting sequence, and when the set is ready

to take load it shall be shut down. If the button is held depressed the equipment shall change over to the

standby supply when the set is ready to take load.

Indicating lamps or illuminated panels shall be provided on the front of the panel. They shall be

appropriately labelled, easily visible and shall give the following information:

‘Main Supply Available’

‘Generator Supply Available’

‘Mains Supply on load’

‘Generator Supply on load’

9.4 Lock out

9.4.1 General

The set shall stop and lock out to prevent further starting when:

a) It fails to start when the electric starter motor has been in operation for 20 seconds under automatic

start condition.

b) b) The lubricating oil pressure falls to a value at which it would be unsafe to continue running the

engine.

c) The cooling water does not flow, when the engine is fitted with a visible flow indicator on the

cooling water system.

d) (i) In water cooled engines the cooling water temperature exceeds a predetermined limit.

(ii) In air cooled engines the cylinder head temperature exceeds a safe maximum.

e) The overspeed trip has operated.

151

Failure of the circuits concerned in sub-section 9.4.1 (b) to 9.4.1(e) shall cause a set to shut down. Reset of

lock out shall be by hand.

9.5 Fault indication

Each lock-out detailed in section 9.4.1 shall be indicated by a lamp on the panel together with an indication

of the fault causing the shut-down. The fault warning lights shall be set to operate before the lock-out.

9.6 Starting Battery and Charger

The battery shall be 24 volts and capable of with-standing the loads imposed upon it by its specified duties.

It may be of lead-acid or alkaline type and shall be of sufficient capacity for four starts in succession once

in an eight-hour period. Auxiliary circuits connected to the battery shall be protected by fuses.

The battery shall be used to supply an automatic starting and control equipment, and relay operation shall

not be impaired when the battery is supplying current to the starter motor.

A single phase supply for battery charging shall be available from the main L.V SWITCHBOARD.

A charger shall be provided which will recharge the battery after engine starting and maintain it in a charged

condition when the set is standing or is in service. It may also supply the load of any automatic starting and

control equipment, and an additional load up to 24 watts when the set is running and in service.

An alternative quick charge rate shall be provided. The charger shall be fitted with an ammeter to measure

the charger and discharge current excluding the starter motor current.

9.7 Wiring and Earthing

Power cables and small wiring cables interconnecting major components shall be of the heat and oil resistant

type and shall be metal sheathed or run in metal ducts or metal conduit, which shall be coded and terminated

with lugs or eyes or to be soldered, the terminations shall be clearly marked with the numbers and letters of the

terminals to which they are connected. Terminals shall be numbered or lettered, easily accessible and fitted

with individual insulating barriers or adequately spaced. Barriers shall be fitted to separate control terminals

from power wiring terminals.

All metal work housing electrical equipment shall be bonded to a brass earthing terminal and connected to

station Earth and as detailed in the schedule.

9.8 Contactors

Contactors shall have magnetic circuits designed for a.c or d.c operation and shall be rated in accordance with

ks 04-182:1982.Four pole- contactors shall be fitted for three phase-equipment and two-pole contactors for

single phase equipment. Main and auxiliary contacts shall be silver faced or better.

9.9 Relays

Relays shall preferably be of sealed type mounted in approved plug-in bias with spring loaded retainers but if

this is not practicable they shall be mounted on individual sub-bases and wired so that easy access is obtained

to soldered connections. Unsealed relays shall be enclosed in individual or common dust protecting cases.

Time delays, if of the pneumatic type, shall operate on filtered air. The thermal type of time delay relay will

not be accepted.

9.10 Fuses

Fuses shall comply with KS-183:1978. A spare fuse cartridge for each pole shall be mounted inside each

equipment.

9.11 Rectifiers, Capacitors and solid State components

Rectifiers, capacitors and solid state components shall be suitable for any transient voltage and high currents

likely to be uncounted during the operation of the equipment and for the internal operating temperature of the

enclosures at the specified maximum external ambient temperature.

9.12 Enclosures for Equipment

Enclosures for electrical and control equipment shall be drip proof and dust protecting, with adequate front and

rear access as necessary for maintenance and repair. Special attention shall be given to the method of

construction and to the mounting of the components to minimize the effect of vibration. Diagrams of

connections in durable form shall be mounted inside the enclosures.

9.13 Lifting Gear and Handling.

Provision shall be made for ready handling of all parts of the plant during assembly or disassembly of the unit.

Adequate provision shall be made for attaching lifting devices, slings and eyebolts.

9.14 Commissioning

The Contractor shall include for fully commissioning the set and its control equipment and for the purpose of

the required tests, shall provide all necessary instrument s, tools, fuel and lubricating oil.

The following tests and checks as applicable shall be carried out by the contractor in the presence of the

electrical engineer or his representative.

a) Check that the main frame is level in all directions, engine and generator shafts are in proper

alignment and the vibration absorbing devices are properly installed and located.

b) Check water and sump oil levels and that the water jacket and radiation heaters (if fitted) are in

working order.

153

c) Check the battery electrolyte levels and the specific gravity.

d) Examine the containers in which the fuel and lubricating oils were delivered and check that the

type and grade of oils are as recommended for the unit.

e) Ensure that sufficient fuel oil is in the fuel tank for a two hours test run.

f) Check engine bolts, main drive coupling, valve clearance, fuel pumps settings, governor settings,

pipeline connections, water hose, exhaust couplings, flexible pipe work etc, and where a separate

cooling water tank is fitted, that the water levels is satisfactory and the ball valve and overflow

work.

g) Check all outgoing connections on the generator and the control panel. All lugs for principal

connections shall have clean and bright contact surfaces. A suitable abrasive shall be used where

necessary.

h) Check access panels and doors for proper opening and closing and for functioning of any interlocks

fitted.

i) With the set isolated from the main supply and the selector switch in the ‘manual’ position, start

the engine by means of the ‘start’ push button and allow it to run up to normal speed. Check that

the main battery charger is automatically switched off to avoid its being overloaded by the

reduction in voltage across the battery. Where a battery charging dynamo is fitted, check that the

main battery charger is disconnected by the operation of the auxiliary contact during the time the

engine is running.

j) Check instruments and gauges for normal operation and response and that the generator voltage is

being maintained within the prescribed limits, making due allowance for no-load conditions.

Compare the reading of the frequency meter with that of engine tachometer, where both are fitted

k) Stop engine by turning selector switch to off position and verify that the generator contactor opens

at between 95% and 85% of normal voltage. Re-check water and oil levels.

l) Turn selector switch to ‘Auto’ position. Disconnect the sensing circuit supply and check that the

set starts, the mains contactor opens, and the generator contactor closes in correct order. Reconnect

the sensing circuit to verify that the engine stops on restoration of the mains supply and the

contactors operate correctly. Check voltage sensing and time delays on each phase in turn and also

the push buttons for mains failure simulation and engine stopping operate correctly.

NOTE: Running of the engine for any length of time under no load condition is undesirable and tests

calling for such operation should be carried out in as short time as possible consistent with

thoroughness.

m) Operate the necessary isolators and switches to put the set on standby for essential services network

with the mains failure simulation push, verify that the set operates correctly with the appropriate

time delay for taking up load and that the carrying of the load and its distribution over three phases

are satisfactory.

n) Run the set at various loads for periods totaling at least 30 minutes. Check that the voltage and

frequency are being maintained within the required limits with large alterations of load. Note the

rate of charge on the dynamo ammeter with the engine running (if a dynamo is fitted), and the rate

of charge on the battery charging ammeter with the engine stopped. Check against manufacturers

recommendations and adjust charging rates if necessary.

o) Check that the various engine safeguards operate satisfactorily.

p) Check the vibration absorbing devices for proper operation and that performance of all flexible

connections, both mechanical and electrical, is satisfactory.

q) When all tests are satisfactory and agreed with the Engineer or his representative, the lubricating

oil and water levels shall be finally checked, the fuel oil tank replenished and set left in normal

operating order.

r) An initial supply of all lubricating oils and greases shall be provided by the Contractor.

s) Additional lubricating oil shall be provided for recharging the engine sump once together with a

supply of lubricating oils and greases to cover the normal use and serving of the set during the 12

months maintenance period referred to in Part 14 of Section D.

10. Standard Specification For Auxiliary Fuel Storage Tanks (UG/AG) Fabrication

The tank shall comply with Kenya Bureau Standards, Specification for Storage Tanks for Petroleum

Industry. Part 1: Carbon Steel Welded Horizontal Cylindrical Storage Tanks; 2002.

The tanks shall comply to the following specifications:-

a) The thickness of the shell and end plates of the tank shall be 6mm;

b) The dished end of the tank to bend to 25 mm radius;

c) The Mild Steel plate joints welding shall be butt welded for circumferential joints and lap welding

for longitudinal. Further no longitudinal joint shall be located at the bottom of the tank;

d) All joints on the tank plates, lap or butt type, shall be welded both sides to full penetration

(AG/UG);

e) Accessories:- i. 1 x 600 mm manholes with the following sockets and fittings 1 No x 100 mm filler

pipe welded to 150 mm x 100 mm reducing bush; ii. 3 No x 50 mm diameter suction pipes welded to 75 mm x 62 mm reducing bush;

iii. 1 No x 50 mm diameter vent pipe welded to 75 mm x 62 mm reducing bush; and iv. 1 No x 25 mm diameter dip pipe with lockable cap, chain, etc. welded to 75 mm x

30 mm reducing bush.

155

INFORMATION TO BE SUPPLIED

BY THE

TENDERER

CONTENTS OF SECTION D

DESCRIPTION

1. General

2. Information on the set to be supplied

3. Deviations from the specifications

157

1. GENERAL

a) The tenderer shall complete Part 2 of Section D in full with details of the set he is offering.

b) Any equipment which he wishes to offer but which does not comply with the specification shall be

fully detailed in Part 3 of section D together with details of any other deviation or omissions which he

may wish to make.

Any tender which is submitted without filling these sections will be deemed non responsive.

c) The tenderers shall be required to submit, together with their tenders, brochures detailing technical

specifications of the generator set they intend to supply.

Any tender which is submitted without the brochures will be deemed non-responsive.

2. INFORMATION OF THE SET TO BE SUPPLIED

ITEM EQUIPMENT DETAILS

1. Diesel Engine

Make

Type

Net continuous rating (B.S.649)

(a) at sea level

(b) at site

Speed

Supercharger

Make

Type

Air cooling

Quantity of air required

Details of ducting

Water cooling

Details of water cooling circuits

Radiator:

Make

Type

Length

Breadth

Height

Aspiration Method

Quantity of air required

………………………………..

…………………………………

…………………………..KVA

………………………….KVA

……………………..Rev/min

…………………………

…………………………

Not Applicable

To be Applicable

……………………………

……………………………

……………………..mm

……………………..mm

…………………….mm

…..……………………

………………………..

159

ITEM EQUIPMENT DETAILS

2.

3.

4.

Auxiliaries

Filters

Coolers

Primary pumps

Tachometer and drive

Governor

Special cold start devices

Running hours meter

Safety devices

High temperature

Low pressure (lubricating oil)

Cooling water flow trip over speed trip

Speed sensing devices

Lubricating oil thermometers:

Number

Position (s)

Water thermometer

Position Exhaust thermometer

Position

Starting Battery

Battery charger

Immersion Heater

Lubrication

Recommended oil (s)

a) Sump

b) Elsewhere (state where)

Alternator and Exciter

Make and type

…………………………..

…………………………..

Grade /quantity (litres)

…………………………..

ITEM EQUIPMENT DETAILS

5.

6.

Bearings

Insulation class (BS.2757)

Electrical Control Panel

Main circuit breaker

Bypass switches

Automatic changeover contactor

Automatic voltage regulator

Ammeter selector switch

Voltmeter selector switch

Frequency meter

Ammeters –----- No.

Voltmeters –.....No.

Power factor meter

Other equipment – give details

Performance data

Fuel consumption

Maximum output

……………………………Amps

…………………………….Amps

……………………………Amps

……………………………Volts

………………………………

……………………………..

……………………………Hertz

…………………………..Amps

…………………………..Volts

……………………………KVAR

………………………………….

Rated Consumption

output

% (Litres/hour)

110 ……………….

100 ……………….

75 ……………….

50 ……………….

Ambient Out-put

temperature. KVA

0C

40 …………….

30 …………….

20 …………….

10 …………….

161

ITEM EQUIPMENT DETAILS

6.

7.

a)

b)

8.

Performance Data (cont’d)

Voltage regulation

Frequency regulation

Time to accept 75% full load

from 50C

Time to accept 100% full load

from 50C

Time to accept 100% full load

from 400C

Physical Details

Auxiliary fuel storage tank for 72 hour operational

running capacity

Size of Auxiliary tank

Size of set

Total weight of set

Overall dimensions of set

Weight of heaviest component

Weather proofing

Sound attenuation (Canopied)

Integral belly/base fuel tank for daily service for 8 hour

operation capacity

Operational Details

Description of Operation

Sequence of the automatic control

Details of drawings, literature,

etc., included with tender.

…………………………..%

…………………………..%

…………………………Seconds

…………………………Seconds

…………………………Seconds

…………………………..Litres

Length…………….mm

Radius…………….mm

long……………..…mm

wide……………….mm

high………………....

………………………..Kg.

mm long………...mm wide………..

mm high……………….

………………………..Kg.

…………..............

……………. Litres

3. COMPLIANCE TO TECHNICAL SPECIFICATIONS

ITEM DESCRIPTION SPECIFICATION Bidder Response-

Compliance (√ / × )

1.

2.

3.

4.

5.

6.

Generator

a) Rated Output:

b) Type:

Engine:

Fuel System

a) Auxiliary Fuel

Tank

b) Belly/base fuel

tank

Cooling System

Engine Instruments

Alternator

a) Excitation

- 150KVA continuously rated

(Prime rated)

- 0.8 lagging power factor,

- 415 volts,

- 3 phase, 4 wire,

- 50 Hertz

- Sound attenuated (Canopied)

- Diesel Engine

- Sufficient to run the engine

continuously on full load for

72 hours

- Integral belly/base fuel tank

for daily services with an

operational running capacity

of 8 hours.

- Water cooled with radiator and

mechanically driven fans

- lubricating oil pressure gauge

- running hours meter

- tachometer

- thermometer - water, oil

- brushless direct coupled

exciter armature

- voltage regulator

163

4. DEVIATIONS FROM THE SPECIFICATION

The tenderer shall give details of any equipment which does not meet the specification, or any other

deviations, omissions, additions or alternatives in respect of the set which he is offering.

If none, write none

PART II

PARTICULAR SPECIFICATIONS FOR ELECTRICAL INSTALLATION WORKS

1.0 SCOPE OF WORKS - The works to be carried out under this sub-contract comprise supply,

installation, testing and commissioning of the following:-

a) Electrical Works

This shall include conducting, cabling, fittings and accessories.

2.0 MATERIALS FOR THE WORKS

Materials shall be as specified in Section D and in the Bills of Quantities of this document which shall be read

in conjunction with contract drawings. Alternative materials shall be accepted only after approval by the Project

Manager.

3.0 TECHNICAL SPECIFICATIONS

TYPE A -(600 x 600) SLIM LED PANEL EMERGENCY LIGHT FITTING

MINIMUM TECHNICAL SPECIFICATIONS

IEC Compliant

Item Minimum Specifications Bidder Response

Brand State the brand, model and attach Technical Brochure

(Mandatory)

Operating voltage : 240 V ac

frequency: 50 Hz

Power factor ≥ 0.9 lagging

Wattage: 40 W

Emergency operation ≥ 3 Hours

Ambient temperature range -10 to +35 °Operating

Colour Consistency ≤ 5SDCM

Performance Material: Polycarbonate, Backlite

Installation: Surface

Dimensions: (600 x 600) mm2

System efficacy ≥ 90lm/W

Lamp colour temperature (NW)4000K / (CW)6500K

Colour Rendering Index ≥80

Median useful life ≥ 25000 h

Luminaire light beam spread - 120°

IP Rating: IP 20

Standards

Compliance CB/EMC/CE/IEC

General

Driver/power unit/transformer - PSU-E

Optical cover/lens type - Polystyrene bowl/cover

prismatic

Protection class IEC - Safety class II (II)

165

Warranty ≥ 1 yr, Guarantee ≥ 5 years

TYPE B -1200mm (4FT) WEATHERPROOF NON CORROSIVE DIFFUSED LED BATTEN LIGHT

FITTING

MINIMUM TECHNICAL SPECIFICATIONS

IEC Compliant

Item Minimum Specifications Bidder Response

Brand State the brand, model and attach Technical Brochure

(Mandatory)

Operating voltage : 240 V ac

frequency: 50 Hz

Power factor ≥ 0.9 lagging

Wattage: 28 W or Lower

Ambient temperature range -10 to +35 °Operating

Colour Consistency ≤ 5SDCM

Performance Material: Polycarbonate body

Installation: Surface/Suspended

Dimensions: 1200mm

luminous flux - 3500 lm

System efficacy ≥ 125lm/W

Lamp colour temperature (NW)4000K / (CW)6500K

Colour Rendering Index ≥80

Median useful life ≥ 25000 h

Luminaire light beam spread - 110°

IP Rating: IP 65

IK : IK 08

Standards

Compliance CB/EMC/CE/IEC/EU/Roh

General

Driver/power unit/transformer - PSU-E

Removable Diffused Cover.

Protection class IEC - Safety class I

Warranty ≥ 1 yr, Guarantee ≥ 5 years

TYPE C –LED EMERGENCY EXIT LIGHT FITTING

MINIMUM TECHNICAL SPECIFICATIONS

IEC Compliant

Item Minimum Specifications Bidder Response

Brand State the brand, model and attach Technical Brochure

(Mandatory)

Operating voltage : 240 V ac

frequency: 50 Hz

Power factor ≥ 0.9 lagging

Wattage: 3 W

Emergency operation ≥ 3 hours

Ambient temperature range -10 to +35 °Operating

Performance Material: State

Installation: Suspended

Dimensions: State

Operation: Switchable between Maintained and non-

Maintained

IP Rating: IP 20

Dimensions: State

Standards

Compliance CB/EMC/CE/IEC

General

Driver/power unit/transformer - PSU-E

Protection class IEC - Safety class I

Warranty ≥ 1 yr, Guarantee ≥ 5 years

TYPE D -600mm (2FT) WEATHERPROOF NON CORROSIVE DIFFUSED LED BATTEN LIGHT

FITTING

MINIMUM TECHNICAL SPECIFICATIONS

IEC Compliant

Item Minimum Specifications Bidder Response

Brand State the brand, model and attach Technical Brochure

(Mandatory)

Operating voltage : 240 V ac

frequency: 50 Hz

Power factor ≥ 0.9 lagging

Wattage: 18 W

Ambient temperature range -10 to +35 °Operating

Colour Consistency ≤ 5SDCM

Performance Material: Polycarbonate body

Installation: Surface/Suspended

Dimensions: 600mm

luminous flux - 1600 lm

167

System efficacy ≥ 90lm/W

Lamp colour temperature (NW)4000K / (CW)6500K

Colour Rendering Index ≥80

Median useful life ≥ 25000 h

Luminaire light beam spread - 110°

IP Rating: IP 65

IK : IK 08

Standards

Compliance CB/EMC/CE/IEC/EU/Roh

General

Driver/power unit/transformer - PSU-E

Removable Diffused Cover.

Protection class IEC - Safety class I

Warranty ≥ 1 yr, Guarantee ≥ 5 years

a. BROCHURES FOR LED LIGHTING FITTINGS

For consideration and qualification tenderers shall, at their own cost, provide coloured manufacturer’s

brochures detailing technical literature and specifications where applicable.

BILLS OF QUANTITIES

A) PRICING OF PRELIMINARIES ITEMS.

Prices will be inserted against item of preliminaries in the sub-contractor’s Bills of Quantities and

specification. These Bills are designated as Bill No.1 in this Section. Where the sub-contractor fails

to insert his price in any item he shall be deemed to have made adequate provision for this on various

items in the Bills of Quantities. The preliminaries form part of this contract and together with other

Bills of Quantities covers for the costs involved in complying with all the requirements for the proper

execution of the whole of the works in the contract.

The Bills of Quantities are divided generally into three sections:-

a) Installation Items and Other Bills

The brief description of the items in these Bills of Quantities should in no way modify or supersede

the detailed descriptions in the contract Drawings, conditions of contract and specifications.

The unit of measurements and observations are as per those described in clause 1.05 of the section C.

b) Summary

he summary contains tabulation of the separate parts of the Bills of Quantities carried forward with

provisional sum, contingencies and any prime cost sums included. The sub-contractor shall insert his

totals and enter his grand total tender sum in the space provided below the summary.

This grand total tender sum shall be entered in the Form of Tender provided elsewhere in this

document

B) NOTES FOR BILLS OF QUANTITIES

1. The Bills of Quantities form part of the contract documents and are to be read in conjunction

with the contract drawings and general specifications of materials and works.

2. The prices quoted shall be deemed to include for all obligations under the sub-contract

including but not limited to supply of materials, labour, delivery to site, storage on site,

installation, testing, commissioning and all taxes applicable at the time of tender.

3 All prices omitted from any item, section or part of the Bills of Quantities shall be

deemed to have been included to another item, section or part.

4. The brief description of the items given in the Bills of Quantities are for the purpose of

establishing a standard to which the sub-contractor shall adhere to. Otherwise alternative

brands of equal and approved quality will be accepted.

169

Should the sub-contractor install any material not specified here in before receiving

approval from the Project Manager, the sub-contractor shall remove the material in

question and, at his own cost, install the proper material.

5. The grand total of prices in the price summary page must be carried forward to the Form of

Tender.

6. Tenderers must enclose, together with their submitted tenders, detailed manufacturer’s

Brochures detailing Technical Literature and specifications on the items they intend to offer.

This shall be used in the tender evaluation to determine the first line aesthetics and

quality of fittings offered.

SCHEDULE 1: ELECTRICAL WORKS (LIGHTING)

Item Description Qty

Unit Rate (Ksh)

Amount

(Ksh)

Supply, install, test and commission the following

;-

LIGHTING POINTS

1.01

Lighting points wired in 1.5 mm2 SC CU cables

drawn in concealed 20mm diameter HG P.V.C

conduits for:-

a) One way switching

13 No.

SWITCHES

1.02 10Amps, switch plate as CLIPSAL, BG NEXUS or

approved equivalent

a) one gang one way

5 No.

LIGHTING FITTINGS

1.03 Lighting fittings as PHILIPS or approved

Equivalent and as specified in Particular

Specifications as follows:-

a)TYPE A 6 No.

b)TYPE B 2 No.

c)TYPE C 4 No.

d) Type D 6 No.

171

SUB-TOTAL CARRIED FORWARD TO COLLECTION PAGE F/8

SCHEDULE 1 CONTD': ELECTRICAL WORKS (POWER SOCKETS)

Item Description Qty

Unit Rate (Ksh)

Amount

(Ksh)

SOCKET OUTLETS AND OTHER POWER

POINTS

Supply, install, test and commission the following

;-

1.04 200x50mm, 3 compartment, 16 SWG powder

coated steel trunking complete with moulding plates

and all accessories 40 LM

1.05 300 x 50 mm cable tray complete with moulding

plates,mounting plates for sockets and data,

mounting brackets. and all accessories 30 LM

1.06 13 Amps. Socket outlet points wired ring

comprising of 3x2.5 mm sq. single core PVCI

copper cables drawn in concealed 25mm HG PVC

conduits and steel Trunking.

5 No.

1.07 13 Amps. Twin Moulded plate switched socket

outlet with neon indicator as BG, CLIPSAL or

approved equivalent 5 No.

FIRE ALARM SYSTEM

1.08 Fire alarm points wired in 3x1.5mm2 Heat resistant

SC PVC copper cables drawn in concealed HG

PVC conduits. 7 No

1.09 Intelligent addressible Smoke detectors as

MENVIER or approved equivalent. 3 No

1.10 Intelligent addressible Fire alarm sounder with

beacon light C/W mounting base and all accessories

as MENVIER or approved equivalent 2 No

1.11 Intelligent resettable addressible Manual call point

C/W mounting base and all accessories as

MENVIER or approved Equivalent 1 No

1.12 Intelligent Addressible 1 loop Fire alarm Control

Panel As MENVIER or approved Equivalent 1 No.

1.13 Allow for testing and commissioning 1 Item

1.14 Allow for Training of the Clients 1 Item

SUB TOTAL C/F TO COLLECTION PAGE F/8

SCHEDULE 1 CONTD': ELECTRICAL WORKS (AVR SYSTEM)

Item Description Qty

Unit

Rate

(Ksh) Amount (Ksh)

AUTOMATIC VOLTAGE REGULATOR (A.V.R)

SYSTEM (NB: Mandatory for Bidders to provide

Technical Brochures for all the items)

Supply, install, test and commission the following ;-

1.15 An automatic voltage regulator with the following

characteristics:-

i) Rating: 100KVA

ii)Power supply: 3 Phase, 415V/240V

iii) Input Voltage Tolerance: 20% i.e.

from 365-505 V 3 Phase

from 192-288 V 1 Phase

iv) Operation: Independent correction for each phase

v) Output: ± 1% of 415V/240V

vi) Frequency 50/60 Hz ±1%

vii) Rated Current: 695 Amps

viii) Admitted Load Variation 0 to 100%

ix) Admitted Load unbalance up to 100%

x) Correction Speed: 16ms/V

xi) Waveform distortion ˂0.2%

xii) Efficiency 98%

xiii) Cooling: Natural air cooled (free convection without fans)

xiv) Ambient Temperature: -10°C to + 40°C

xv) Storage Temperature: -20°C to +60°C

xvi) Relative Humidity: 90% (without condensate)

xvii) State Dimensions of the AVR ( WXDXH)

xviii) Warranty Not less than 2 years

xix) State Weight of the AVR

xx) State Protection degree of the AVR

xxi) State Make, country of origin and model of the AVR.

(The AVR to be complete with 7-position selector to read

input/output (PH/PH), internal trimmer to adjust output

voltage ±, Pilot lamps for operating status, Input/Output

terminals boards)

1

No

173

1.16 200A TPN Manual by-pass system across the AVR to be

completed with 1 No 200A TPN Manual changeover switche

and incorporated in the main switchboard assembly. 1 No

SUB-TOTAL CARRIED FORWARD TO COLLECTION PAGE F/8

SCHEDULE 1 CONTD': ELECTRICAL WORKS (LV BOARD AND POWER DISTRIBUTION)

Item Description Qty Unit

Rate

(Ksh) Amount (Ksh)

Supply, install, test and commission the following ;-

MAIN LV BOARD IN GENERATOR ROOM LOCATED AT

THE GATE

1.25 Free Standing LV board fully wired for 1 No. 400 Amps.

adjustible incomer TP MCCB with shunt trip, Digital Multimeter,

Neutral and earth blocks, Automatic Changeover mechanism, 40

KVAR 4 steps Automatic PFC Capacitor Bank,with Firemans

Switch, all necessary accessories, cable chambers, phase indicator

lamps, selector switches, CTs and metering chamber. The board

shall be powder coated, degree of protection IP54, modular type,

fabricated from steel frames and 14 SWG sheet steel as

SCHNEIDER or equal and approved complete with the following:

i) 450 A TP+ N + E busbars

ii) 400 A TP 25kA Adjustable MCCB Incomer with shunt trip

iii) 1 No. 250 A TP 25kA Adjustible MCCB outgoing for Data

Recovery Site iv) 1 No.63 A TP 15kA MCCB outgoing for 40KVAR APC

Capacitor Bank v) 1No. 40A SPN MCCB for Generator room CU

vi) 2 No. Spareways ( 1 Equipped and 1 Blanked)

vii) 415V three-phase surge diverter as Sinetamer

viii) Firemans Switch of appropriate rating

ix) Accessories for integration with 100KVA AVR (AVR to be

supplied separately)

x) Set of phase, voltage and current indicators

Complete labelling for all the circuits above

Any other item necessary to make the board complete, safer and

functional.

1 Item

LV SUB-BOARD IN THE DATA RECOVERY SITE

Free Standing LV board fully wired for 1 No. 250 Amps.

adjustible incomer TP MCCB with shunt trip, Digital Multimeter,

Neutral and earth blocks, with Firemans Switch, all necessary

accessories, cable chambers, phase indicator lamps. The board

shall be powder coated, degree of protection IP54, modular type,

fabricated from steel frames and 14 SWG sheet steel as

SCHNEIDER or equal and approved complete with the following:

i) 2 x 350 A TP+ N + E busbars

ii) 250 A TP 25kA Adjustable MCCB Incomer with shunt trip

iii) 2 No. 125 A TP 25kA Adjustible MCCB outgoing for UPS 1

and 2 iv) 1 No. 63 A TP adjustible 36kA MCCB outgoing for Air

cooling Units Control panel v) 1No. 63A TPN MCCB for DB

vi) 2 No. Spareways ( 1 Equipped and 1 Blanked)

vii) 415V three-phase surge diverter as Furse ESP 415

1.26

1 Item

viii) Firemans Switch of appropriate rating

ix) Set of phase, voltage and current indicators Complete labelling for all the circuits above

Any other item necessary to make the board complete, safer and

functional.

SUB TOTAL C/F TO next page

Item Description Qty Unit Rate (Ksh) Amount (Ksh)

Supply, install, test and commission the following ;-

SUBTOTAL B/F FROM PREVIOUS PAGE

DISTRIBUTION CABLES AND SWITCHGEAR ( all to

be Schneider or approved Equivalent). Bidders to attach

Technical Catalogue)

1.17 40A SPN MCBs for RACKS 6 No.

1.18 40A 3P Isolator for Racks complete with mounting kits 6 No.

1.19 32A SPN +E floor mounted IP 67 Industrial socketand plug

complete with mounting brackest and kits 6 No.

1.20 3C 10 mm sq. CU cables from UPS to Racks 60 LM

1.21 63 A TPN Isolator for Air Cooling equipment 1 No.

1.22 5C 25 mm Sq. CU cables for AC Panel 10 LM

1.23 125A TPN Isolator for UPS 2 No.

1.24 4 C 70 mm sq. PVC/SWA/PVC Cu cables for supply to

UPS 50 LM

1.25 4 C 185 mm sq. PVC/SWA/PVC Cu cables for supply from

Main LV Board at the Gate to DRS LV Sub

board(APPROXIMATE DISTANCE is 370M) 370 LM

1.26 4 ways TP&N, flush mounted Distribution Board complete

with 100 Amps integral isolator as SCHNEIDER or

approved equivalent complete with all accessories but

excluding MCBs (DB A)

1 No.

1.27 MCB’s for above item

(a) 10A, SP 1 No.

(b) 20A, SP 2 No.

(c) 32A, SP 1 No.

(d) Blanking plates 2 No.

Power Reticulation

1.28 a) Trenching, cable laying, Hatari tiling and backfilling for

underground cable 370 LM

b) 100 mm dia HG PVC with concrete surround laid in the

trench at 700mm depth 1110 LM

c) (600 x 600) mm power manhole complete with airtight

covers 30 No.

LIGHTNING PROTECTION

AIR TERMINATION

175

1.29 25x3mm copper tape including copper saddles at 1500mm

intervals and bonding to water tanks and other metal work

in the roof , all as FURSE 20 LM

1.30 Copper air terminations (lightning arrestors) inclusive of

base clamp and all fixing materials as FURSE 2 No.

DOWNWARD CONDUCTOR

1.31 Downward conductor comprising 25mm x 3 mm thick bare

copper tape as FURSE 30 LM

1.32 Copper square tape clamp for making crossing tape joints 5 No.

1.33 Steel conduits32mm diam. for securing the down

conductors complete with sandles 6 LM

1.34 Test clamp as FURSE 2 No.

EARTHING.

1.35 Earthing comprising of the following and any other

necessary accessories:-

a) 15 mm x 1800 mm earth rod as FURSE cat. No. RB 105. 4 No.

b) 15 mm dia. Driving stud as FURSE cat.No. ST100. 4 No.

c) Rod to tape clamp as FURSE. 4 No.

d) Concrete inspection pit as FURSE cat. No.PT005. (or a

well made 320mm x 320mmx 210 mm depth pit.) 4 No.

e) 25x3mm copper tape 12 LM

f) 6mm sq. SC PVCI Copper cables. 10 LM

SUB-TOTAL CARRIED FORWARD TO COLLECTION PAGE F/8

F/7

ELECTRICAL INSTALLATION WORKS COLLECTION PAGE

ITEM DESCRIPTION AMOUNT(KSHS)

A Sub total B/F from page No. H/3 - LIGHTING

B Sub total B/F from page No. H/4 - SOCKETS & POWER OUTLETS

C Sub total B/F from page No. H/6 - AVR SYSTEM

D Sub total B/F from page No. H/7 - LV BOARD & POWER DISTRIBUTION

E Allow for Acceptance Testing of Electrical Equipment( AVR, Generator) at the

Manufacturers' or local distributors Premises

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE NO. F/15

F/8

177

SCHEDULE 2: 150 KVA SOUND-ATTENUATED CONTINOUSLY-RATED GENERATOR SET

ITEM DESCRIPTION QTY UNIT RATE AMOUNT (KSHS)

2.01 Supply, deliver to site, install, test and commission a

prime rated 150 KVA 3 phase, 415V, 50Hz Sound-

attenuated continously-rated diesel generating set

with a continuous power factor of 0.8 lagging. The

generator set is to be complete with an acoustic

enclosure and an integral base/belly daily service fuel

tank with an operational running capacity of not less

than 8 hours.

1 No

2.02 Supply, deliver to site and install a steel exhaust pipe

of not less than 14 SWG and of adequate diameter

running from the generating set to the outside of the

generator house 10 LM

2.03 Connect the exhaust pipe above in item 1.2 using steel

pipes of adequate diameter, and flexible piping off

engine exhaust manifold complete with heavy duty

silencer 1 Item

2.04 Complete earthing of generating set to electrical

engineer’s approval (inclusive of manhole with

watertight cover)

1 Item

SUB-TOTAL C/F TO GENERATOR WORKS COLLECTION PAGE F/14

SCHEDULE 3 CONTD': GENERATOR SET (AMF PANEL)

ITEM DESCRIPTION QTY UNIT RATE AMOUNT (KSHS)

Supply, deliver to site, install, test and

commission the following:

2.05 An electrical control panel complete with

suitable rated incoming MCCBs and

contactors for automatic change over

operation and complete with all other control

accessories as described in clauses 9.3 to 9.10

of the particular specifications 1 No

2.06 Suitable rated manual by-pass switch with

clearly labeled NORMAL-OFF-BYPASS

positions, and shall such be wired that when

the switch is on either OFF or BYPASS

position, the generator shall receive no

signal to start 1 No.

2.07 240V AC/12V DC trickle battery charger as

specified in clause 9.6 of specifications. The

trickle charger shall charge the battery when

the set is on IDLE mode, otherwise when the

set is RUNNING, the battery shall be charged

by the generator charger. Wiring shall be

done such that the two chargers shall not

operate at the same time.

1 No.

2.08 12 volts battery as specified in clause 9.6 of

the particular specifications 2 No.

2.09 Amoured cables complete with glands and pvc

sleeves (from the Generator to the control

panel):

(a) 180 mm sq. 4 core PVC/SWA/PVC copper

cable 10 LM

(b) 2x2.5mm2, 4 core, PVC/SWA/PVC copper

cable 30 LM

2.10 Trenching, cable laying, Hatari tiling and

backfilling for item 2.05 above 30 LM

2.11 Interwire the control panel with the M.V

board 1 Item

SUB-TOTAL C/F TO GENERATOR WORKS COLLECTION PAGE F/14

179

SCHEDULE 3 CONTD': GENERATOR SET (SPARE PARTS)

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

(KSHS)

For the supply to the site of the following spare

parts and lubricators:

2.12 Oil Filters 4 No

2.13 Air Filters 4 No

2.14 Injector set to suit the generating set

1 No

2.15 Set of Fan belts to suit the generating set

1 No

2.16 20 litres container of sump oil of

grade.......................................* 1 No

2.17 2 kilogram tin greases of

grade..................................................* 1 No

2.18 10 litre plastic container of distilled water

1 No

2.19 Any other spare parts recommended by Tenderer **

*The tenderer to fill in the Grade quality to be

supplied

**The tenderer to fill in the details and price of

items but the price not to be included in total carried

forward to summary page

SUB-TOTAL C/F TO GENERATOR WORKS COLLECTION PAGE F/14

SCHEDULE 3 CONTD': GENERATOR SET (TOOLS)

ITEM DESCRIPTION QTY UNIT RATE AMOUNT (KSHS)

Supply, deliver to site the following:

2.20 Metal tool box with lock and two keys 1 No

2.21 Set of 8 No. Chrome vanadium ring spanners

in sizes to suit the set

1 No

2.22 Set of 3 screwdrivers, 75mm, 200mm and

300mm plus one 200mm Philips type

1 No

2.24 - ditto -but open ended spanners

1 No

2.25 Set of feeler gauges

1 No

2.26 Grease gun to suit greasing points 1 No

2.27 Oil can, trigger type

1 No

2.28 Any other special tools which the tenderer

recommends should be purchased as an

optional:* 1 No

NOTE* Tenderer should give detail and prices

of item 9 but the price not to be included in

total carried forward.

SUB-TOTAL C/F TO GENERATOR WORKS COLLECTION PAGE F/14

181

SCHEDULE 3 CONTD': GENERATOR SET (AUXILLIARY FUEL TANK)

ITEM DESCRIPTION QTY UNIT RATE AMOUNT (KSHS)

2.29 Supply, deliver to site and install, to the approval of

the project manager, and connect to the daily service

base/belly fuel tank, an auxiliary fuel tank with level

indicator and with an operational running capacity of

72 hours. The tank is to be complete with stand and

all interconnecting G.I pipe work.

1 No

2.30 Supply, install, test and commission a 240V AC fuel

booster pump complete with a suitable rated motor

DOL starter, all control accessories and G. I piping 1 Item

2.31 Supply, install, test and commission a manually

operated fuel pump complete with all interconnecting

accessories and G. I piping 1 Item

2.32 Supply and deliver to site, generator diesel

SUB-TOTAL C/F TO GENERATOR WORKS COLLECTION PAGE F/14

500 Ltrs

GENERATOR INSTALLATION WORKS COLLECTION PAGE

ITEM DESCRIPTION AMOUNT(KSHS)

A Sub total B/F from page No. F/9 - GENERATOR SET

B Sub total B/F from page No. F/10 - A.M.F. CONTROL PANEL

C Sub total B/F from page No. F/11 - RECOMMENDED SPARE PARTS AND

LUBRICATORS

D Sub total B/F from page No. F/12- TOOLS

E Sub total B/F from page No. F/13- AUXILIARY FUEL TANK

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE NO. F/15

F/14

183

MAIN SUMMARY

ITEM DESCRIPTION AMOUNT(KSHS)

A Sub total B/F from schedule 1 page No F/8 : - ELECTRICAL

INSTALLATION WORKS

B Sub total B/F from schedule 2 page F/14 : - GENERATOR

INSTALLATION WORKS

C Price for 4 sets of 'AS INSTALLED DRAWINGS' Test Reports,

Handing over Reports, Warranty Certificates and any other relevant

documents

D Allow a Provisional Sum of Kenya Shillings One Million only for

upgrade of KPLC line and meter separation 1,000,000.00

E Allow for Sub-Contractors Attendance for the above ( _____%)

TOTAL CARRIED FORWARD TO MAIN DOCUMENT

COLLECTION PAGE

Amount in

Words………………………………………………………………………………………………………………….

...........................................................................................................................................................................................

F/15

TECHNICAL SCHEDULE OF ITEMS TO BE SUPPLIED

(To be completed by the Tenderer)

Item Description TYPE/MAKE MODEL No. COUNTRY

OF ORIGIN

1 Lighting Fittings

2 Accessories (Switches, Sockets, TV outlet

plates etc)

3 Cables

i) Copper Armoured cable

ii) Single Core PVC insulated Cables

iii) Fire Resistant Cable

4 Trunking

i) Metal

5 L.V Switchboard

6 Distribution Board/ Consumer Unit

7 Fire Alarm System (Addressable Type)

i) Manual Call Point

ii) Heat Detector

iii) Smoke Detector

iv) Fire Alarm Panel

v) Repeater Panel

vi) Fire Beacon Light

8 PVC Heavy Gauge Conduit

9 Lightning Protection System

i) Copper Tape

ii) Air Termination Spike

iii) Earth Rod

10 TPN & SPN Isolating Switches

11 Circuit Breakers

i) MCB

ii) MCCB

12 Power Factor Correction bank

13 Automatic Voltage Regulator (A.V.R)

14 Generator Set

15 Automatic Mains Failure Panel

16 Manual Bypass Switch

17 Auxiliary Fuel Tank

18 Pumps

a) Manual

b) Automatic

19 Earthing

185

KEY PERSONNEL

Qualifications and experience of key personnel proposed for administration and execution of the

Contract.

POSITION

NAME

HIGHEST

QUALIFICATIO

N (Attach proof)

YEARS OF

EXPERIEN

CE

(GENERAL

)

YEARS OF

EXPERIENCE

IN

PROPOSED

POSITION

1.

2.

3.

4.

5.

6.

7.

I certify that the above information is correct.

…………………….. ………… ……………

Title Signature Date

SCHEDULE OF MAJOR ITEMS OF CONTRACTOR’S EQUIPMENT PROPOSED FOR

CARRYING OUT THE WORKS

ITEM OF

EQUIPMENT

DESCRIPTION,

MAKE AND AGE

(Years)

CONDITION (New,

good, poor) and number

available

OWNED, LEASED

(From whom?), or to

be purchased (From

whom?)

3.0. DATA CENTRE NETWORK SET UP

The data Centre network design must meet the following minimum requirements;

187

1. The Network design shall be based on a hierarchical design broken into

logical layers namely:

a. Access layer: The access layer consisting of interfaces with e

n d devices, such as PCs, Access Points, printers, and servers. The

access layer shall provide access to the rest of the network, and

control devices that are allowed to communicate on the network

b. Distribution layer: The Distribution layer, shall aggregate the data

that is received from the access layer switches, provide for data

separation and forward traffic to the core layer for routing to its final

destination. It shall control the flow of traffic, delineate broadcast

domains, and provide resiliency.

c. Core Layer: The Core layer shall aggregate the data that is received

from the distribution layer switches and serve as an entry and exit

point between the LAN and WAN, centralized services and

gateway to the Internet.

2. Bidders must ensure that the LAN/WAN design proposed meets high availability,

security, flexibility, and manageability requirements to meet current and future

technology needs.

3. The proposed design should clearly depict the requirement of redundant hardware

components and links to achieve network and device resiliency and load balancing.

4. The proposed network design must be clearly broken into well-defined segments

using VLANS in order to provide logical traffic separation and broadcast

domains for data, Internet, management traffic and so on.

5. The bidder must ensure that the network design supports as synchronous data

replication between the proposed Data Centre and Disaster Recovery site and that all

traffic should be routed to the DR in the event of non-availability of main production

site.

6. The bidder must propose and implement appropriate routing protocol that considers

critical factors like network design, scalability, fast convergence and ease of

configuration/troubleshooting/management should be achieved throughout the

internal Network. The routing blueprint must be well designed before

implementation to provide end- to-end reach ability path of the network.

TECHNICAL RESPONSIVE CHECKLIST

a) For each of the following Technical Requirements, the Bidder must describe how its

Technical Bid responds to each requirement. The Bidder is also expected to state the extend

of compliance to the requirement that the system meets by indicating Yes as (Fully supported,

No as (Not supported)

b) Bidder MUST fulfil all the technical specifications of the solution. A written literature/

brochure with demonstration MUST be attached to proof technical conformance to the

technical requirements.

c) If complied, Bidders MUST provide explanation of compliance with reference to datasheet

or bill of materials with the specific page number and section of the reference

MINIMUM HARDWARE AND SOFTWARE TECHNICAL SPECIFICATIONS

Load balancer - with advanced web application firewall(AWAF) - quantity – 2

Licenses- Big-IP LTM(Perpetual),AWAF(Perpetual), IP Intelligence (3 years),Threat Campaign

Licenses (3 Years) + Support and Subscription 3 years

SPECIFICATION DESCRIPTION Bidders

Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Intelligent Traffic

Processing:

L7 requests per second: 650K

L4 connections per second: 250K L4 HTTP

requests per second: 1M Maximum L4

concurrent connections: 14M Throughput: 10

Gbps L4/L7

Hardware Offload

SSL/TLS:

ECC†: 3.5K TPS (ECDSA P-256) RSA: 4.3K

TPS (2K keys)

8 Gbps bulk encryption*

Hardware

Compression:

5 Gbps

TurboFlex Performance

Profiles

Tier 1

Software Architecture: 64-bit TMOS

Processor: One 2-Core Intel Pentium processor

(total 4 hyper threaded logical processor cores)

Memory: 16 GB DDR4

Hard Drive: 1 TB Enterprise Class HDD

Gigabit Ethernet CU

Ports:

Optional SFP

Gigabit Fiber Ports

(SFP):

4 SX

10 Gigabit Fiber Ports

(SFP+):

2 SR ,10G copper direct attach

Redundant Power

Supply:

2x 250W Platinum AC PSU (Additional PSU

Mandatory)

189

Typical Consumption: 95W (single power supply, 110V input)**

Input Voltage: 100–240 VAC +/- 10% auto switching, 50/60hz

Typical Heat Output: 325 BTU/hour (single power supply, 110V

input)**

Dimensions: 1.72” (4.37 cm) H x 17.4” (44.2 cm) W x 22.5”

(57.15 cm) D

1U industry standard rack-mount chassis

Weight: 20 lbs. (9.07 kg) (single power supply)

Operating Temperature: 32°F to 104°F

Operational Relative

Humidity:

5% to 85% at 40º C

Safety Agency

Approval:

ANSI/UL 60950-1-2014

CSA 60950-1-07, including A1:2011+A2:2014

IEC 60950-1:2005, A1:2009+A2:2013

EN 60950-

1:2006+A11:2009+A1:2010+A12:2011+A2:201

3

Licensing 3 year Warrantee and Subscription and Support

Licenses

Certifications/

Susceptibility

Standards:

ETSI EN 300 386 V1.6.1 (2012)

EN 55032:2012 Class A: EN 61000-3-2:2014

EN 61000-3-3:2013: EN 55024:2010

FCC Class A (Part 15), IC Class A, VCCI Class

A

Note: Two to replace EOL load balancers at the Main DC and two for the DR

Note : SFPs Required : GLC-T 10G( 2 per Device) and SFP 10 G( 4 Per device)

Edge Router – Quantity 1 With 3 year Warranty

Technical

Specifications

Description Bidders Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Aggregate Throughput

(Default)

500 Mbps

Aggregate Throughput

(Performance License)

1 Gbps

Aggregate CEF Only5

Throughput

(Boost License)

Over 4Gbps

Total onboard

WAN or LAN

10/100/1000 ports

4

Total onboard

WAN or LAN

10Gbps ports

-

RJ-45-based ports 4

SFP-based ports + SFP 4

Enhanced service-

module slots

0

Doublewide service-

module slots

0

NIM slots 3

OIR (all I/O

modules)

Yes

Onboard ISC slot 1

Default memory DDR3

ECC DRAM (data

plane)

2 GB

Maximum memory

DDR3

ECC DRAM (data

plane)

2 GB

Default memory DDR3

ECC DRAM

(control/services plane)

4 GB

Maximum memory

DDR3

ECC DRAM

(control/services plane)

16 GB

Default flash memory 8 GB

Maximum flash memory 32 GB

External USB 2.0 slots

(type A)

2

USB console port

-type B mini (up

to 115.2 kbps)

1

Serial console port -

RJ45 (up to

115.2 kbps)

1

Serial auxiliary port -

RJ45

(up to 115.2 kbps)

1

Power-supply options Internal: AC, DC, and

PoE

Redundant power

supply

Internal: AC, DC, and

PoE

Power Specifications

AC input voltage 100 to 240 VAC

autoranging

DC Input Voltage Input

Voltage Input Current

48 – 60V

12A Max

AC input frequency 47 to 63 Hz

191

AC input current range,

AC power supply

(maximum)

3 to 1.3A

AC input surge current 60 A peak and less than 5

Arms per half cycle

Typical power (no 65

modules) (watts)

Maximum power with

AC power supply

(watts)

250 (no PoE)

Maximum power with

DC power supply

(watts)

437 (no PoE)

Maximum power with

PoE power supply

(platform only) (watts)

500 with PoE

redundant

1000 with PoE boost no

redundancy

Maximum endpoint PoE

power available from

PoE power supply

(watts)

250 W with redundancy

Maximum endpoint PoE

power capacity with

PoE boost (watts)

500 W

Dimensions

Shipping Box

Dimensions

(H x W x D)

7.88 x 22.25 x

28.75 in

(200.2 x 565.1 x

730.25 mm)

Rack height 1 Rack Units

(1RU)

Rack-mount

19in. (48.3 cm)

EIA

Included

Rack-mount 23in. (58.4

cm) EIA

Included

Wall-mount Yes

Weight with AC PS (no

modules)

18.5 lb (8.4 kg)

Weight with DC PS (no

modules)

28.8lb (13.1kg)

Weight with AC PS

with POE (no modules)

18.6 lb (8.4 kg)

Typical weight (fully

loaded with modules)

22.4 lb (10.2 kg)

Packaging 5.9 lb (2.7 kg)

Security Management Appliance ( With 3 Years Premium Software Bundle Licenses and

Feature Keys Mandatory) Quantity – 1, With 3 year Warranty

Technical

Specification

Description Bidders Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Form factor 1 Rack Unit (1RU)

Dimensions

(H x W x D)

1.7 x 16.89 x 29.8 in.

(4.32 x 43.0 x 75.6 cm)

Redundant power

supply

Yes

Remote power cycle Yes

DC power option No

Hot-swappable hard

drive

Yes

Power Consumption 2626 BTU/hr

Power Supply 770W

Fiber option No

Ethernet interfaces 2 port 1G Base-T copper

network interface (NICs),

RJ - 45

HD Size 1.2 TB (2 x 600 12G SAS

10K RPM SFF HDD)

CPU 1 x 2.1GHz, 8C

RAM 16 GB, DDR4

Speed (Mbps) 10/100/1000, auto

negotiate

Centralized

management and

reporting

The SMA simplifies

administration by

publishing configurations

from a single management

console to multiple Web

Security Appliance.

Updates and settings are

managed centrally on that

console rather than on the

individual appliances.

Organizations can

dedicate specific

appliances to individual

applications for high-

volume deployments.

Fully integrated reporting

allows traffic data from

multiple Email Security

193

Appliance and Web

Security Appliance to be

consolidated.

Message tracking Data is aggregated from

multiple Email Security

Appliance, including data

categorized by sender,

recipient, message subject,

and other parameters.

Scanning results, such as

spam and virus verdicts,

are also displayed, as are

policy violations.

Web tracking A record of individual

web transactions is

maintained, with

information such as IP

address, username,

domain name, time

accessed, and other

details. Visibility is

provided into employee

use of Web 2.0

applications such as

Facebook, YouTube, and

instant messaging.

Web reporting Web tracking information

is aggregated in real time

and displayed in a high-

level, easy-to-use

graphical format.

Reporting features help

administrators determine

the websites, URL

categories, and

applications that

employees can access on

company devices.

Spam quarantining Spam and marketing

messages are stored

centrally with the easy-to-

use self-service Spam

Quarantine solution.

Threat monitoring Data about web-based

threats is provided in real

time, including, for

example, which users are

encountering the most

blocks or warnings, and

which websites and URL

categories pose the

biggest risks. Malware

and other threats that

Web Security Appliance

have detected and blocked

are also reported.

Reputation scoring This feature provides

detailed information about

the reputation scores of

the websites that users

access. These scores are

based on data provided by

Web Security Appliance,

which analyze web server

behavior and assign a

score to each URL that

reflects the likelihood that

it contains malware.

Botnet detection Ports and systems with

potential malware

connections are displayed.

Data from the Layer 4

traffic monitoring feature

on Web Security

Appliance can help

organizations detect and

remediate botnet-infected

hosts.

3 year support &

maintenance

3 Year Subscription and

Support Licenses.

Licenses capabilities as

above specifications plus -

SMA Centralized Email

Management Reporting

License,

Email Management SW

Bundle, 3 YR License

Key, 100-199 Users,

SMA Centralized Web

Management Reporting

License,

195

Web Management

Premium SW Bundle,

3YR License Key, 100-

199 Users

Web Security Appliance - (With 3 Years Premium Bundle Software Licenses and Feature

Keys Mandatory) Quantity – 1, With 3-year Warranty

Technical

Specification

Description Bidders Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Form Factor 1RU

Dimensions 2 in. x 17 in. x

32 in.

Redundant P/S Yes

Option

Remote Power

Cycle

Yes

DC Power

Option

No

Hot- Swappable H/D Yes

Power

Consumption

2626 BTU/hr

Power Supply 770W

Ethernet interfaces 6 port 1G Base- T copper

network interface (NICs), RJ -

45

Speed (Mbps) 10/100/1000, auto negotiate

Fiber Option No

HD Size Two 600 GB hard disk drives

(2.5” 12G SAS

10K RPM) are installed into

front-panel drive bays that

provide hot- swappable access

for SAS drives

CPU One 2.1GHz 8c

2400MHz processor

RAM One 16GB DDR4-2666

DIMM1

Talos Security

Intelligence

Receive fast and

comprehensive web protection

backed by the largest threat

detection network in the

world, with the broadest

visibility and largest footprint,

including:

100 TB of security

intelligence daily

1.6 million deployed

security devices, including

firewall, IPS, web, and email

appliances

150 million endpoints

13 billion web requests per

day

35% of the world’s

enterprise email traffic

Providing a 24x7 view into

global traffic activity to

analyze anomalies, uncover

new threats, and monitor

traffic trends. Talos prevents

zero-hour attacks by

continually generating new

rules that feed updates to the

WSA every three to five

minutes, enabling industry-

leading threat defense hours

and even days ahead of

competitors.

Web Usage

Controls

Combine traditional URL

filtering with dynamic content

analysis to mitigate

compliance, liability, and

productivity risks. ’s

continuously updated URL

filtering database of over 50

million blocked sites provides

exceptional coverage for

known websites, and the

Dynamic Content Analysis

(DCA) engine accurately

identifies 90 percent of

unknown URLs in real time;

it scans text, scores the text

for relevancy, calculates model

197

document proximity, and

returns the closest category

match. Administrators can also

select specific categories for

intelligent HTTPS inspection.

Advanced Malware

Protection

Advanced Malware Protection

(AMP) is an additionally

licensed feature available to all

WSA customers. AMP is a

comprehensive malware-

defeating solution that enables

malware detection and

blocking, continuous analysis,

and retrospective alerting. It

takes advantage of the vast

cloud security intelligence

networks of both and

Sourcefire® technology. AMP

augments the malware

detection and blocking

capabilities already offered in

the WSA with enhanced file

reputation capabilities, detailed

file-behavior reporting,

continuous

file analysis, and retrospective

verdict alerting. The AMP

Threat Grid delivers malware

protection through an on-

premises appliance for

organizations that have

compliance or policy

restrictions on submitting

malware samples to the cloud.

The Layer 4 Traffic Monitor

continuously scans activity,

detecting and blocking

spyware “phone-home”

communications. By tracking

all network applications, the

Layer 4

Traffic Monitor effectively

stops malware that attempts to

bypass classic web security

solutions. It dynamically adds

IP addresses of known

malware domains to its list of

malicious entities to block.

Cognitive Threat

Analytics

Cognitive Threat Analytics is

a cloud-based solution that

reduces time to discovery of

threats operating inside the

network. It addresses gaps in

perimeter- based defenses by

identifying the symptoms of a

malware infection or data

breach using behavioral

analysis and anomaly

detection. Take advantage of

Cognitive Threat Analytics

with a simple add-on license to

your Web Security solution.

Reduce complexity while

gaining superior protection that

evolves with your changing

threat landscape.

Application

Visibility and

Control

(AVC)

Easily control the use of

hundreds of Web 2.0

applications and 150,000+

micro- applications. Granular

policy control allows

administrators to permit the use

of applications such as

Dropbox or Facebook while

blocking users from activities

such as uploading documents

or clicking the “Like” button.

The WSA supports visibility of

activity across an entire

network. New: Customers can

deploy customized bandwidth

and time quotas per user, per

group, and per policy.

Data Loss Prevention

(DLP)

Prevent confidential data from

leaving the network by

creating context-based rules for

basic DLP. The WSA also

uses Internet Content

Adaptation Protocol (ICAP) to

integrate with third-party DLP

solutions for deep content

inspection and enforcement of

DLP policies. The WSA also

supports Secure ICAP to

encrypt the traffic exchanged

between WSA and third-party

199

DLP solutions.

Roaming-User

Protection

The WSA protects roaming

users by integrating with the

AnyConnect® Secure Mobility

Client, which provides web

security to remote clients by

initiating a VPN tunnel that

redirects traffic back to the on-

premises solution.

AnyConnect technology

analyzes traffic in real time

prior to permitting access.

The WSA is also integrated

with Identity Services Engine

(ISE). With this exciting

enhancement, customers can

now take advantage of the

power of ISE for WSA upon

request. ISE integration

allows admins to create policy

on the WSA based on profile

or membership information

gathered by ISE through its

single sign-on process.

Centralized

Management and

Reporting

Receive actionable insights

across threats, data, and

applications. The WSA

provides an easy-to-use,

centralized management tool to

control operations, manage

policies, and view reports.

The M-Series Content

Security Management

Appliance provides central

management and reporting

across multiple appliances and

multiple locations, including

virtual instances.

® Advanced Web Security

Reporting is a reporting

solution that rapidly indexes

and analyzes logs produced by

Web Security Appliances

(WSA) and Umbrella. This

tool provides scalable reporting

for customers with high traffic

and storage needs. It allows

reporting administrators to

gather detailed insight into web

usage and malware threats.

Flexible Deployment WSA can be an effective

protection against web-based

threats for your workloads

running in the cloud.

Alternatively, if your

organization uses on-premises

WSA for web security, as a

good security practice you can

deploy a similar security stack

for your cloud-based

applications using WSAV on

AWS. Furthermore, using

Security Management

Appliance virtual (SMAV) on

AWS, you can configure and

monitor a large number of

WSA farms in your cloud

environment itself.

The WSAV offers all the

same features as the WSA,

with the added convenience

and cost savings of a virtual

deployment model, including

instant self- service

provisioning. With a WSAV

license, businesses can deploy

web security virtual gateways

without being connected to the

Internet, by applying the

license to a new WSAV

virtual image file stored

locally. Pristine virtual image

files can be cloned, if needed,

to deploy several web security

gateways immediately.

Run hardware and virtual

machines in the same

deployment. Small branch

offices or remote locations can

have the same protection the

WSA provides without having

201

to install and support

hardware at that location.

Custom deployment is

easily managed with the M-

Series Content Security

Management Appliance.

3 year support &

maintenance

3 Year Subscription and Support

Licenses.

Licenses capabilities as above

specifications plus - Web

Premium SW Bundle

(WREP+WUC+AMAL)

Licenses,

Web Premium SW Bundle

(WREP+WUC+AMAL) 3YR,

100-199 Users,

WSA Advanced Malware

Protection License,

Web Advanced Malware

Protection 3YR Lic Key, 100-

199 Users

Email Security Appliance – ( With 3 Years Premium Bundle Software Licenses and Feature

Keys Mandatory) Quantity – 1, With 3 year Warranty

Technical

Specification

Description Bidders Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Rack Units (RU) 1RU

Dimensions

including handles

(H x W x D)

1.7 x 16.89 x

29.8 in. (4.32 x

43.0 x 75.6 cm)

Remote power

cycling

Yes

Remote power

cycling

Yes

Redundant power

supply

Yes

Hot-swappable hard

disk

Yes

Power 2626 BTU/hr

Consumption

Power Supply 770W

Ethernet interfaces 2-port

1GBASE-T copper network

interface (NIC), RJ-45

Speed (Mbps) 10/100/1000, auto negotiate

Fiber option No

HD Size Two 600 GB hard disk drives

(2.5” 12G SAS

10K RPM) are installed into

front-panel drive bays that

provide hot- swappable access

for SAS drives

CPU One 2.1GHz 8c

2400MHz processor

RAM One 16GB DDR4-2666

DIMM1

Advanced Malware

Protection and

Threat Grid

AMP included, Threat Grid

and AMP augments the

malware detection and

blocking capabilities

already offered in Email

Security with file reputation

scoring and blocking,

sandboxing, and file

retrospection for continuous

analysis of threats, even after

they have traversed the email

gateway.

Intelligent Multi-

Scan

Intelligent Multi-Scan (IMS) is

a high performant multi-layer

anti-spam solution that uses a

combination of anti-spam

engines, including Anti-

Spam, to increase spam catch

rates.

You cannot configure the

order of the scanning engines

used in Intelligent Multi-

Scan; Anti-Spam will always

be the last to scan a message

and Intelligent Multi-Scan

will not skip it if a third-party

engine determines that a

message is spam.

Using Intelligent Multi-Scan

can lead to reduced system

203

throughput. Please contact your

support representative for more

information.

Include IMS feature key

Graymail safe-

unsubscribe

This tag manages a highly

secure unsubscribe action on

behalf of the end user. It also

monitors the different

graymail unsubscribe requests.

All these can be managed at a

policy, Lightweight Directory

Access Protocol (LDAP) group

level.

Advanced Phishing

Protection

CAPP included to stop identity

deception–based attacks such

as social engineering,

imposters, and BEC. It

provides local email

intelligence and advanced

machine learning techniques to

model trusted email behavior

on the Internet, within

organizations and between

individuals. CAPP also

integrates machine learning

techniques to drive daily

model updates, maintaining a

real-time understanding of

email behavior to stop identity

deception. For 3 year

subscription.

Domain Protection CDP to be included in the

Email Security Bundle. CDP

for external email helps

prevent phishing emails from

being sent using a customer

domain(s). The CDP service

automates the process of

implementing the email

authentication standard

DMARC to better protect

employees, customers, and

suppliers from phishing attacks

using a customer domain(s).

This protects the customers’

brand identity as well as

increases email marketing

effectiveness by reducing

phishing messages from

reaching inboxes. For three

year subscriptions.

Image Analyzer Detects illicit content in

incoming and outgoing email,

allowing customers to identify,

monitor, and educate

offending users.

AntiVirus Offers McAfee antivirus

scanning technology.

Security Awareness Security Awareness to be

included in theEmail Security

software bundles. It is designed

to help promote and apply

effective cybersecurity

common sense by modifying

end-user behavior and

empower employees to work

smarter and safer. This cloud-

delivered subscription provides

comprehensive simulation,

training, and reporting so

employee progress can be

continually monitored and

tracked. It helps organizations

remain safe with engaging and

relevant computer-based

content with various simulated

attack methods, and empowers

the people in your

organization to play a critical

role in its overall security with

Security Awareness.

3 year support &

maintenance

(Mandatory)

3 Year Subscription and

Support Licenses.

Licenses capabilities as above

specifications plus - (ESA

Premium SW Bundle (AS, AV,

OF, DLP, ENC) License,

Premium SW

Bundle(AS+AV+OF+ENC+D

LP) 3YR Lic, 100-199 Users,

ESA Advanced Malware

Protection License,

Email Advanced Malware

Protection 3YR Lic Key, 100-

199 Users)

205

Tier 2 Firewall With 3 Years Premium Licenses Mandatory , 3 Years Warranty ,Quantity-

1 (Threat defense Base Features,Threat Defense Malware Protection, Threat Defense threat

protection,) + SFPs and also have licenses for AnyConnect Apex Term License,200 Total

Authorized Users and

200 licenses for AnyConnect Apex License, 3YR, 100-249 Users

Technical

Specification

Description Bidders Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Stateful Inspection

Throughput

(Maximum2)

3 Gbps

Stateful Inspection

Throughput

(Multiprotocol3)

1.5 Gbps

IPS Throughput4 900 Mbps (extra hardware

not required)

Next-Generation

Throughput5

(Multiprotocol)

1 Gbps

3DES/AES VPN

Throughput6

400 Mbps

Users/Nodes Unlimited

Minimum IPsec VPN

Peers

1000

Premium

AnyConnect VPN

Peers

2/1000

Concurrent

Connections

750,000

New Connections/

Second

15,000

Virtual Interfaces

(VLANs)

300

Security Contexts

(Included/

Maximum)7

2/25

High Availability Active/Active and

Active/Standby

Expansion Slot 1 interface card with SFP

USB 2.0 Ports 1

Integrated I/O 8 GE copper

Expansion I/O 6 GE copper or

6 GE SFP

Dedicated

Management Port

Yes (1 GE)

Serial Ports 1 RJ-45

Storage 2 slots, RAID 1

100 GB

Memory 12 GB

Minimum System

Flash

8 GB

System Bus Multibus architecture

Operating

Temperature

32 to 104°F ( 0 to 40°C)

Relative Humidity 90 percent

Altitude Designed and tested for 0 to

10,000 ft (3050m)

Shock 50G, 2 m/sec

Vibration 0.41 Grms (3 to

500Hz) random input

Acoustic Noise 67.9 dBa max

Nonoperating

Temperature -13 to 158°F

(-25 to 70°C)

Relative Humidity 10 to 90 percent

Altitude Designed and tested for 0 to

15,000 ft (4572m)

Shock 70G,4.22 m/sec

Vibration 1.12 Grms (3 to

500Hz) random input

Redundant Power

Input (per Power

Supply)

AC Range Line

Voltage

100 to 240 VAC

AC Normal Line

Voltage

100 to 240 VAC

AC Current 5A, 100 to 120V

2.5A, 200 to 240V

AC Frequency 50/60 Hz

Dual Power

Supplies

Yes

Physical

Specifications

Form Factor 1 RU, 19-in. rack- mountable

207

Dimensions

(H x W x D)

1.67 x 16.7 x 19.1 in. (4.24 x

42.9 x

48.4 cm)

Weight (with

Power Supply)

16.82 lb (7.63 kg) with single

power supply

18.86 lb (8.61 kg) with dual

power supply

Regulatory and

Standards

Compliance

Safety IEC 60950-1:

2005, 2nd Edition

EN 60950-

1:2006+A11: 2009

UL 60950-1:2007,

2nd Edition;

CSA C22.2 No.

60950-1-07, 2nd

Edition

Electromagnetic

Compatibility (EMC)

CE: EN55022

2006+A1: 2007

Class A; EN55024

1998+A1:2001+A2

:2003; EN61000-3-

2 2009;EN61000-

3-3 2008; FCC:CFR 47, Part

15 Subpart B Class A

2010,ANSI C63.4

2009;

ICES-003 ISSUE 4

FEBRUARY.2004; VCCI:V-

3/2011.04; C-TICK:AS/NZS

CISPR 22,2009

KC:KN22 & KN24

Subscription &

Support

3 Year Warranty+ 3 Year

Subscription and Support

Licenses

3 year licenses for AnyConnect

Apex Term License,200 Total

Authorized Users and

200 licenses for AnyConnect

Apex License, 1YR, 100-249

Users

3 Year licenses for Threat

defense Base Features,Threat

Defense Malware Protection,

Threat Defense threat

protection,

Wireless LAN Controllers – Quantity 2, (One with 3 Years 10 AP Licenses, the second with

3 Years 20 AP licenses), 3 Years Warranty

Technical

Specification

Description Bidders Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Maximum number

of access points

250, 500 (with Performance

license)

Maximum number

of clients

5000, 10,000 (with Performance

license)

Maximum

throughput

5 Gbps, 10 Gbps **(with

Performance license)

Maximum WLANs 4096

Maximum VLANs 4096

Fixed uplinks 2x 10G/Multigigabit copper or

2x 10G/Multigigabit fiber

Power supply 110W, 12V DC, AC/DC

adapter

Maximum power

consumption

9800-L-C: 86.9W (with 4.5W

USB load)

9800-L-F: 84.5W (assumes 2pc

2.5W SFP and with 4.5W

USB load)

Deployment modes Centralized, FlexConnect®,

and fabric

Form factor 1RU; half-width chassis allows

side-by-side installation in

standard 19-in. rack

License Smart License enabled

Software IOS XE

Management DNA Center, Prime®

Infrastructure, and third party

(open standards APIs)

Feature Description

Interoperability AireOS-based controllers

Access points Aironet 802.11ac Wave 1 and

Wave 2 access points, 802.11ax

209

access points

Feature Description

Interoperability AireOS-based controllers

Access points Aironet® 802.11ac Wave 1

and Wave 2 access points,

802.11ax access points

Wireless IEEE 802.11a, 802.11b,

802.11g, 802.11d,

WMM/802.11e,

802.11h, 802.11n, 802.11k,

802.11r, 802.11u, 802.11w,

802.11ac

Wave1 and Wave2, 802.11ax

Wired, switching,

and routing

IEEE 802.3 10BASE-T, IEEE

802.3u 100BASE-TX

specification,

1000BASE-T, 1000BASE-SX,

1000-BASE-LH, IEEE 802.1Q

VLAN

tagging, IEEE 802.1AX Link

Aggregation

Data Requests For

Comments (RFCs)

RFC 768 UDP

RFC 791 IP

RFC 2460 IPv6

RFC 792 ICMP

RFC 793 TCP

RFC 826 ARP

RFC 1122 Requirements for

Internet Hosts

RFC 1519 CIDR

RFC 1542 BOOTP

RFC 2131 DHCP

RFC 5415 CAPWAP

Protocol Specification

RFC 5416 CAPWAP Binding

for 802.11

Security standards Wi-Fi Protected Access

(WPA)

IEEE 802.11i (WPA2, RSN)

RFC 1321 MD5 Message-

Digest Algorithm

RFC 1851 ESP Triple DES

Transform

RFC 2104 HMAC: Keyed-

Hashing for Message

Authentication

RFC 2246 TLS Protocol

Version 1.0

RFC 2401 Security

Architecture for the Internet

Protocol

RFC 2403 HMAC-MD5-96

within ESP and AH

RFC 2404 HMAC-SHA-1-96

within ESP and AH

RFC 2405 ESP DES-CBC

Cipher Algorithm with Explicit

IV

RFC 2407 Interpretation for

ISAKMP

RFC 2408 ISAKMP

RFC 2409 IKE

RFC 2451 ESP CBC-Mode

Cipher Algorithms

RFC 3280 Internet X.509

PKI Certificate and CRL

Profile

RFC 4347 Datagram

Transport Layer Security

RFC 5246 TLS Protocol

Version 1.2

Encryption Wired Equivalent Privacy

(WEP) RC4 40, 104 and 128

bits (both static and shared

keys)

Advanced Encryption

Standard (AES): Cipher Block

Chaining (CBC), Counter with

CBC-MAC (CCM), Counter

with Cipher Block Chaining

Message Authentication Code

Protocol (CCMP)

Data Encryption Standard

(DES): DES-CBC, 3DES

Secure Sockets Layer (SSL)

and Transport Layer Security

(TLS): RC4

128-bit and RSA 1024- and

2048-bit

DTLS: AES-CBC

IPsec: DES-CBC, 3DES,

AES-CBC

802.1AE MACsec encryption

211

Authentication,

Authorization, and

Accounting (AAA)

IEEE 802.1X

RFC 2548 Microsoft Vendor-

Specific RADIUS Attributes

RFC 2716 PPP EAP-TLS

RFC 2865 RADIUS

Authentication

RFC 2866 RADIUS

Accounting

RFC 2867 RADIUS Tunnel

Accounting

RFC 2869 RADIUS

Extensions

RFC 3576 Dynamic

Authorization Extensions to

RADIUS

RFC 5176 Dynamic

Authorization Extensions to

RADIUS

RFC 3579 RADIUS Support

for EAP

RFC 3580 IEEE 802.1X

RADIUS Guidelines

RFC 3748 Extensible

Authentication Protocol (EAP)

Web-based authentication

TACACS support for

management users

Management Simple Network Management

Protocol (SNMP) v1, v2c, v3

RFC 854 Telnet

RFC 1155 Management

Information for TCP/IP-Based

Internets

RFC 1156 MIB

RFC 1157 SNMP

RFC 1213 SNMP MIB II

RFC 1350 TFTP

RFC 1643 Ethernet MIB

RFC 2030 SNTP

RFC 2616 HTTP

RFC 2665 Ethernet-Like

Interface Types MIB

RFC 2674 Definitions of

Managed Objects for Bridges

with Traffic

Classes, Multicast Filtering,

and Virtual Extensions

RFC 2819 RMON MIB

RFC 2863 Interfaces Group

MIB

RFC 3164 Syslog

RFC 3414 User-Based

Security Model (USM) for

SNMPv3

RFC 3418 MIB for SNMP

RFC 3636 Definitions of

Managed Objects for IEEE

802.3 MAUs

RFC 4741 Base NETCONF

protocol

RFC 4742 NETCONF over

SSH

RFC 6241 Network

Configuration Protocol

(NETCONF)

RFC 6242 NETCONF over

SSH

RFC 5277 NETCONF event

notifications

RFC 5717 Partial Lock

Remote Procedure Call

RFC 6243 With-Defaults

capability for NETCONF

RFC 6020 YANG

Private MIBs

Management

interfaces

Web-based: HTTP/HTTPS

Command-line interface:

Telnet, Secure Shell (SSH)

Protocol, serial port

Prime Infrastructure

213

Environmental

conditions supported

Operating temperature:

32° to 113°F (0° to 45°C)

Note: The maximum

temperature is derated by 1.0°C

for every

1000 ft (305 m) of altitude

above sea level.

Nonoperating temperature:

–13° to 158°F (–25° to 70°C)

Operating humidity:

10% to 95% noncondensing

Nonoperating humidity:

0% to 95% noncondensing

Altitude:

Operating altitude: 0 to 3000

m (0 to 10,000 ft)

Nonoperating altitude: 0 to

12,192 m (0 to 40,000 ft.)

Power Electrical input:

AC input frequency range:

47 to 63 Hz

AC input range: 90 to 264

VAC

Maximum power:

9800-L-C max measured

power = 86.9W (with 4.5W

USB load)

9800-L-F max measured

power = 84.5W (assumes 2pc

2.5W SFP and with 4.5W USB

load)

Maximum heat dissipation:

9800-L-C: 296.4 Btu/hr

(with 4.5W USB load)

9800-L-F: 288.2 Btu/hr

(assumes 2pc 2.5W SFP and

with 4.5W USB

load)

Sound power level measure:

Normal: 40 dBA at 25C

Maximum: 42.9 dBA at 40C

Power adapter:

Input power: 100 to 240

VAC; 50/60 Hz

Subscription &

Support

One with 10 Smart

Licenses,The second with 20

Smart Licenses .Warranty and

Premium Licenses mandatory

for 3 years.

Fire Power Management Center Physical Chassis Device – (Quantity 1.) With 4 Device License, 3

Year Subscription ,Support and Warranty

Technical

Specification

Description Bidders

Responsiveness

YES/NO

Detailed

explanation

with cross-

reference

/evidence

Maximum number of

sensors managed

50

Maximum IPS

events

30 million

Management interface 100/100/1000 RJ-45

Memory 32 GB

CPU 8-core Xeon

Event storage space 900 GB

Maximum network

map size (hosts/users)

50,000/50,0

00

Maximum flow rate

(flows per second)

5,000 fps

215

Network interfaces 2 x 1 Gbps

Secure boot Yes

Supports high

availability

Yes

Dual power supplies Yes

RAID support HDD RAID 1

Form factor 1RU

Dimensions depth x

width x height (inches)

29.8 x 16.9

x 1.7 (75.7 x

43 x 4.3 cm)

Shipping weight 39 lb. (17.7 kg)

Watts (max) 770W

Power supply 100-240

VAC (nominal)

90-264 VAC (min/max)

9.5 amp max at 100 VAC

4.5 amp max at 208 VAC

Airflow Front to back

Operating temperature 5°C to 35°C

Subscription and

Support

Support, Licenses(4 device license)

and Subscription for 3 Years

DATA CENTER FIREWALL - Quantity 1, With 3 Year Premium Licenses(Threat defense Base

Features, Threat Defense Malware Protection, Threat Defense threat protection,) + SFPs , and 3 Year

Support, Subscription and Warranty

Technical

Specification

Description Bidders Response

YES/NO

Detailed

explanation

with cross-

reference

/evidence

Throughput: FW +

AVC (1024B)

13 Gbps

Throughput: FW +

AVC + IPS (1024B)

11 Gbps

Maximum concurrent

sessions, with AVC

10 million

Maximum new

connections per

second, with AVC

64K

TLS (Hardware

Decryption)1

4.5 Gbps

Throughput: NGIPS

(1024B)

15 Gbps

IPSec VPN Throughput

(1024B TCP

w/Fastpath)

6 Gbps

Maximum VPN Peers 10,000

Multi-Instance Capable Yes

Centralized

management

Centralized configuration,

logging, monitoring, and

reporting are performed by the

Management Center or

alternatively in the cloud with

Defense Orchestrator

Application Visibility

and

Control (AVC)

Standard, supporting more than

4000 applications, as well as

geolocations, users, and websites

AVC: OpenAppID

support for custom,

open source,

application detectors

Standard

Security

Intelligence

Standard, with IP, URL, and

DNS threat intelligence

Firepower NGIPS Available; can passively detect

endpoints and infrastructure for

threat correlation and

Indicators of Compromise (IoC)

intelligence

AMP for Networks Available; enables detection,

blocking, tracking, analysis, and

containment of targeted and

persistent malware, addressing

the attack continuum both during

and after attacks. Integrated

threat correlation with AMP for

Endpoints is also optionally

available

AMP Threat Grid

sandboxing

Available

URL Filtering: number

of categories

More than 80

URL Filtering: number

of

URLs categorized

More than 280 million

Automated threat feed

and IPS signature

updates

Yes: class-leading Collective

Security Intelligence (CSI)

Third-party and open-

source ecosystem

Open API for integrations with

third-party products; Snort® and

217

OpenAppID community

resources for new and specific

threats

High availability and

clustering

Active/standby. Firepower 4100

Series allows clustering of up to 6

chassis

Trust Anchor

Technologies

Series platforms include Trust

Anchor Technologies for supply

chain and software image

assurance.

Stateful inspection

firewall throughput1

35 Gbps

Stateful inspection

firewall throughput

(multiprotocol)2

15 Gbps

Concurrent firewall

connections

10 million

Firewall latency (UDP

64B microseconds)

3.5

New connections per

second

150,000

IPsec VPN throughput

(450B UDP L2L test)

8 Gbps

Maximum VPN Peers 10,000

Security contexts

(included; maximum)

10; 250

Dimensions (H x W x

D)

1.75 x 16.89 x 29.7 in. (4.4 x

42.9 x 75.4 cm)

Form factor (rack

units)

1RU

Supervisor Firepower 4000 Supervisor with 8

x 10 Gigabit Ethernet ports and

2 Network

Module (NM) slots for I/O

expansion

Network modules 8 x 10 Gigabit Ethernet

Enhanced Small Form-Factor

Pluggable (SFP+) network

modules

4 x 40 Gigabit Ethernet Quad

SFP+ network modules

8-port 1Gbps copper, FTW (fail

to wire) Network Module

6-port 1 Gbps SX Fiber FTW

(fail to wire) Network Module

6-port 10Gbps SR Fiber FTW

(fail to wire) Network Module

6-port 10Gbps LR Fiber FTW

(fail to wire) Network Module

2 modules of 8 x 10 Gigabit

Ethernet Enhanced Small Form-

Factor Pluggable (SFP+) network

modules with management port

and USB port. Should include

SFPs

Maximum number of

interfaces

Up to 24 x 10 Gigabit Ethernet

(SFP+) interfaces; up to 8 x 40

Gigabit Ethernet

(QSFP+) interfaces with 2

network modules

Integrated network

management ports

1 Gigabit Ethernet

Supports 1-G fiber or copper

SFPs

Serial port 1 x RJ-45 console

USB 1 x USB 2.0

Storage 200 GB

Subscription &

Warrantee

Premium Licenses, 3 Year

Warranty, Premium Licenses and

Subscriptions Mandatory + SFPs

Storage Area Network Multi-Layer Director Switch + SFPs - Quantity 2 with 3 year

Support and Warranty, with 24 SFP-FC16G-SW SFPs on each Switch

Technical

Specification

Description Bidders Response

YES/NO

Detailed

explanation with

cross-reference

/evidence

Protocols FC-SB-3, Amendment 1

(ANSI INCITS 374-

2003/AM1-2007)

FC-SB-4, Revision 3.0

(ANSI INCITS 466-2011)

FC-SB-5, Revision 2.00

(ANSI INCITS 485-2014)

FC-BB-6, Revision 2.00

(ANSI INCITS 509-2014)

FC-BB-2, Revision 6.0

(ANSI INCITS 372-2003)

FC-BB-3, Revision 6.8

(ANSI INCITS 414-2006)

FC-BB-4, Revision 2.7

(ANSI INCITS 419-2008)

FC-BB-5, Revision 2.0

(ANSI INCITS 462-2010)

FC-VI, Revision 1.84

219

(ANSI INCITS 357-2002)

FC-SP, Revision 1.8

(ANSI INCITS 426-2007)

FC-SP-2, Revision 2.71

(ANSI INCITS 496-2012)

FAIS, Revision 1.03

(ANSI INCITS 432-2007)

FAIS-2, Revision 2.23

(ANSI INCITS 449-2008)

FC-IFR, Revision 1.06

(ANSI INCITS 475-2011)

FC-FLA, Revision 2.7

(INCITS TR-20-1998)

FC-PLDA, Revision 2.1

(INCITS TR-19-1998)

FC-Tape, Revision 1.17

(INCITS TR-24-1999)

FC-MI, Revision 1.92

(INCITS TR-30-2002)

FC-MI-2, Revision 2.6

(INCITS TR-39-2005)

FC-MI-3, Revision 1.03

(INCITS TR-48-2012)

FC-DA, Revision 3.1

(INCITS TR-36-2004)

FC-DA-2, Revision 1.06

(INCITS TR-49-2012)

FC-MSQS, Revision 3.2

(INCITS TR-46-2011)

Fibre Channel classes of

service: Class 2, Class 3,

and Class F

Fibre Channel standard

port types: E, F and FL

Fibre Channel enhanced

port types: SD, ST, and TE

FC-NVMe

In-band management

using IP over Fibre Channel

(RFC 2625)

IPv6, IPv4, and Address

Resolution Protocol (ARP)

over Fibre Channel (RFC

4338)

Extensive IETF-

standards-based TCP/IP,

SNMPv3, and remote

monitoring (RMON) MIBs

Ports Fixed configuration with

48 ports of 16-Gbps Fibre

Channel populated with 24

SFP-FC16G-SW SFPs on

each switch

Available in a 12-port

configurable base and as a

bundle with all 48 ports

enabled

Enable incremental ports

on the 12-port base model,

with the 12-port On-

Demand Activation license

12 enabled ports and 12 x

16G SW SFP+ each with

SFPs

Security VSAN fabric isolation

Hardware zoning by

Access Control Lists

(ACLs)

Fibre Channel Security

Protocol (FC-SP) switch-to-

switch authentication

FC-SP host-to-switch

authentication

Role-based access control

(RBAC) using RADIUS,

TACACS+, or Lightweight

Directory Access Protocol

(LDAP) authentication,

authorization, and

accounting (AAA)

functions

Secure FTP (SFTP)

Secure Shell Protocol

Version 2 (SSHv2)

Simple Network

Management Protocol

Version 3 (SNMPv3)

implementing Advanced

Encryption Standard

(AES)

Control-plane security

Performance Port speed: 2/4/8/16-

Gbps autosensing with 16

Gbps of dedicated

bandwidth per port

221

Buffer credits: Up to 256

for a group of 4 ports, with

a default of 64 buffer

credits per port and a

maximum of

253 buffer credits for a

single port in the group

PortChannel: Up to 16

physical links

Reliability and

availability

ISSU

Hot-swappable, dual

redundant power supplies

Hot-swappable fan tray

with integrated temperature

and power management

Hot-swappable SFP+

optics

Passive backplane

Stateful process restart

Any port configuration

for PortChannels

Fabric-based

multipathing

Per-VSAN fabric

services

Port tracking

VRRP for management

connections

Online diagnostics

Network management Access methods

Out-of-band 10/100/1000

Ethernet port

RS-232 serial console

port

USB

Access protocols

CLI using the console

and Ethernet ports

SNMPv3 using the

Ethernet port and in-band

IP over Fibre Channel

access

Storage Networking

Industry Association

(SNIA) Storage

Management Initiative

Specification (SMI-S)

Distributed device alias

service

Network security

Per-VSAN RBAC using

RADIUS and TACACS+-

based authentication,

authorization, and

accounting (AAA)

functions

SFTP

SSHv2 implementing

AES

SNMPv3 implementing

AES

Management applications

MDS 9000 Family CLI

Prime DCNM

Programming

interfaces

Scriptable CLI

Prime DCNM web

services API

Physical dimensions

(HxWxD)

Dimensions (H x W x D):

1.72 x 17.16 x 16.34 in.

(4.37 x 43.59 x 41.50 cm),

1RU

Rack-mountable in

standard 19-inch Electronic

Industries Alliance [EIA]

rack

Weight of fully

configured chassis: 19.84 lb

(9 kg)

Power Power supply: 300W AC

(2 per switch)

Power cord: Notched C15

socket connector

connecting to C16 plug on

power supply

AC input characteristics

100 to 240V AC (10%

range)

50 to 60 Hz (nominal)

Airflow: back to front

(toward ports)

200 linear feet per minute

(LFM) through system fan

assembly

(6.4 cm) between walls and

chassis air vents and a

minimum horizontal

223

separation of 6 in. (15.2

cm) between two chassis to

prevent overheating

Temperature range Temperature, ambient

operating: 32 to 104°F (0 to

40°C)

Temperature, ambient

non-operating and storage:

-40 to 158°F (-40 to 70°C)

Relative humidity,

ambient (noncondensing)

operating: 10 to 90%

Relative humidity,

ambient (noncondensing)

non-operating and storage:

10 to 95%

Altitude, operating: -197

to 6500 ft (-60 to 2000m)

Approvals and

compliance

Safety compliance

CE Marking

UL 60950

CAN/CSA-C22.2 No.

60950

EN 60950

IEC 60950

TS 001

AS/NZS 3260

IEC60825

EN60825

21 CFR 1040

EMC compliance

FCC Part 15 (CFR 47)

Class A

ICES-003 Class A

EN 55022 Class A

CISPR 22 Class A

AS/NZS 3548 Class A

VCCI Class A

EN 55024

EN 50082-1

EN 61000-6-1

EN 61000-3-2

EN 61000-3-3

Fabric services Name server

Registered State Change

Notification (RSCN)

Login services

Fabric Configuration

Server (FCS)

Public loop

Broadcast

In-order delivery

Interconnect Fiber

Cables and Top of

RacK Fiber tray with of

Inter rack Fiber

connectivity

Interconnect fiber cables

for all poerts to Equipment

have to be provided and

also top of rack fiber

connectivity has to be

terminated

Advanced functions VSAN

IVR

PortChannel with

multipath load balancing

Flow-based and zone-

based QoS

Subscription, warrantee

and support

3 Year Warranty and

Support Mandatory and

Premium Licensing

Perimeter Firewall Quantity-1 ( With 3 Years Premium Next Generation Firewall and Threat

Extraction Licenses ) , With 3 Years Support and Warranty

Technical

Specification

Description Bidders

Response

YES/NO

Detailed

explanation

with cross-

reference

/evidence

1. General

requirements

The Vendor of the Firewall software must have at least

20 years of experience in the security market

The vendor must exclusively provide Internet security

solutions.

The vendor must provide evidence of year over year

leadership positions in enterprise firewall, UTM

firewalls and intrusion prevention based on independent

security industry data. Solution must be in Gartner’s

Leadership Quadarnt.

The vendor must be capable of serving the entire scope

of security Firewall requirements, including throughput,

connection rate and next generation security application

225

enablement for all network deployments, from small

office to data center in a single hardware appliance.

The vendor must have a security Firewall solution that

can support the enablement of all next generation

firewall security applications, including intrusion

protection, application control, URL filtering, Anti-Bot,

Anti-Virus, Sand-boxing & Scrubbing (Threat

Emulation and Threat Extraction) all managed from a

central platform.

The next generation

Firewall must be

capable of supporting

these next generation

security applications

on a unified platform.

a. Stateful Inspection Firewall

b. Intrusion Prevention System

c. User Identity Acquisition

d. Application Control and URL filtering

e. Anti – Bot and Anti – Virus

f. Threat Emulation (Sandboxing)

g. Threat Extraction (scrubbing)

h. HTTPS Inspection

i. Identity Awareness

j. Anti – Spam and Email Security

k. IPSec VPN

l. Data Loss Prevention (Optional)

m. Mobile Access

n. Monitoring and Logging

o. Logging and Status

p. Event Correlation and Reporting

q. Networking & Clustering

r. Virtual Systems

The vendor must supply all industry certifications of

the solution.

Vendor must have the capability to provide a solution

to mitigate Distributed Denial of Service attacks.

2. Performance

Requirement of Next

Generation Firewall

The Firewall must use Stateful Inspection based on

granular analysis of communication and application

state to track and control the network flow.

The Firewalls must be capable of supporting the

minimum throughputs, connection rates and concurrent

connections requirements as below:

Real World Production Conditions:

a. 9.5 Gbps of Threat Prevention.

b. 22 Gbps of NGFW

c. 25 Gbps IPS.

d. 48 Gbps of firewall throughput

Performance Lab Conditions:

a. 11.9 Gbps IPsec Throughput

b. 76 Gbps Firewall Throughput (1518B UDP).

c. 330,000 connections/second.

d. 4 million concurrent connections.

Physical Firewall Requirements – (Mandatory):

10x1GbE copper.

4 x 10GB SFP+ ports.

Sync port.

2xUSB 3.0 ports.

RJ45 console port.

USB Type-C console port

2 Network Expansion Slots

Management Port.

2x480GB SSD RAID-1 Storage.

Should have an option of 40G ports in future.

Support and Subscription:

Support Period –3 Years.

Subscription Period –3 Years.

Power Requirements

• Single Power Supply rating: 500W

227

• AC power input: 100 to 240V (47-63Hz)

• Power consumption avg/max: 144W/270W

• Maximum thermal output: 921 BTU/hr.

Dimensions

• Enclosure: 1RU

• Dimensions (WxDxH): 17.2 x 20 x 1.73 in. (438 x

508 x 44mm)

• Weight (Base/Plus): 17.6/19.8 lbs. (8.45/9 kg)

Environmental Conditions

Operating: 0° to 40°C, humidity 5 to 95%

• Storage: –20° to 70°C, humidity 5 to 95%

Certifications

• Safety: UL, CB, CE, TUV GS

• Emissions: FCC, CE, VCCI, RCM/C-Tick

• Environmental: RoHS, WEEE, REACH1, ISO140011

Must allow security rules to be enforced within time

intervals to be configured with an expiry date/time.

The communication between the management servers

and the security firewalls must be encrypted and

authenticated with PKI Certificates.

The firewall must support user, client and session

authentication methods.

The following user authentication schemes must be

supported by the firewall and VPN module: tokens (ie -

SecureID), TACACS, RADIUS and digital certificates

Solution must include a local user database to allow

user authentication and authorization without the need

for an external device

Solution must support DCHP, server and relay

Solution must support HTTP & HTTPS proxy.

Solution must include the ability to work in

Transparent/Bridge mode.

Solution must support Firewall high availability and

load sharing with state synchronization

4. IPv6 Support Solution must support Configuration of dual stack

gateway on an aggregated interface, OR on a sub-

interface of an aggregated interface.

Solution must support IPv6 traffic handling on IPS and

APP module, Firewall, Identity Awareness, URL

Filtering, Antivirus and Anti-Bot

Solution must Support 6 to 4 NAT, or 6 to 4 tunnel

Solution must support AD integration using ipv6 traffic

Solution must support Smart view tracker / smart log

able to show ipv6 traffic

Platform shall support ability to display IPv6 routing

table (separated per customer security context in CLI

and GUI (EMS/Portal)

Solution shall support the following Ipv6 RFCs:

RFC 1981 Path Maximum Transmission Unit

Discovery for IPv6

RFC 2460 IPv6 Basic specification

RFC 2464 Transmission of IPv6 Packets over Ethernet

Networks

RFC 3596 DNS Extensions to support IPv6

RFC 4007 IPv6 Scoped Address Architecture

RFC 4193 Unique Local IPv6 Unicast Addresses

RFC 4213 Basic Transition Mechanisms for IPv6 Hosts

and Routers – 6in4 tunnel is supported.

RFC 4291 IPv6 Addressing Architecture (which

replaced RFC1884)

RFC 4443 ICMPv6

RFC 4861 Neighbor Discovery

229

RFC 4862 IPv6 Stateless Address Auto-configuration

5. Intrusion

Prevention System

Vendor must provide evidence of year over year

leadership position of Gartner Magic Quadrant for

Intrusion Prevention solutions and/or Enterprise

network Firewall Gartner Magic Quadrant

IPS must be based on the following detection

mechanisms: exploit signatures, protocol anomalies,

application controls and behavior-based detection

IPS and firewall module must be integrated on one

platform.

The administrator must be able to configure the

inspection to protect internal hosts only

IPS must have options to create profiles for either client

or server based protections, or a combination of both

IPS must provide at least two pre-defined

profiles/policies that can be used immediately

IPS must have a software based fail-open mechanism,

configurable based on thresholds of security gateways

CPU and memory usage

IPS must provide an automated mechanism to activate

or manage new signatures from updates

IPS must support network exceptions based on source,

destination, service or a combination of the three

IPS must include a troubleshooting mode which sets the

in use profile to detect only, with one click without

modifying individual protections

IPS application must have a centralized event

correlation and reporting mechanism

The administrator must be able to automatically

activate new protections, based on configurable

parameters (performance impact, threat severity,

confidence level, client protections, server protections)

IPS must be able to detect and prevent the following

threats: Protocol misuse, malware communications,

tunneling attempts and generic attack types without

predefined signatures

For each protection the solution must include protection

type (server-related or client related), threat severity,

performance impact, confidence level and industry

reference

IPS must be able to collect packet capture for specific

protections

IPS must be able to detect and block network and

application layer attacks, protecting at least the

following services: email services, DNS, FTP,

Windows services (Microsoft Networking).

Vendor must supply evidence of leadership in

protecting Microsoft vulnerabilities

IPS and/or Application Control must include the ability

to detect and block P2P & evasive applications

The administrator must be able to define network and

host exclusions from IPS inspection

Solution must protect from DNS Cache Poisoning, and

prevents users from accessing blocked domain

addresses

Solution must provide VOIP protocols protections

IPS and/or Application Control must detect and block

remote controls applications, including those that are

capable tunneling over HTTP traffic

IPS must have SCADA protections

IPS must have a mechanism to convert SNORT

signatures

Solution must enforce Citrix protocol enforcement

231

Solution must allow the administrator to easily block

inbound and/or outbound traffic based on countries,

without the need to manually manage the IP ranges

corresponding to the country

6. User Identity

Acquisition

Must be able to acquire user identity by querying

Microsoft Active Directory based on security events

Must have a browser based User Identity authentication

method for non-domain users or assets

Must have a dedicated client agent that can be installed

by policy on users' computers that can acquire and

report identities to the Security Gateway

Must support terminal server environments

The solution should integrate seamlessly with directory

services, IF-MAP and Radius

Impact on the domain controllers must be less than 3%.

The identity solution should support terminal and Citrix

servers

The Solution should allow identification through a

proxy (example: X-forwarded headers)

Must be able to acquire user identity from Microsoft

Active Directory without any type of agent installed on

the domain controllers

Must support Kerberos transparent authentication for

single sign on

Must support the use of LDAP nested groups

Must be able share or propagate user identities between

multiple security gateways

Must be able to create identity roles to be used across

all security applications

7. Application

Control and URL

Filtering

Application control database must contain more than 8,

000 known applications.

Solution must be able to create a filtering rule with

multiple categories.7

Solution must be able to create a filtering for single site

being supported by multiple categories.

Solution must have users and groups granularity with

security rules

The security gateway local cache must give answers to

99% of URL categorization requests within 4 weeks in

production

The solution must have an easy to use, searchable

interface for applications and URLs

The solution must categorize applications and URLs

by Risk Factor

The application control and URLF security policy must

be able to be defined by user identities

The application control and URLF database must be

updated by a cloud based service

The solution must have unified application control and

URLF security rules

The solution must provide a mechanism to inform or

ask users in real time to educate them or confirm

actions based on the security policy

The solution must provide a mechanism to limit

application usage based on bandwidth consumption

The solution must allow network exceptions based on

defined network objects

The solution must provide the option to modify the

Blocking Notification and to redirect the user to a

remediation page

Solution must include a Black and White lists

mechanism to allow the administrator to deny or permit

specific URLs regardless of the category

Solution must have a configurable bypass mechanisms

Solution must provide an override mechanism on the

categorization for the URL database

The application control and URLF security policy must

report on the rule hit count

233

8. Anti-Bot and Anti-

Virus

Vendor must have an integrated Anti-Bot and Anti-

Virus application on the next generation firewall

Anti-bot application must be able to detect and stop

suspicious abnormal network behavior

Anti-Bot application must use a multi-tiered detection

engine, which includes the reputation of IPs, URLs and

DNS addresses and detect patterns of bot

communications

Anti-Bot protections must be able to scan for bot

actions

The solution should support detection & prevention of

Cryptors & ransomware viruses and variants (e.g.

Wannacry, Cryptlocker , CryptoWall…) through use of

static and/or dynamic analysis

The solution should have mechanisms to protect against

spear phishing attacks

DNS based attacks:

The solution should have detection and prevention

capabilities for C&C DNS hide outs:

-Look for C&C traffic patterns, not just at their

DNS destination

-Reverse engineer malware in order to uncover their

DGA (Domain Name Generation)

-DNS trap feature as part of our threat prevention,

assisting in discovering infected hosts generating C&C

communication

The solution should have detection and prevention

capabilities for DNS tunneling attacks

Anti-Bot and Anti-Virus policy must be administered

from a central console

Anti-Bot and Anti-Virus application must have a

centralized event correlation and reporting mechanism

Anti-virus application must be able to prevent access to

malicious websites

Anti-virus application must be able to inspect SSL

encrypted traffic

Anti-Bot and Anti-Virus must be have real time

updates from a cloud based reputation services

Anti-Virus must be able to stop incoming malicious

files

Anti-Virus must be able to scan archive files

Anti-Virus and Anti-Bot policies must be centrally

managed with granular policy configuration and

enforcement

The Anti-Virus should support more than 50 cloud

based AV engines

The Solution should support scanning for links inside

emails

The Anti-Virus should Scan files that are passing on

CIFS protocol

9. SSL Inspection

(inbound / outbound)

The Solution offers support for SSL

Inspection/Decryption with leading performance across

all threat mitigation technologies

The solution should support Perfect Forward Secrecy

(PFS , ECDHE cipher suites)

The solution should support AES-NI,AES-GCM for

improved throughput

Threat emulation/sandboxing should be integrated with

SSL Inspection

The Solution should leverage the URL filtering data

base to allow administrator to create granular https

inspection policy

The Solution can inspect HTTPS based URL Filtering

without requiring SSL decryption

10. Sandboxing The solution must provide the ability to Protect against

zero-day & unknown malware attacks before static

signature protections have been created

1 Real-Time Prevention-unknown malware patient-

0 in web browsing

1 Real-Time Prevention-unknown malware patient-

0 in email

235

10.a Deployment

topologies:

The solution should be part of a complete multi-layered

threat prevention architecture (with

IPS,AV,AB,URLF,APP FW)

The solution should support Network based Threat

emulation

The solution should support Host based Threat

emulation

The solution should provide both onsite and cloud

based implementations

Pure cloud solution

The solution should support 3rd party integration

(public API)

The solution should support deployment in inline mode

The solution should support deployment in MTA (Mail

Transfer Agent) mode, inspect TLS & SSL

The solution should support deployment in TAP/SPAN

port mode

The solution should not require separate infrastructure

for email protection & web protection

Device must support cluster installation.

10. b Files

supported:

The solution should be able to emulate executable,

archive files ,documents, JAVA and flash specifically:

Threat Emulation supports these file types:

File Extension

.bz2

.CAB

.csv

.com

.cpl

.doc

.docx

.dot

.dotx

.dotm

.docm

.exe

.gz

.hwp

.iso

.jar

.js /.jse (*)

.PIF

.pdf

.ppt

.pptx

.pps

.pptm

.potx

.potm

.ppam

.ppsx

.ppsm

.rar

.rtf

.scr

.Seven-Z

.sldx

.sldm

.swf

.tar

.tbz2

237

.tbz

.tb2

.tgz

.vbs (*)

.vba (*)

.vbe (*)

.wsf (*)

.wsh (*)

*.xz

10.c Protocols The solution should be able to emulate executable,

archive files ,documents, JAVA and flash

specifically within various protocols:

HTTP

HTTPS

SMTP

SMTP TLS

PO3

FTP

CIFS (SMB)

10.d OS support:

The emulation engine should support multiple OS's

such as XP and Windows7, 8,10 32/64bit including

customized images

The solution must support prepopulated LICENSED

copies of Microsoft windows and office images through

an agreement with Microsoft

The engine should detect API calls, file system

changes, system registry, network connections, system

processes

The solution should support static analysis for

windows, mac OS-X, Linux or any x86 platform

10.e. Sandboxing

Technology:

The sandboxing engine should be able to inspect,

emulate, prevent and share the results of the sandboxing

event into the anti-malware infrastructure

The solution should be able to perform pre-emulation

static filtering

the solution would enable emulation of file sizes larger

than 10 Mb in all types it supports

The solutions should support automated machine

learning based detection engines

The solution should detect the attack at the exploitation

stage – i.e. before the shell-code is executed and before

the malware is downloaded/executed.

The solution should be able to detect ROP and other

exploitation techniques (e.g. privilege escalation) by

monitoring the CPU flow

The solution must be able to support scanning links

inside emails for 0-days & unknown malware

- scan history URLs recorded from emails last X days

and check if rating changed (example: from clean to

malicious rating)

Average Emulation time of a suspected malware verdict

as benign should be no more than 1 minute

Average Emulation time of a suspected malware verdict

as malware should be no more than 3 minutes

The threat emulation solution should allow for 'Geo

Restriction' which enables emulations to be restricted to

a specific country

The solution must provide the ability to Increase

security with automatic sharing of new attack

information with other gateways in means of signature

updates etc.

The emulation engine should exceed 90% catch rate on

Virus Total tests where known malicious pdf's and exe's

are modified with 'unused' headers in order to

demonstrate the solutions capability to detect new,

unknown malware

The solution should detect C&C traffic according to

dynamic ip/url reputation

The solution should be able to emulate and extract files

embedded in documents

239

The solution should be able to scan documents

containing URLs

10.f System Activity

Detection:

The solution should monitor for suspicious activity

in:

API calls

File system changes

System registry

Network connections

System processes

File creation and deletion

File modification

Kernel code injection

Detect Privilege escalation attempts

Kernel modifications (memory changes performed by

kernel code, not the fact that a driver is loaded - this is

covered by the item above)

Kernel code behavior (monitor activity of non-user-

mode code)

Direct physical CPU interaction

UAC(user access control) bypass detection

10.G. Anti-Evasion

Technology:

The solution should have anti-evasion capabilities

detecting sandbox execution

Solution should be resilient to cases where the shell-

code or malware would not execute if they detect the

existence of virtual environment. (proprietary

hypervisor)

time delays

Solution should be resilient to delays implemented at

the shell code or malware stages.

shut-down, re-start

Solution should be resilient to cases where the shell-

code or malware would execute only upon a restart or a

shutdown of the end point.

User interaction

Human Emulation: Solution should emulate real user

activities such as mouse clicks, key strokes etc.

Icon similarity: the solution should be able to identify

icon that are similar to popular application documents

evasion within flash file (swf)

11. Management &

Reporting

The solution must provide the ability to be centrally

managed

Upon malicious files detection, a detailed report should

be generated for each one of the malicious files.

The detailed report must include:

screen shots,

time lines,

registry key creation/modifications,

file and processes creation,

Network activity detected.

12. Extraction of

Malicious File

Content (File

Scrubbing/Flattening)

The solution should Eliminate threats and remove

exploitable content, including active content and

embedded objects

the solution should be able to Reconstruct files with

known safe elements

the solution should Provide ability to convert

reconstructed files to PDF format

the solution should Maintain flexibility with options to

maintain the original file format and specify the type of

content to be removed

13. Anti-Spam &

Email Security

Anti-Spam and Email security application must be

content and language agnostic

Anti-Spam and Email security application must have

real-time classification and protections based on

detected spam outbreaks which are based on patterns

and not content

241

The Anti-Spam and Email security application must

include IP reputation blocking based on an online

service to avoid false positives

Solution must include a Zero-hour protection

mechanism for new viruses spread through email and

spam without relying solely in heuristic or content

inspection

14. IPsec VPN Internal CA and External third party CA must be

supported

Solution must support 3DES and AES-256

cryptographic for IKE Phase I and II IKEv2 plus "" and

"Suite-B-GCM-256" for phase II

Solution must support at least the following Diffie-

Hellman Groups: Group 1 (768 bit), Group 2 (1024 bit),

Group 5 (1536 bit), Group 14 (2048 bit), Group 19 and

Group 20

Solution must support data integrity with md5, sha1

SHA-256, SHA-384 and AES-XCBC

Solution must include support for site-to-site VPN

in the following topologies:

Full Mesh (all to all),

Star (remote offices to central site)

Hub and Spoke (remote site through central site to

another remote site)

Solution must support the VPN configuration with a

GUI using drag and drop object addition to VPN

communities

Solution must support clientless SSL VPNs for remote

access.

Solution must support L2TP VPNs, including support

for iPhone L2TP client

Solution must allow the administrator to apply security

rules to control the traffic inside the VPN

Solution must support domain based VPNs and route

based VPNs using VTI’s and dynamic routing protocols

Perimeter Firewall Management Appliance – Quantity- 1, With 3 Years Premium License(Smart

Event, Compliance and Reporting), With 3 years Subscription and Warranty

Technical Specification Description Bidders

Response

YES/NO

Detailed

explanation

with cross-

reference

/evidence

1. General Specifications All the firewall security applications must be

managed from the central console in the

Firewall Manager

Solution must be able to segment the rule

base in a sub-policy structure in which only

relevant traffic is being forwarded to relevant

policy segment for an autonomous system

Solution must be able to segment the rule

base in favor of delegation of duties in which

changes in one segment will not affect other

segments on the same autonomous system

Solution must be able to segment the rule

base in a layered structure

Solution must be able to segment the rule

base to allow structure flexibility to align

with dynamic networks

Solution must be able to re-use segment of

the rule base (e.g. use same segment of rules

on different policy packages)

Solution must have the granularity of

administrators that works on parallel on same

policy without interfering each other

Solution must integrate logs, audit logs in

one console to have context while working

on the security policy

Solution must be able to install threat related

protections and access related rules

Solution must include the ability to establish VPNs

with gateways with dynamic public IPs

Solution must include IP compression for client-to-site

and site-to-site VPNs

Subscription &

warrantee

3 Year Warranty+ 3 Year Premium Subscription and

Support Licenses

243

separately

Security management application must

support role based administrator accounts.

For instance roles for firewall policy

management only or role for log viewing

only

Solution must include a Certificate-based

encrypted secure communications channel

among all OEM distributed components

belonging to a single management domain

Solution must include an internal x.509 CA

(Certificate Authority) that can generate

certificates to gateways and users to allow

easy authentication on VPNs

Solution must include the ability to use

external CAs, that supports PKCS#12, CAPI

or Entrust standards

The management must provide a security

rule hit counter in the security policy

Solution must include a search option to be

able to easily query which network object

contain a specific IP or part of it

Solution must include the option to segment

the rule base using labels or section titles to

better organize the policy

Solution must provide the option to save the

entire policy or specific part of the policy

Solution must have a security policy

verification mechanism prior to policy

installation

Solution must have a security policy revision

control mechanism with the option to

compare revisions.

Solution must include the ability to centrally

distribute and apply new gateway software

versions

Solution must have the capabilities for multi-

domain management and support the concept

of global security policy across domains

The management GUI should have the

ability to easily exclude IP address from the

IPS signature definition

The Log Viewer should have the ability to

easily exclude IP address from the IPS logs

when detected as false positive

The management GUI should have the

ability to easily get to IPS signature

definition from the IPS logs

The Log Viewer should have the ability view

all of the security logs (fw,IPS ,urlf...) in one

view pane (helpful when troubleshooting

connectivity problem for one IP address )

The Log Viewer should have the ability to

create custom multiple "saved filter" for use

at a later time

Solution GUI must provide a comprehensive

search across all policies.

Security management solution must provide

lookup of all references to any given network

object in all of its policies and settings (=

where used).

User should be able to seamlessly treat IPV4,

IPV6 and dynamic network objects in the

same policy

IPS system should provide automatic actions

on IPS Protections based on the user’s

definitions of his critical assets

Security management GUI must have same

design language and capabilities in its single-

domain as well as its multi-domain

deployment.

Built-in SIEM system should have complete

customization of overviews and reports

generation for every logged event in every

security field (access, threat prevention)

Built-in SIEM system must have drill-down

from the high-level security event to the

granular logs that composed it.

OEM must provide details on the re-

categorization of URL, under the

circumstances that a website has been

comprised and possibly distributing malware

OEM should have the capability to provide

incident handling

Security management must support

concurrent administrators

Security management must support

integration with LDAP-based information

stores to centralize user management.

Security management must provide browser-

based access to administrators and auditors

to view policies, gateway status and user

administration.

Security management must support central

245

management of policy change management

with review and audit capabilities of policy

changes.

Security management must enable

administrators to action on identified events

such as by blocking it immediately.

The Log analyzing must support creation of

custom log queries.

The central logging must be part of the

management system.

Log viewer must have a free text search

capability

Solution must have the ability to log all

integrated security applications on the

gateway and including IPS, Application

Control, URL Filtering, Anti-Virus, Anti-

Bot, Anti – Spam, User Identity, Data Loss

Prevention, Mobile Access

The logs must have a secure channel to

transfer logging to prevent eavesdropping,

Solution must be authenticated and encrypted

The logs must be securely transferred

between the gateway and the management or

the dedicated log server and the log viewer

console in the administrator’s PC

Solution must be able to associate a

username and machine name to each log

record

Solution must include the status of all VPN

tunnels, site-to-site and client-to-site

Solution must include customizable

threshold setting to take actions when a

certain threshold is reached on a gateway.

Actions must include: Log, alert, send an

SNMP trap, send an email and execute a user

defined alert

Solution must include the option to record

traffic and system views to a file for later

viewing at any time

Solution must be able to recognize

malfunctions and connectivity problems,

between two points connected through a

VPN, and log and alert when the VPN tunnel

is down

Solution must include a tool to correlate

events from all the gateway features and

third party devices

The event correlation application must

supply a graphical view events based on time

Solution must include the option to search

inside the list of events, drill down into

details for research and forensics.

Solution must report on all security policy

installations

2. Best Practice Governance

Risk and Compliance (GRC)

OEM must have an option to provide a fully

integrated Governance Risk and Compliance

application

OEM must have an option for Real Time

Compliance Monitoring across all security

services in the product

OEM must have an option to Deliver real-

time assessment of compliance with major

regulations (PCI-DSS,HiPPA,SOX...)

OEM must have an option for Instant

notification on policy changes impacting

compliance

OEM must have an option to Provide

actionable recommendations to improve

compliance

OEM must have an option to recommend

Security Best Practices

OEM must have an option to Translate

regulatory requirements into actionable

security best practices

OEM must have an option to Monitor

constantly gateway configuration with the

security best practices

OEM must have an option to Generate

automated assessment reports for compliance

rating with top regulations

OEM must have an option to Fully Integrate

into Software Architecture & Management

infrastructure

OEM must have an option to Check

compliance with every policy change for all

Network Security Software Blades

3. The reporting system must

provide consolidated

information about:

The volume of connections that were

blocked by security rule.

Top sources of blocked connections, their

destinations and services

Top Rules used by the security policy

247

Web activity by user detailing the top visited

sites and top web users

Top VPN users performing the longest

duration connections

4. Hardware Sizing

Managed Firewalls - 25

Peak Logs per Second – 60,000

GB per Day of Logs - 293

Cores - 6

Storage – 2 x 4 TB

RAID Type - 1

Memory – 32Gb

Interfaces - 4x Copper GbE

Console Port 1x DB94

USB Ports 3

LOM (iDRAC) Supported

Dimensions 1U

Dual, Hot-Swappable PSU Supported

Power Input AC 100 ~ 240V@ 50 ~ 60Hz

Power Supply Spec (max) 340 W

Operating Environment

50 o to 95 o F / 10o to 35o C, 10~80%

Humidity

Storage Environment -40 o to 149 o F / -40o to 65o C, 5~95%

Humidity

Safety/Emissions/Environment UL / CE, FCC Class A / RoHS

Support and Subscription – 3 years Warranty and 3 years Licenses

and Subscription

(Smart Event, Reporting and Compliance)

Network Access Control Appliance – 1 Quantity with Premium Licenses (Base Session License

400,Apex Session Licenses -200, Plus Licenses -400)

Technical Specification Description Bidders

Response

YES/NO

Detailed

explanation

with cross-

reference

/evidence

General Requirements

Allows the client to authenticate and authorize

users and endpoints via wired, wireless, and VPN

with consistent security policy

Must utilize open standard via IEEE 802.1x

protocol

Prevents unauthorized network access to protect

data assets

Enforces security policies by blocking, isolating,

and repairing noncompliant machines in a

quarantine area without needing administrator

attention

Must support standard RADIUS protocol for

authentication, authorization, and accounting

Must provide the ability to control, enable, disable

MACSec IEEE 802.1AE, link encryption protocol

for switch to switch encryption and client to switch

encryption

Must provide validated support for VDI

implementation

Must support the following PC operating systems:

Windows 10, Windows 8, Windows 7, Windows

Vista, Windows XP and Windows 2000. Also

support for Mac OS X 10.5.x and 10.6.x is

required

Device requirements

Processor 1 – Intel Xeon, 2.10 GHz 4110

Cores per processor 8

Memory 32 GB (2 x 16 GB)

Hard Disk 1 - 2.5-in., 600-GB 6Gb SAS 10K RPM

Network Interfaces 2 X 10Gbase-T, 4 x 1GBase-T

Power Supplies 1 x 770W

Endpoints supported by

Single Appliances 10,000

Front-panel connector One KVM console connector (supplies 2 USB, 1

VGA, and 1 serial connector)

249

Front-panel locator LEDs

Power status, fan status, system status, power

supply status, unit identification, and network link

activity

Physical dimensions 1 RU

Temperature: Operating 41 to 95°F (5 to 35°C) (operating, sea level, no fan

fail, no CPU throttling, turbo mode)

Humidity: Operating 10 to 90% noncondensing

Altitude: Operating 0 to 10,000 ft (0 to 3000m); maximum ambient

temperature decreases by 1°C per 1000 ft

Heat Dissipation Approximately 2500 BTU/h

Safety

UL 60950-1 No. 21CFR1040 Second Edition

CAN/CSA-C22.2 No. 60950-1 Second Edition

IEC 60950-1 Second Edition

EN 60950-1 Second Edition

IEC 60950-1 Second Edition

AS/NZS 60950-1

GB4943 2001

EMC: Emissions

47CFR Part 15 (CFR 47) Class A

AS/NZS CISPR22 Class A

CISPR2 2 Class A

EN55022 Class A

ICES003 Class A

VCCI Class A

EN61000-3-2

EN61000-3-3

KN22 Class A

CNS13438 Class A

EMC: Immunity

EN55024

CISPR24

EN300386

KN35

License requirements Perpetual licenses for 200 licenses supporting base

features including: Basic network access: AAA,

IEEE-802.1X, Guest management, Easy Connect

(Passive ID), TrustSec (SGT, SGACL, ACI

Integration), Application Programming Interfaces.

3 year subscription license for 200 users

supporting the following features: BYOD with

built-in Certificate Authority Services, Profiling

and Feed Services, Endpoint Protection Service

(EPS), pxGrid.

3 year subscription license for 200 users

supporting: Third Party Mobile Device

Management (MDM), Posture Compliance, Threat

Centric NAC (TC-NAC). The posture assessment

must be agent based with the agent providing

remote access VPN for all users.

Device Administration licenses for two Nodes.

Device Administration license for each of the NAC

Servers

Authentication requirements

Must support a wide range of authentication

protocols, including PAP, MS-CHAP, Extensible

Authentication Protocol (EAP)-MD5, Protected

EAP (PEAP), EAP-Flexible Authentication via

Secure Tunneling (FAST), and EAP- Transport

Layer Security (TLS)

Must support Microsoft Windows Active Directory

up to 2019, 32-bit and 64-bit

Must support RADIUS Identity store

Must support RSA Server 6.x Series and RSA

Authentication Manager 7.x Series and above

Must support flexible authentication options to

include, 802.1X, Web Authentication and MAC

Authentication

Must allow self-enrollment for desktops and

mobile devices

Must support multiple Active Directories

Must include built-in Certificate Authority

Must support LDAP integration

Enforcement and

Authorization requirements Must support enforcement on LAN Switches

Must support enforcement on Firewalls

Must support enforcement on routers

Must support enforcement on wireless LAN

controllers

Must authorize access via downloadable Access

Control Lists (dACL)

Must authorize access via Change of Authorization

messages (CoA)

Must provide authorization over all network

devices via open standard layer 2 tagging of the

user traffic

Must offer monitor mode for implementation

staging

Posture Assessment

requirements

Must verify endpoint posture assessment for all

types of users connecting to the network.

Must support policy enforcement for non CoA

devices via inline deployment

Must support deployment to enforce policies on

VPN users

251

Must support inline deployment to enforce policies

on wireless LAN controllers that do not support

802.1x

Enforcement via downloadable Access Control

List if inline deployment is used

Endpoint profiling

requirements

Must support profiling for clientless devices

Must support profiling for iPhone

Must support profiling for iPad

Must support profiling for Android

Must support profiling for IP Phones

Must support profiling for network printers

Must support profiling for IP surveillance cameras

Profiling via RADIUS must be supported

Profiling via SNMP must be supported

Profiling via DHCP Span must be supported

Profiling via DHCP proxy must be supported

Profiling via Netflow must be supported

Profiling via DNS lookup must be supported

Profiling via HTTP span must be supported

Must provide the ability to create custom profiling

rules

Must support live profile feed for updating profiles

Must support active profiling via built-in scanner

Guest Access requirements

Provides complete guest lifecycle management by

allowing non-IT employees to provide controlled

access to guests and consultant reducing the IT

workload

Support self-provisioning guest access

Support for guest provisioning by non-IT staff

(sponsor)

Support for guest user posture assessment

Sponsor policies must be set for who is allowed to

host guests into the network

Sponsors must be authenticated using AD or

LDAP before guest provisioning

Solution must provide customizability of the guest

portal with company brand

Solution must provide mechanism to display

corporate disclaimer that must be read and

accepted by guests

Must provide guest credentials via email, print-out

or SMS via 3rd party

Must monitor all guest activities during the session

Must force guests to change default password

Must provide comprehensive guest policy with

duration of session

Must disables guest accounts once expired

Arabic support for guest portal is a plus

Remediation requirements

Must support auto remediation for non-compliant

endpoints

Address vulnerabilities on user machines through

periodic evaluation and remediation to help

proactively mitigate network threats such as

viruses, worms, and spyware

Management and reporting

requirements

Offers a built-in monitoring, reporting, and

troubleshooting console to assist helpdesk

operators and administrators streamline operations

Must support the option of having dedicated

management system

Must support the option of having dedicated

reporting and monitoring system

Must include integrated monitoring, reporting, and

troubleshooting engine accessible through a web-

based GUI

Must store and avail a detailed attribute history of

all the endpoints that connect to the network as

well as users (including guests, employees, and

contractors) on the network, all the way down to

endpoint application details and firewall status

Subscription and warrantee

Premium Licenses(Base Session License

400,Apex Session Licenses -200, Plus Licenses -

400,Any connect Apex Licenses 100) and

Subscription for 3 Years and Support

Access Switch 24 Port – Quantity 1, 3 Years Warranty

ITEM MINIMUM REQUIREMENTS Bidders

response on

compliance

specifications

(YES/NO)

Detailed

explanation

with cross-

reference

/evidence

Downlink Ports

Capacity

24 ports 1G ports

Uplink Ports

Capacity

4x 1/10G fixed uplinks + Two 1 G and Two 10

G SFPs( Include SFPs)

Switching Capacity At least 128 Gbps

Forwarding rate At least 95.23 Mpps

MAC Address

Table Size

32K entries

253

Stacking Supports stacking bandwidth of 448 Gbps

Jumbo Frames Supports 9198 bytes Jumbo Frames

Full Flexible Net

Flow

At least 16,000 flow entries

Switch

fundamentals

Support for Layer 2, Routed Access (RIP,

EIGRP Stub, OSPF -– 1000 routes), PBR, PIM

Stub Multicast (1000 routes), PVLAN, VRRP,

PBR, CDP, QoS, FHS, 802.1X, MACsec-128,

CoPP, SXP, IP SLA Responder, SSO

Advanced switch

capabilities and

scale

BGP, EIGRP, HSRP, IS-IS, BSR, MSDP,

PIM-BIDIR,* IP SLA, OSPF

Network

segmentation

VRF, VXLAN, TrustSec, SGT, MPLS, mVPN

Encryption

Algorithm

AES, SSL

Security MACsec-128

Basic Assurance Health dashboards – Network, Client,

Application; switch and wired client health

monitoring

Switching Layer 3

Cooling Units Redundant

Power Supply Unit Redundant power supply units

Compliant

Standards

IEEE 802.1s

IEEE 802.1w

IEEE 802.1x

IEEE 802.1x-Rev

IEEE 802.3ad

IEEE 802.3af

IEEE 802.3at

IEEE 802.3x full duplex on 10BASE-T,

100BASE-TX, and 1000BASE-T ports

IEEE 802.1D Spanning Tree Protocol

IEEE 802.1p CoS prioritization

IEEE 802.1Q VLAN

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

IEEE 802.3ab 1000BASE-T specification

IEEE 802.3z 1000BASE-X specification

RMON I and II standards

SNMPv1, v2c, and v3

Manageable Yes

Operating

temperature

Normal operating temperature* and altitudes:

-5°C to +45°C, up to 5000 feet (1500m)

-5°C to +40°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

* Minimum ambient temperature for cold start

is 32°F (0°C)

Short-term* exceptional conditions:

-5°C to +55°C, at sea level

-5°C to +50°C, up to 5000 feet (1500m)

-5°C to +45°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

* Not more than following in one-year period:

96 consecutive hours, or 360 hours total, or

15 occurrences

Manufacturer

OEM Support

Proof of manufacturers authorization support is

required.

Installation &

Configuration

Must be delivered, installed, configured &

commissioned

255

Access Switch 48 Port – Quantity 1 with 3 Years Warranty

ITEM MINIMUM REQUIREMENTS Bidders

response on

compliance

specifications

(YES/NO)

Detailed

explanation

with cross-

reference

/evidence

Downlink Ports

Capacity

48 ports 1G POE+ ports

Uplink Ports

Capacity

4x 1/10G fixed uplinks + Two 1 G and Two

10 G SFPs(Include SFPs)

Switching Capacity At least 128 Gbps

Forwarding rate 95.23 Mpps

MAC Address

Table Size

32K entries

Stacking Supports stacking bandwidth of 448 Gbps

Jumbo Frames Supports 9198 bytes Jumbo Frames

Full Flexible Net

Flow

16,000 flow entries

Switch

fundamentals

Support for Layer 2, Routed Access (RIP,

EIGRP Stub, OSPF -– 1000 routes), PBR,

PIM Stub Multicast (1000 routes), PVLAN,

VRRP, PBR, CDP, QoS, FHS, 802.1X,

MACsec-128, CoPP, SXP, IP SLA

Responder, SSO

Advanced switch

capabilities and

scale

BGP, EIGRP, HSRP, IS-IS, BSR, MSDP,

PIM-BIDIR,* IP SLA, OSPF

Network

segmentation

VRF, VXLAN, TrustSec, SGT, MPLS,

mVPN

Encryption

Algorithm

AES, SSL

Security MACsec-128

Basic Assurance Health dashboards – Network, Client,

Application; switch and wired client health

monitoring

Switching Layer 3

Cooling Units Redundant

Power Supply Unit Redundant power supply units

Compliant

Standards

IEEE 802.1s

IEEE 802.1w

IEEE 802.1x

IEEE 802.1x-Rev

IEEE 802.3ad

IEEE 802.3af

IEEE 802.3at

IEEE 802.3x full duplex on 10BASE-T,

100BASE-TX, and 1000BASE-T ports

IEEE 802.1D Spanning Tree Protocol

IEEE 802.1p CoS prioritization

IEEE 802.1Q VLAN

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

IEEE 802.3ab 1000BASE-T specification

IEEE 802.3z 1000BASE-X specification

RMON I and II standards

SNMPv1, v2c, and v3

Manageable Yes

Operating

temperature

Normal operating temperature* and altitudes:

-5°C to +45°C, up to 5000 feet (1500m)

-5°C to +40°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

257

* Minimum ambient temperature for cold

start is 32°F (0°C)

Short-term* exceptional conditions:

-5°C to +55°C, at sea level

-5°C to +50°C, up to 5000 feet (1500m)

-5°C to +45°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

* Not more than following in one-year

period: 96 consecutive hours, or 360 hours

total, or 15 occurrences

Manufacturer OEM

Support

Proof of manufacturers authorization support

is required.

Installation &

Configuration

Must be delivered, installed, configured &

commissioned

Power Supply Unit Redundant power supply units

Compliant

Standards

IEEE 802.1s

IEEE 802.1w

IEEE 802.1x

IEEE 802.1x-Rev

IEEE 802.3ad

IEEE 802.3af

IEEE 802.3at

IEEE 802.3x full duplex on 10BASE-T,

100BASE-TX, and 1000BASE-T ports

IEEE 802.1D Spanning Tree Protocol

IEEE 802.1p CoS prioritization

IEEE 802.1Q VLAN

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

IEEE 802.3ab 1000BASE-T specification

IEEE 802.3z 1000BASE-X specification

RMON I and II standards

SNMPv1, v2c, and v3

Manageable Yes

Operating

temperature

Normal operating temperature* and altitudes:

-5°C to +45°C, up to 5000 feet (1500m)

-5°C to +40°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

* Minimum ambient temperature for cold

start is 32°F (0°C)

Short-term* exceptional conditions:

-5°C to +55°C, at sea level

-5°C to +50°C, up to 5000 feet (1500m)

-5°C to +45°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

* Not more than following in one-year

period: 96 consecutive hours, or 360 hours

total, or 15 occurrences

Manufacturer OEM

Support

Proof of manufacturers authorization support

is required.

Installation &

Configuration

Must be delivered, installed, configured &

commissioned

259

Data Center Core Switch – Quantity 1 with 48x1/10G SFP+ 4x40G Ethernet Module

populated with 20 X 10 G SFPs, with 3 Years Warranty and Licenses

ITEM MINIMUM REQUIREMENTS Bidders

response on

compliance

specifications

(YES/NO)

Detailed

explanation

with cross-

reference

/evidence

Architecture Support Spine and leaf architecture and

standalone mode

Operating System

Software

NX-OS and operate in NX-OS Mode

Protocol support Support for VXLAN, Border Gateway

Protocol‒Ethernet VPN (BGP-EVPN) control

plane, Segment routing, Multiprotocol Label

Switching (MPLS), and automation via NX-

APIs

Telemetry support extensive switch and flow telemetry

capabilities that provide extensive real-time

visibility into switch and fabric states.

Supported

deployment

scenarios

Should support below deployment scenarios

Spine nodes in a spine-leaf fabric

Core or aggregation node in an L2/L3

network

Border gateway in a L2/L3 network

Chassis Modular 4 slot chassis

Power supply At least 3 units power supplies

Fan Module At least 3 units Fan Module

Fabric modules At least 4 unit fabric modules

Supervisor Engine Support 2x supervisors of the same type

Supervisor Engine

Processor

specification

Supervisor engine processor 6 core, 12 thread

2.2GHz x86

Supervisor Engine

DRAM

specification

24GB

Supervisor Engine

SSD specification

256GB

Rack Units 7

Mean Time

Between Failure

(MTBF) Hours

1,038,080

Integration Should be able to integrate with Software

Defined Networking data center controller that

can integrate with Campus controller

EMC: Emissions

47CFR Part 15 (CFR 47) Class A

AS/NZS CISPR22 Class A

CISPR22 Class A

EN55022 Class A

ICES003 Class A

VCCI Class A

EN61000-3-2

EN61000-3-3

KN22 Class A

CNS13438 Class A

Manageable Yes

Operating

temperature

32 to 104°F (0 to 40°C)

Non-operating

temperature

-40 to 158°F (-40 to 70°C)

Humidity 5 to 95% (noncondensing)

Manufacturer

OEM Support

Proof of manufacturers authorization support is

required.

Installation &

Configuration

Must be delivered, installed, configured &

commissioned

261

Fabric Extender Switches (48 x 100/1000BASE-T host interfaces and 4 x 10 Gigabit Ethernet

fabric interfaces (SFP+) with 4 X 10 G SFPs on each switch

) Quantity 2, Plus SFPs,With 3 Years Warranty

ITEM MINIMUM REQUIREMENTS Bidders

response on

compliance

specifications

(YES/NO)

Detailed

explanation

with cross-

reference

/evidence

Fabric extender

host interfaces

Ports Capacity

48 ports 1G POE+ ports

Fabric extender

host interface type

100BASE-T/1000BASE-T ports: RJ-45

connectors

Fabric extender

fabric interfaces

4 × 10-Gigabit parent-switch facing ports for

SFP+ transceivers

Fabric speed 40 Gbps in each direction (80 Gbps full

duplex)

Performance Hardware forwarding at 176 Gbps or 131

mpps or higher

Parent Switch Must be supported as fabric extension from

the Data center core switch as a remote line

card with NX-OS Software.

Management Fabric extender management using in-

band management

Locator and beacon LEDs on front

and back of chassis (locator beacons

on the front and rear of the chassis

help reduce errors when the

equipment is serviced)

Per-port locator and beacon LEDs

Syslog

Simple Network Management

Protocol Versions 1, 2, and 3 (SNMP

v1, v2, and v3)

Enhanced SNMP MIB support XML

(NETCONF) support Remote

Monitoring (RMON)

Switched Port Analyzer (SPAN)

source on server ports Power-on self-

test (POST) Generic Online

Diagnostics (GOLD): Ethernet

Comprehensive bootup diagnostic

tests

Configuration

MIBs

Support for the below

ENTITY-MIB IF-MIB FABRIC-

EXTENDER MIB ENTITY-EXT-MIB

ENTITY-FRU-CONTROL-MIB ENTITY-

SENSOR-MIB ETHERNET-FABRIC-

EXTENDER-MIB

Industry standards Support for the below

IEEE 802.1p: CoS prioritization

IEEE 802.1Q: VLAN tagging

IEEE 802.3: Ethernet

IEEE 802.3ae: 10 Gigabit Ethernet SFF 8431

SFP+ support

IEEE 802.3u 100BASE-TX specification

IEEE 802.3ab 1000BASE-T specification

IEEE 802.3an 10GBASE-T 10GBASE-SR

10GBASE-LR RMON SFF-8461

Power Supply Unit Redundant power supply units

Manufacturer

OEM Support

Proof of manufacturers authorization support

is required.

Installation &

Configuration

Must be delivered, installed, configured &

commissioned

Fan Module At least 1 Fan Module

Power Supply Unit Redundant power supply units

263

Compliant

Standards

IEEE 802.1s

IEEE 802.1w

IEEE 802.1x

IEEE 802.1x-Rev

IEEE 802.3ad

IEEE 802.3af

IEEE 802.3at

IEEE 802.3x full duplex on 10BASE-T,

100BASE-TX, and 1000BASE-T ports

IEEE 802.1D Spanning Tree Protocol

IEEE 802.1p CoS prioritization

IEEE 802.1Q VLAN

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

IEEE 802.3ab 1000BASE-T specification

IEEE 802.3z 1000BASE-X specification

RMON I and II standards

SNMPv1, v2c, and v3

Manageable Yes

Operating

temperature

Normal operating temperature* and altitudes:

-5°C to +45°C, up to 5000 feet (1500m)

-5°C to +40°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

* Minimum ambient temperature for cold start

is 32°F (0°C)

Short-term* exceptional conditions:

-5°C to +55°C, at sea level

-5°C to +50°C, up to 5000 feet (1500m)

-5°C to +45°C, up to 10,000 feet (3000m)

-5°C to +35°C, up to 15,000 feet (5000m)

* Not more than following in one-year period:

96 consecutive hours, or 360 hours total, or

15 occurrences

Manufacturer

OEM Support

Proof of manufacturers authorization support

is required.

Installation &

Configuration

Must be delivered, installed, configured &

commissioned

SFPs For Access Switches, Core Switch and Fabric Extenders Compliance Table with 3 years

Warranty

ITEM MINIMUM REQUIREMENTS Bidders

Response

YES/NO

Detailed

explanation

with cross-

reference

/evidence

10GBASE-SR SFP Multimode fiber only compatible with the

IEEE 802.3z

Transmit Power

Range (dBm)

-1.2 to -7.3

Receive Power

Range (dBm)

-1.0 to -9.9

Wavelengths 840 to 860

Standards:

GR-20-CORE: Generic

Requirements for Optical Fiber and

Optical Fiber Cable

GR-326-CORE: Generic

Requirements for Single-Mode

Optical Connectors and Jumper

Assemblies

GR-1435-CORE: Generic

Requirements for Multifiber Optical

Connectors

265

IEEE 802.3: 10-Gigabit Ethernet

ITU-T G.709: Interfaces for the

Optical Transport Network

ITU-T G.975: GFEC

ITU-T G.975.1: EFEC

SFP+ MSA SFF-8431 (Optical

Modules, Active Optical Cables,

and Passive Twinax cables)

SFP+ MSA SFF-8461 (Active

Twinax cables)

Inter Rack Ethernet Cabling and Equipment to TOP of Rack Ethernet Patch Panels Plus

Ethernet Cables

ITEM Minimum Requirement Bidders

Response

Detailed

explanation

with cross-

reference

/evidence

Cable Features • FUTP •

Nominal jacket OD: 6.8mm (0.27 in.)

• 23 AWG 0.57mm (0.022 in.) solid

(non-tinned) copper

• Central isolation member

• Shield is an aluminum foil tape

enclosing a 0.51mm (24AWG) tinned

copper drain wire • 75º C

temperature rating

Standard Compliance ISO/IEC 11801-1 Ed.1.0

• ANSI/TIA 568.2-D

• IEC 61156-5 Ed 2.0 (Category 6A)

• UL CMR and CSA FT4

• UL CM, IEC 60332-1, Class Eca

• LSOH: IEC 60332-1, IEC 60332-3-

22, IEC 60754, IEC

61034, and EN 50575 Class

Dcas1d1a1

Application Support • 10GBASE-T • 1000BASE-T •

100BASE-T • 10BASE-T • IEEE

802.3af (Type 1 PoE) • IEEE 802.3at

(Type 2 PoE) • IEEE 802.3bt (Type 3

PoE) • IEEE 802.3bt (Type 4 PoE) •

Power over HDBaseT (PoH)

D C Resistance <8.5Ω/100m

DC Resistance

Unbalance

5%

Mutual Capacitance 5.6 nF/100m

Capacitance Unbalance <160 pF/100m

PoE Suitable for PoE Type 1,2,3,4 and

PoE

Pulling Tension (max) 110N (25 lbf)

Bend Radius (min) 50mm (2 in.)

Installation

Temperature

0 to 60°C (+32 to 140°F)

Operating Temperature -20 to 75°C (-4 to 167°F)

Servers A – 3 Quantity

Technical Specification Description

Bidders

Response

Detailed

explanation with

cross-reference

/evidence

YES/NO

Server Type Rack Mount

Quantity Three (3)

Brand International renowned/recognizable

brand

Random Access Memory

(RAM) Minimum 512 GB 3.5 GHz DDR4

Hard Drive Capacity Minimum 2 x 300GB SAS HDD

Compatible Hot Swappable

Drives Yes

267

Processor Type

Minimum, Intel Xeon processors 24

cores (Dual-processor architecture

X86), and must support hyper-

threading

Processor Speed minimum 3.5Ghz

USB Ports Minimum 4 USB

3.0 Minimum 4 USB 3.0 ports

Ethernet ports Minimum 4 onboard at least 2

1Gbps and at least 2 10Gbps

SAN Ports At least 2 of at least 16 gbps each

VGA Port Minimum one (1)

RAID Support Minimum RAID 0, 1, 5, 6,10, 50 &

60

Operating Systems Support

To support minimum: Microsoft

Windows Server 64 bit 2016, or

later, Linux x86-64 ( SLES 12,

RHEL 7, or later), VMware vSphere

(ESXi) 6.5, 7.0,Microsoft HyperV

The delivery should include 1

VMWare vCentre Server 7 Standard

license and VMWare vSphere 7

Standard licences equivalent to the

number of cores/cpu delivered, (ie, a

license for every cpu or 32 cores,

whichever applies)

Manufacturer’s

authorization letter

Provide a manufacturer’s

authorization letter

Service and support

Provide for three (3) year’s warranty

with Next Business Day (NBD) part

shipment support

Maintenance

preventive maintenance for one (3)

years. The maintenance is to be

carried out on a quarterly basis and

on-need basis

End Of Life

No end-of-life products shall be

quoted in the bid

Power Two hot-swappable redundant power

supplies

Notes: To be clustered

Servers B – 3 Quantity

Technical Specification Description

Bidders

Response

Detailed explanation

with cross-reference

/evidence

YES/NO

Server Type Rack Mount

Quantity Three (3)

Brand Internationally

renowned/recognizable brand

Random Access Memory

(RAM) Minimum 256 GB 3.5 GHz DDR4

Hard Drive Capacity Minimum 2 x 300GB SAS HDD

Compatible Hot Swappable

Drives Yes

Processor Type

Minimum, Intel Xeon processors 24

cores (Dual-processor architecture

X86)

Processor Speed minimum 3.5Ghz

USB Ports Minimum 4 USB

3.0 Minimum 4 USB 3.0 ports

Ethernet ports Minimum 4 on board at least 2

1Gbps and at least 2 10Gbps

SAN Ports At least 2 of at least 16 gbps each

VGA Port Minimum one (1)

RAID Support Minimum RAID 0, 1, 5, 6,10, 50 &

60

Operating Systems Support

To support minimum: Microsoft

Windows Server 64 bit 2016, or

later, Linux x86-64 ( SLES 12,

RHEL 7, or later), VMware vSphere

(ESXi) 6.5, 7.0,Microsoft HyperV

Manufacturer’s

authorization letter

Provide a manufacturer’s

authorization letter

Service and support

Provide for three (3) year’s warranty

with Next Business Day (NBD) part

shipment support

Installation Rail Mounting kit

Maintenance

preventive maintenance for one (3)

years. The maintenance is to be

carried out on a quarterly basis and

on-need basis

269

End Of Life

No end-of-life products shall be

quoted in the bid

Power Two hot-swappable redundant power

supplies

Storage

Technical Specification Description

Bidders

Response

YES/NO

Detailed explanation

with cross-reference

/evidence

Capacity 30TB Usable capacity- all Flash

Cache 32GB per canister/Controller

Architecture

Multiprotocol Unified

Architecture: - FC/iSCSI/SAS

Back End ports

The System should have

minimum 4 x12 Gb SAS ports

Front End Ports

The Arrays should be configured

with minimum of 4 x 10 Gb ports

Availability

The proposed storage shall

provide enterprise availability of

99.99% or better and with No

single point of failure.

Enhanced High Availability

Solution Ind.

Spectrum Virtualize Enhanced

High Availability Cluster

Software

Spectrum Virtualize Software for

FlashSystem

HIC

4port 16gbps host interface cards

with 4 16gbps SFP(pair)

Snapshot

Ability to support Snapshot copies

and views that are used for

rollback, testing and development,

and RPO checkpoints

RAID support

Minimum RAID 0, 1, 5, 6,10, 50

& 60

Storage Management

Should have ONE single

management tool from ONE

Console for Production, Backup

and Replication of Data

Monitoring and reporting

Ability to do Automated support

and alerting is a must. Shows

storage efficiency data and

provides recommendations for

optimizing efficiency

Support and Warranty

The array should be configured

with 3 year hardware and software

support. 3 years 24 x 7 1 hr

commit Support

Compatibility

Ability to support Active

replication with current IBM

Storage

Manufacturer’s authorization

letter

Provide a manufacturer’s

authorization letter

Parts Replacement

The system should support

nondisruptive component

replacement

End Of Life

No end-of-life products shall be

quoted in the bid

Training

Training Units for 3 people on

configuration, administration, and

maintenance. Preferably 5-day

training course inclusive of

certifications

Power Two hot-swappable redundant

power supplies

Thin Provisioning

The system should support thin

provisioning

BACKUP APPLIANCE AND BACKUP SOFTWARE

Item Technical Specification

Bidders

Response

YES/NO

Detailed explanation with cross-

reference

/evidence

Solution

It should be a Specialized disk

based backup appliance and

backup software from the same

vendor or compatible for ease of

support

Quantity

1 quantity of 16TB usable

capacity with a guarantee of

storing at-least 200 TB of backup

data

MQ

Must be in top 3 in most recent

Gartner Magic Quadrant for

Deduplication Backup target

Appliances (Leaders Magic

Quadrant)

Connectivity

Should have the following

interfaces:

271

4 x 10GbE SFP+ ports

Capability

The solution must support backup

and recovery of both Windows,

Linux and Unix environments

Should have advanced data

protection technologies such as

data de-duplication, bare metal

server recovery and APIs for

virtual environment integration.

Must support VTL, CIFS, NFS

and NDMP.

Solution must support backup

stream of 10 TB/hr or more

Solution must deliver high-

throughput, inline deduplication

using economical storage

hardware.

Supported

Software

The appliance must support the

following backup software:

VEEAM Symantec backup Exec

and Netbackup, IBM Tivoli

Storage manager, DELLEMC

Avamar, Networker; Commvault,

HPE data protector

Native Application

Support

The backup appliance must

support direct backup of the

following application using native

plugins without using backup

software and must support online

backup : SAP(Sybase and

HANA), Oracle, Microsoft SQL

Deduplication

Solution must deduplicate globally

across the entire system and across

backup application type

Solution must provide the

flexibility to distribute the

deduplication process.

Solution must deliver high-

throughput, inline deduplication

using economical storage

hardware with upto 55x data

reduction

Performance

Solution must rely on CPU and

memory—not disk drives—for

performance.

Write Lock Solution must be able to lock files

against edit after archiving

Fault Detection Solution must have built-in

continuous fault detection and

healing.

VM Recovery Boot VMs directly from the

solution using a protection copy

Solution must support backup of

VMware and hyperV VMs and

support file level recovery of the

VMs

Data Verification Solution must include built-in

functionality to continually verify

that the data stored on the system

can be accessed and restored in its

original form

Local Availability

of Spares

The vendor must have local

country support to replace parts

with no cost

Scalability The backup appliance should

support data in place upgrade to

higher model by swapping

controllers

Configuration Manufacturer’s configuration

services must be included

Backup Software Either socket-based backup and

recovery software for 20TB front

end or 5 servers (10 sockets). The

backup software must support

backup and replication of VMs to

secondary site. The backup

software must support backup of

Databases-Oracle, SQL etc,

physical servers, End user

devices(Laptops/desktops)

Optimized for fast, daily full

backups of physical and virtual

environments, NAS servers,

enterprise applications, remote

offices and desktops/laptops

Vendor The backup software and

appliance Solutions above should

be from the same vendor where

possible or compatible for ease of

support

Support/Warranty 3 Year Support for software and

hardware

Software Number of

Licenses

(keys)

Bidders

Response

YES/NO

Detailed explanation

with cross-reference

/evidence

Microsoft Exchange 2019 2

273

Microsoft Exchange 2019 CAL 100

Microsoft Windows Server 2019 Standard 6

Microsoft Windows Server 2019 Datacentre 2

Shortpoint for sharepoint 2019 1 user 2

years subscription

1

VMware vSphere 7 Standard (refer to

technical specs for servers Type A)

Production Support/Subscription for

VMware vSphere and vCenter 7 Standard

for 3 years

Vmware Vcentre 7 standard 1

Microsoft SQL Server 2019 Standard 3

CONTAINERLIZED DR REQUIREMENTS

Item Technical Specification Bidders

Response

YES/NO

Detailed explanation with cross-

reference

/evidence

Containerized Unit to enhance air

conditioning and portability with Shade and

Canopy

Minimum 40ft for containerized Unit

Minimum six Racks with biometric access

IP54 dustproof and waterproof container Design

Anti-corrosion treatment

Reinforced Ceiling Panels / Floor Panels

Sidewalls panel Insulation to protect against

direct solar radiation

Anti-static flooring

Internal LED lighting and provision for

automated external lighting

Automatic closing Containment Door to

prevent air leakage

Header and side extensions for taller cabinets or wider aisles

FM Global approved inserts

Critical Component’s for Integrated Server

Racks system (Rack, rack PDU, Cooling,

UPS and monitoring system) should be

compatible or from same & single OEM for

Seamless Integration & better Service

Supports

Audible Alarms for critical alerts

Mobile app and Url Monitoring system with SMS and email alerts for High Temperature, Low Temperature, High Humidity, Low Humidity, and Loss of Power; in addition to UPS on-load alerts, Generator over-load alerts. Generator and UPS fault alerts, Machine CPU and memory utilization LAN and WAN UP/DOWN status. Integrated with fire Alarm

Power distribution in Container

Vertical Socket strip with 20 nos of IEC C13 Sockets & 4 nos of IEC C19 Socket with 2.5 mtr power chord with 32A MCB. RAL 9005 (each rack having two PDU's)

DB panel should be mounted on to utility

rack with all internal cabling integrated into

the same. Essential MCB/MCCB should be

provided with electrical system. All the PDUs

inside all racks should be connected by the

UPS. DB panel mounted on Utility rack shall

be covered with the fire suppression system.

Each UPS to be complete with an integrated

electrical distribution board panel for

termination of the rack PDUs. The board to be

complete with circuit breakers and all other

necessary accessories.

For each PDU distribution -PDU page displays

the total current and power component

when the PDU voltage value, the current value

exceeds the set range, the system will generate

a corresponding alarm; on the contrary, the

alarm disappears

Racks

6 Nos. of 42 U racks of dimension 600 mm x

1000 mm (Server Rack)

Blanking Panel: 70% each for all the supplied

275

Racks.

Each set of Integrated racks should have IP

based monitoring facility of all the passive

parameters inside racks.

Capable for sending Email Alerts

The racks to have Fiber and Ethernet Top of

Rack Patch panels and Well-terminated Fiber

on Fiber trays for rack Interconnectivity.

Rack based Biometric access control system

provided should be controlled by access control

panel with access control for both front as well as

rear doors. IP based Access control with user

exclusive authentication

Graphical User Interface for Smart Racks

monitoring

Front glass door for complete 42U height visibility

& Rear Split Steel door (This is specifically

situated at the rack assembly to allow the user

to visually see through the door and monitor

activity at the racks/servers. Please note the

cooling of the servers (rack assembly) is

independent of the room cooling.

Status based LED Lights within Smart Racks

vertical Cable manager on both LHS & RHS on

rear side

Plastic Cable duct on vertical LH & RH section of

racks for cable routing

Cut outs with rubber grommet on top and bottom

cover of rack for cable entry

The proposed Smart Racks/cabinets should be covered by water leak detection system(WLD)

Minimum Air Conditioning

35kw (119,400Btu/h) (N+N Redundancy) floor

mounted close control in-row split air conditioner

inclusive of outdoor unit complete with support

brackets. Should be designed and built to provide

precision

temperature and humidity control.

. The unit shall be air cooled direct expansion

type with top inlet and base outlet. The indoor

unit shall be installed on either end of the server

racks with air flow rate of 5500 m³/hr.

Real time logging of the last 100 events/alarms.

Data center server and network racks should be

equipped with cooling units to provide closed loop

precision cooling system which should be able to

cool the equipment’s uniformly right from 1st U to

42nd U of Rack through in Row/Rack Based

Cooling

An automatic changeover for duty / standby unit

based on time interval setting and any failure of

duty unit

Remote monitoring of the Precision AC unit using

desktop PC with SNMP interface

It shall have microprocessor controls that

monitor status of unit components and

environmental parameters like temperature and

humidity.

It shall be equipped with a signaling

alarm to indicate deterioration of conditions,

electronic expansion valve, a status display panel

and all other necessary control devices .

It shall operate on R410A refrigerant or any other

non ozone depleting refrigerant and shall be Energy

Star Rated.

Integrated emergency ventilation fans located at the

base of each rack of min. capacity 0.4m³/s against

150pa or as per equipment manufacturers

specification on emergency ventilation solution.

Digital Addressable Water leak detection cable

sensor with Non- conductive polymers used in the

leak detection cable's construction

Duty, Alternate and/or Assist- Indoor unit that shall

be high wall type air-cooling unit of minimum

capacity6.7KW (22,000 Btu/hr). The air

conditioning unit shall be supplied complete with

room thermometer, room thermostat controls,

humidity control and wireless remote control

device. It shall charge with R410A refrigerant or

any other non-ozone depleting refrigerant. The unit

shall be such that if the power supply goes off, it

will start automatically after power is restored with

three-minute delay.

3-year warranty with Support and Mantinance. Quarterly PM to be carried out during the warranty period.

Note: Refer to “ Tender specifications and bills of quantities for supply, installation, testing and

Commissioning of air conditioning and fire suppression systems installation works Section” for detailed

instructions and Bill of Materials for Air Conditioning

FIRE DETECTION AND SUPPRESSION SYSTEM

The system shall cover the entire Recovery data Centre comprising of an addressable system.

The system shall be complete in all ways. It shall include all mechanical and electrical

installation, all detection and control equipment, agent storage containers, FM-200 agent or

277

equivalent, discharge nozzles, pipe and fittings, manual release and abort stations, audible

and visual alarm devices, auxiliary devices and controls, shutdowns, alarm interface,

caution/advisory signs, functional checkout and testing and all other operations necessary for

a functional, UL Listed and/or FM approved FM- 200 Clean Agent Suppression System

The standards listed, as well as all other applicable codes and standards, shall be used as

“minimum” standards.

TECHNICAL RESPONSIVE CHECKLIST

FIRE SUPPRESSION SYSTEM

Item Technical Specification Bidders Response

YES/NO

Detailed explanation with

cross-reference

/evidence

Fire Detection, suppression and Alarm

system design

Water leak and smoke detection

Optical smoke sensors complete with wiring to

control unit and accessories.

Addressable single hazard agent releasing panel

capable of operating with 120/240V, 50/60 Hz AC

Input with 7 initiating, 3 Notification, 2

Release Circuits and 4 Relays in a red enclosure

and a hinged lockable door with a glass panel

covering all the control buttons. The

Panel Must conform to NFPA OR EN54 Standards

and all components must be either UL or FM

approved.

Audible sound Alarm

Fire cable and break glass panel

36Kg normal charged capacity FM200 approved

cylinders complete with discharge valves, gauges,

hoses for connection to the manifold and

initial FM200 gas agent.

20mm brass multijet nozzle with 360 degrees

coverage pattern.

3 year warrantee and Support

Note: Refer to “ Tender specifications and bills of quantities for supply,

installation, testing and Commissioning of air conditioning and fire

suppression systems installation works Section” for detailed instructions and

Bill of Materials for Fire Suppression System

AIR CONDITIONING AND FIRE

SUPPRESSION INSTALLATION WORKS

TENDER SPECIFICATIONS AND BILLS OF QUANTITIES

FOR SUPPLY, INSTALLATION, TESTING AND

COMMISSIONING OF AIR CONDITIONING AND FIRE

SUPPRESSION SYSTEMS INSTALLATION WORKS

279

GENERAL MECHANICAL SPECIFICATION

1.01 General

This section specifies the general requirement for plant, equipment and materials forming part of the Sub-contract Works and shall apply except where specifically stated elsewhere in the Specification or on the Contract Drawings.

1.02 Quality of Materials

All plant, equipment and materials supplied as part of the Sub-contract Works shall

be new and of first class commercial quality, shall be free from defects and

imperfections and where indicated shall be of grades and classifications designated

herein.

All products or materials not manufactured by the Sub-contractor shall be products of reputable manufacturers and so far as the provisions of the Specification is concerned shall be as if they had been manufactured by the Sub-contractor.

Materials and apparatus required for the complete installation as called for by the Specification and Contract Drawings shall be supplied by the Sub-contractor unless mention is made otherwise.

Materials and apparatus supplied by others for installation and connection by the Sub-contractor shall

be carefully examined on receipt. Should any defects be noted, the Sub-contractor shall immediately notify the Engineer.

Defective equipment or that damaged in the course of installation or tests shall be replaced as required to the approval of the Engineer.

1.03 Regulations and Standards

The Sub-contract Works shall comply with the current editions of the following:

a) The Kenya Government Regulations.

b) The United Kingdom Institution of Electrical Engineers (IEE) Regulations for the Electrical Equipment of Buildings.

c) The United Kingdom Chartered Institute of Building Services Engineers (CIBSE) Guides.

d) British Standard and Codes of Practice as published by the British Standards Institution (BSI)

e) The County Government By-laws.

f) The Electricity Supply Authority By-laws.

g) County Government By-laws.

h) The Kenya Building Code Regulations.

i) The Kenya Bureau of Standards

B-1

1.04 Electrical Requirements

Plant and equipment supplied under this Sub-contract shall be complete with all necessary motor starters, control boards, and other control apparatus. Where control panels incorporating several starters are supplied they shall be complete with a main isolator.

The supply power up to and including local isolators shall be provided and installed by

the Electrical Sub-contractor. All other wiring and connections to equipment shall form part of this Sub-contract and be the responsibility of the Sub-contractor.

The Sub-contractor shall supply three copies of all schematic, cabling and wiring diagrams for the Engineer’s approval.

The starting current of all electric motors and equipment shall not exceed the maximum permissible starting currents described in the Kenya Power and Lighting Company (KPLC) By-laws.

All electrical plant and equipment supplied by the Sub-contractor shall be rated for the supply voltage and frequency obtained in Kenya, that is 415 Volts, 50Hz, 3-Phase or 240Volts, 50Hz, 1-phase.

Any equipment that is not rated for the above voltages and frequencies shall be rejected by the Engineer.

1.05 Transport and Storage

All plant and equipment shall, during transportation be suitably packed, crated and protected to minimize the possibility of damage and to prevent corrosion or other deterioration.

On arrival at site all plant and equipment shall be examined and any damage to parts and protective priming coats made good before storage or installation.

Adequate measures shall be taken by the Sub-contractor to ensure that plant and equipment do not suffer any deterioration during storage. Prior to installation all piping and equipment shall be thoroughly cleaned.

If, in the opinion of the Engineer any equipment has deteriorated or been damaged to such an extent that it is not suitable for installation, the Sub-contractor shall replace this equipment at his own cost.

1.06 Site Supervision

The Sub-contractor shall ensure that there is an English-speaking supervisor on the site at all times during normal working hours.

1.07 Installation

Installation of all special plant and equipment shall be carried out by the Sub-contractor under adequate supervision from skilled staff provided by the plant and equipment manufacturer or

his appointed agent in accordance with the best standards of modern practice and to the relevant

regulations and standards described under Clause 2.03 of this Section.

B-2

281

1.08 Testing

1.08.1 General

The Sub-contractor’s attention is drawn to Part ‘C’ Clause 1.38 of the “Preliminaries and General Conditions”.

1.08.2 Material Tests

All material for plant and equipment to be installed under this Sub-contract shall be tested, unless otherwise directed, in accordance with the relevant B.S Specification concerned.

For materials where no B.S. Specification exists, tests are to be made in accordance with the best modern commercial methods to the approval of the Engineer, having regard to the particular type of the materials concerned.

The Sub-contractor shall prepare specimens and performance tests and analyses to demonstrate conformance of the various materials with the applicable standards.

If stock material, which has not been specially manufactured for the plant and equipment specified is

used, then the Sub-contractor shall submit satisfactory evidence to the Engineer that such materials

conform to the requirements stated herein in which case tests of material may be partially or completely waived.

Certified mill test reports of plates, piping and other materials shall be deemed acceptable.

1.08.3 Manufactured Plant and Equipment – Work Tests

The rights of the Engineer relating to the inspection, examination and testing of plant and equipment during manufacture shall be applicable to the Insurance Companies or Inspection Authorities so nominated by the Engineer.

The Sub-contractor shall give two week’s notice to the Engineer of the manufacturer’s intention to carry out such tests and inspections.

The Engineer or his representative shall be entitled to witness such tests and inspections. The cost of such tests and inspections shall be borne by the Sub-contractor.

Six copies of all test and inspection certificates and performance graphs shall be submitted to the Engineer for his approval as soon as possible after the completion of such tests and inspections.

Plant and equipment which is shipped before the relevant test certificate has been approved by the Engineer shall be shipped at the Sub-contractor’s own risk and should the test and inspection

certificates not be approved; new tests may be ordered by the Engineer at the Sub-contractor’s

expense.

1.08.4 Pressure Testing

All pipework installations shall be pressure tested in accordance with the requirements of the various

sections of this Specification. The installations may be tested in sections to suit the progress of the

works but all tests must be carried out before the work is buried or concealed behind building finishes. All tests must be witnessed by the Engineer or his representative and the Sub-contractor shall give 48

hours notice to the Engineer of his intention to carry out such tests.

B-3

Any pipework that is buried or concealed before witnessed pressure tests have been carried out shall be exposed at the expense of the Sub-contractor and the specified tests shall then be applied.

The Sub-contractor shall prepare test certificates for signature by the Engineer and shall keep a progressive and up-to-date record of the section of the work that has been tested.

1.09 Colour Coding

Unless stated otherwise in the Particular Specification all pipework shall be colour coded

in accordance with the latest edition of B.S 1710 and to the approval of the Engineer or

Architect.

1.10 Welding

1.10.1 Preparation

Joints to be made by welding shall be accurately cut to size with edges sheared, flame cut or machined

to suit the required type of joint. The prepared surface shall be free from all visible defects such as lamination, surface imperfection due to shearing or flame cutting operation, etc., and shall be free

from rust scale, grease and other foreign matter.

1.10.2 Method

All welding shall be carried out by the electric arc processing using covered electrodes in accordance with B.S. 639.

Gas welding may be employed in certain circumstances provided that prior approval is obtained from the Engineer.

1.10.3 Welding Code and Construction

All welded joints shall be carried out in accordance with the following Specifications:

a) Pipe Welding

All pipe welds shall be carried out in accordance with the requirements of B.S.806.

b) General Welding

All welding of mild steel components other than pipework shall comply with the general requirements of B.S. 1856.

2.10.4 Welders Qualifications

Any welder employed on this Sub-contractor shall have passed the trade tests as laid down by the Government of Kenya.

The Engineer may require to see the appropriate to see the appropriate certificate obtained by any welder and should it be proved that the welder does not have the necessary qualifications the Engineer may instruct the Sub- contractor to replace him by a qualified welder.

B-4

283

SECTION C:

PARTICULAR SPECIFICATIONS FOR AIR

CONDITIONING

PARTICULAR SPECIFICATIONS FOR PRECISION AIR CONDITIONING SYSTEMS

1.0. SCOPE OF WORKS

The works to be carried out comprises of the supply, delivery, installation, setting to work, testing and commissioning of Precision cooling system and equipment called for in this specification and/or shown in

the contract drawings.

The tenderer shall include for all appurtenances and appliances not particularly called for in this specification or on the contract drawings but which are necessary for the completion and satisfactory functioning of the system.

In addition, the contractor shall comply with Data center standards and design and the Bidder has to:

• Provide Water leak detection system for the data/server room area.

• Provide Rodent repellent system.

No claim for extra payment shall be accepted from the contractor for non-compliance with the above requirements.

If in the opinion of the tenderer there exists difference between the specification and the contract drawings, the tenderer shall clarify the difference with the engineer before tendering.

The Works to be installed under the contract shall comply with the State Department for Public Works requirements for contract works under “GENERAL MECHANICAL SPECIFICATION”.

1.1 CLIMATIC CONDITIONS The following climatic conditions apply at the sites of the works and all materials and equipment used shall be suitable for these conditions: -

(CONDITIONS)

PARAMETERS NAIROBI CITY

Maximum mean outdoor dry bulb Temperature, to 28˚C

Minimum Temperature 11.8˚C

Relative Humidity 42% - 94%

Altitude Aver. 1750 m ASL

Longitude 36˚ 49’ E

Latitude 01˚ 17’ S

Max. solar radiation occurs during the month of February

285

1.2 SYSTEMS DESIGN DATA The air-conditioning systems are designed to maintain the following internal conditions with

ambient conditions of 28.2ºC DB and 15.8 ºC WB.

Internal Temperature 18 - 27ºC

Relative Humidity 50± 5%

The equipment described here under covers the specific requirements of equipment to be used for this contractor work and shall be used in conjunction with the accompanying contract drawings. . Precision Air Conditioning

Technical requirement of Precision Air Conditioning are:

1.2.1) Precision air conditioners complete with all controls, indoor and outside units, with Direct driven

Motors and Backward curved blowers, multiple scroll compressors preferably in tandem circuit,

electronic expansion valve, hydrophilic fins for IDU Coil complete installation and commissioning for

server room.

1.2.2) The vendor is expected to include all auxiliary works like ducting, inlet and drain piping, piping

between indoor and outdoor, cabling, acoustic and thermal insulation (Duct and floor for server room),

volume control dampers, supply and returns air grills, stands for indoor and outdoor units with related

civil works etc. as per the site requirements.

1.2.3) Automatic monitoring and control of cooling, heating, humidification, dehumidification, air-filtration, etc. should be Installed. 1.2.4) Humidifier should have an adjustable capacity control ranging from 40%-100%. Immersible electrode and Bottle type humidifier.

1.2.5.) Visual and audible alarm indication

1.2.6) Real time logging of the last 100 events/alarms.

1.2.7.) Humidity, Ventilation, Air Conditioning (HVAC)

1.2.7.1) Air conditioning for direct expansion air conditioning is used then condensers should be located outside the Building. 1.2.7.2) Criteria in determination of the air conditioner placement should be its effectiveness in addressing the current planned load, and their adaptability to change in configuration.

1.2.7.3) Consider the air flow patterns of the hardware being installed. Take care units are not laid out in a fashion that exhausts air from one unit into the intake of the next.

1.2.7.4) Optimal temperature range for system reliability and operator comfort levels should be between

18-27˚C

1.2.7.5) For safe data processing operations ambient relative humidity should be between 50+/-5% RH.

1.2.7.6) Server room requires precision air conditioning with a sensitivity of +/-1.5 C and +/- 5% RH or closer.

1.2.7.7) Server Hall should be isolated from contaminants. Inside server Hall airborne dusts, gases and

vapours should be maintained in the defined limits to minimize their potential impact on the hardware.

1.2.7.8) Server Hall should be free from water ingress.

1.2.8) Microprocessor controller Panel

The display panel should be located on the front of the unit with LCD display for monitoring and alarm indication.

The panel should be used for: Status detection (whether on or off)

a. Temperature controller

b. Humidity controller

The panel should make an audio visual alarm in case of:

1. Power failure 2. Fan overload 3. Humidifier power fault 4. Humidifier control fault 5. Heater fault 6. Airflow failure 7. Change filter 8. Control circuit trip 9. Return air temperature / RH out of range 10. Supply air temperature out of range 11. Return air humidity sensor alarm 12. Return air temp. Sensor alarm 13. Data Error 14. Service alarm 15. Electric heater alarm 16. Microprocessor fault 17. Humidifier flood 18. Water leakage alarm 19. Smoke alarm

1. Self-diagnostic functionality 2. An automatic changeover for duty / standby unit based on time interval setting and any failure of

duty unit. 3. An automatic restart function with sequence start program to prevent power surge during start-up

on multi-system installation. 4. Comprehensive event storage system by date and time of occurrence. 5. Simple user-friendly operating guidance. 6. Remote monitoring of the Precision AC unit using desktop PC with SNMP interface.

1.3). Water Leakage Detection System.

1.3.1) Water Leak detection Module. Water Leak detection module with Webpage interface for viewing conditions and modifying

configurations, Optimal scalability sensing cable Easy integration with existing systems via Modbus,

287

BACnet, SMTP, SNMP and/or dry contact outputs ,Reduces false alarms due to adjustable alarm

thresholds, Highly precise pinpointing and displaying in feet or meters , Logging capabilities of event and

trend data ,Simple installation with NO calibration required ,Compact and light-weight, Optional DIN

rail mount ,Supervised system with facility to map with Graphic Display on PC. RoHS compliant , UL

Approved. And SMS / Email alert facility through the IBMS System

1.3.2) WLD sensor cables. Digital Addressable Water leak detection cable sensor with Non-conductive polymers used in the leak

detection cable's construction. This helps eliminate irritating nuisance alarms that could result from

contact with metal, such as spiral wrap conduit or raised floor pedestals. An abrasion resistant

polymer core increases the strength of the cable. Pressure on the sensing cable will not create a false alarm, with Pre Connected Connectors, Dries

quickly without external drying devices, Complete - Plenum rated, UL listed, & RoHS compliant .

2.0 SPLIT AIR CONDITIONING SYSTEM This shall be installed in the The system shall be complete with; 2.1 Indoor wall mounted cooling unit (Evaporator) Each coil unit shall consist of a cooling coil, air circulating fan, fan-guard and a thermostatic expansion

valve. A timer unit shall be mounted in the control panel to both the de-frosting intervals and defrosting

periods, both of which shall be variable. The evaporator unit shall be of capacity as specified under the specified conditions, and shall be of the dry

expansion type, and preferably of similar make as that of the condensing units. The unit shall be cassette

type, high wall mounted or ceiling mounted as will be specified by the Engineer. The coil shall be manufactured from seamless copper tubing with aluminium fins mechanically bonded to

the tubes. The panel shall be interlocked such, that on energizing the heater, the compressor, condenser

and evaporator fan shall be de-energized and only re-energized when the heater is switched off

by a evaporator mounted thermostat. A manual overriding switch shall by-pass the timer switch. The air-circulating fan shall be manufactured from rigid aluminium sheet and finished in white casing. A

drip tray with 25mm diameter connections shall be incorporated in the base of the casing. The Unit shall be complete with the following:

1 No. air purifying filter.

Built in drain pump to automatically drain water.

Refrigeration pipe work with flared connections

Fixing brackets/wall mounting kit/ground mounting kit

Thermostat to control room temperature

High and low-pressure units

Condensate discharge pipe work in Black PVC, 15mm diameter

Service access valves

Voltage Surge Protector

The system shall be suitable for 240V, 1 – Phase, 50Hz power supply

The split air-conditioning system shall be designed to maintain room inside temperature of 22±1º C and

relative humidity of 50±10%.

2.2 Outdoor Units. The outdoor units shall be installed and mounted on the wall using appropriate and approved

mounting brackets. They shall be complete with hermetically sealed compressors. Safety devices shall

include overload/surge protection among others. The unit shall be connected to power provided by others. It shall also be connected to refrigerant piping

and control wiring. It shall have adequate charge of refrigerator oil and R 407 refrigerant. The air conditioning units shall be provided with approved mounting brackets. The Unit shall be complete with the following:

- Casing constructed of 18 gauge zinc coated mild steel, zinc phosphate bonderized, coated

with oven baked polyester paint and weatherized for outdoor installation. It shall have weep

holes on base to allow ease of drainage. - Hermetically sealed compressor mounted to unit base with rubber isolated hold down bolts,

uniform in oil & pressures and shall have internal overload protection. - Refrigeration pipe work with flared connections - Distributor with refrigeration control - Fixing brackets/wall mounting kit/ceiling mounting kit - Heat exchanger capacity controls - Precise inverter frequency controls - New oil returning system (refrigerant oil control system) - High and low pressure units - An innovation of installation with automatic address settings for indoor units with

twin multiplex transmission system of no polarity. - Condensate discharge pipe work - Service access valves - Voltage Surge Protector

3.0 Refrigeration Piping Refrigerant pipe work shall be approved copper tubing and fittings, and shall be properly sized

in conformity with the system manufacturer specifications. Pipework shall be joined together by

soldering/brazing and shall be complete with all necessary joints, reducers and accessories. The Ozone friendly refrigerant flow shall be controlled with either a capillary tube or thermostatic

expansion valve. Installation shall be carried out by competent and qualified craftsmen. The Engineer may

demand proof of qualifications and experience in installation of refrigeration systems. Pipe work shall be tested for leaks after installation to the Engineers satisfaction. It shall be properly

anchored, insulated and no vibration of pipes shall be allowed during the running of the systems. An

electronic leak detector shall be used to test for leaks.

4.0 BUILDERS WORKS The tenderers shall allow for perforation of holes, hacking of walls etc. All disturbed surfaces

shall thereafter be made good by the tenderer upon satisfactory completion of the works.

289

5.0 AS-BUILT-DRAWINGS AND MAINTENANCE MANUALS Once the air conditioning system has been tested and commissioned, drawings and maintenance manuals

shall be provided. They shall be a true and accurate representation of what has been commissioned.

6.0 TRAINING Adequate personnel shall be trained to perform normal operations and routine maintenance of the air

conditioning system. The number of personnel to be trained shall be specified for particular pool.

7.0 TESTING & COMMISSIONING The system shall be balanced to the satisfaction of the project engineer. It shall be run under complete

automatic controls for 72 hours continuous operation to ascertain any faults in operation before acceptance

and handover. Any faults discovered during this time shall be corrected and a further test or tests of 72 hours duration

shall be carried out to ensure satisfactory operation, all at the expenses of the contractor. All accessories/equipment have to tested for capacity, efficiency, leakages and other human errors and shall

meet standards and specifications. All the pipe work and connections herein described shall be tested in the presence of the Engineer and to

the hydraulic pressure the Engineer deems satisfactory and for a minimum period of 1 hour. These tests must be before any insulation work is undertaken or any pipe work is finally enclosed in any

ducts, etc and due allowance is to be made in the tender for these tests. The tenderer is to include for providing for all the testing equipment, temporary plugging and refilling etc.

Warranty.

The Air condition supplied shall be covered under minimum warranty for minimum 3 years from

the date of commissioning and Post warranty Annual maintenance fee should be quoted for 3

years for the total Data centre including all systems supplied and installed

8.0 TECHNICAL SCHEDULE

8. General Notes to the Tenderer

8.1The tenderer shall submit technical schedules for all materials and equipment upon which he has based his tender sum.

8.2The tenderer shall also submit separate comprehensive descriptive and performance details for all plant apparatus and fittings described in the technical schedules. Manufacturer’s literature shall be accepted. Failure to comply with this may have his tender disqualified.

8.3Completion of the technical schedule shall not relieve the Contractor from complying with the

requirements of the specifications except as may be approved by the Engineer.

291

SECTION D:

GENERAL SPECIFICATIONS

FOR

FIRE SUPPRESSION SYSTEMS

GENERAL SPECIFICATIONS FOR FIRE SUPPRESSION SYSTEM

1.1 General The specifications described here make reference to pre-engineered wet Chemical fire extinguishing system that discharge wet chemical from fixed nozzles and piping by means of expellant gas. The fire suppression system shall be used for the protection of cooking equipment including exhaust

hoods, ducts, and related work. Equipment, materials, installation, workmanship, inspection, and testing shall be in strict accordance with the required and advisory provisions of the National Fire Protection Association (NFPA) 17A and NFPA 96.

The gas shall be stored under pressure in liquefied form inside cylinders and piped to fire protected

areas. The wet chemical extinguishing system shall be supplied complete with its control Unit that

shall receive the signal from fusible links and automatically actuate the extinguishing system. Electrical power and gas to all protected appliances shall also be automatically shut off.

The fire suppression specifications highlighted in this section are still part of the rack assembly, only

that it has been split into individual components for clarity. The terms equal and equivalent, UL or

FM approved have been used a number of times. This is to allow vendors with different systems and

fire suppression mediums that are suitable for the stated application (but not necessarily the one

indicated) to tender and submit their solutions for evaluation/consideration.

1.1.1 The Design and installation shall be made in accordance with these specifications, drawings and the

following standards:

a) NFPA 17A – Wet Chemical Extinguishing Systems. b) NFPA 70-National Electrical Code c) NFPA 72-National Fire Alarm Code d) County Authority requirements

1.1.2 The fire suppression systems shall be designed by competent personnel who are trained and

authorized by the equipment manufacturer for design of wet chemical extinguishing systems for fire

suppression systems and the integrated detection systems. Working Drawings shall be provided in

sufficient detail to indicate the type, size, and arrangement of component materials and devices; and

the dimensions needed for installations and correlation with other materials and equipment.

All Working Drawings shall be submitted for review and approval prior to installation.

1.1.3 Detailed literature outlining the operation, recharge and service of the system, Maintenance

procedures for the owner shall be provided.

1.1.4 Equipment manufacturer shall provide a 12-month warranty with 3-year support and

maintenance .Details of this warranty shall be furnished upon request.

1.1.4 All devices, components and equipment shall be products of the same manufacturer and shall be

Underwriters Laboratories (U.L) listed or Factory Mutual (F.M) approved.

1.2 SYSTEM ARRANGEMENT

1.2.1 Fire suppression system shall be of the engineered, permanently piped, fixed nozzle type with all

pertinent components of the same manufacturer. All agent storage containers shall be centrally

located in a cabinet or mounted on a wall. Where multiple cylinders are required for the same hazard,

a common manifold should be employed.

Manifolds shall be constructed from seamless mild steel schedule 80 piping. They shall be complete

with a safety relief valve. Manifolded cylinders shall employ a flexible discharge hose to facilitate

installation and system maintenance. Each cylinder on a manifold shall also include an agent check valve installed to the manifold inlet. Where a set of manifolded cylinders shall be required to serve multiple zones, selector valves shall be used to direct the extinguishing agent to the respective zone.

293

1.2.2 Detection system shall be of the engineered type, suitable for direct interface with the fire suppression

system. Detectors shall be wired in Sequential Detection method of operation or standard Cross-Zoned detection. For each hazard, fusible link heat detectors shall be used to provide automatic input to the control panel. In addition, manual pull station(s) shall be provided for the direct electric release of the Fire Suppression System.

1.2.3 Automatic operation of each protected area shall be as follows:

Actuation of one (1) detector, within the system to:

i) Illuminate the “ALARM” LED on the control panel face. ii) Energize the audible notification appliances within the protected space with a unique pattern to indicate a first alarm condition iii) Transmit a signal to the fire alarm system, Shutdown electrical power and fuel to all protected appliances and fuel, etc

1.3 DESIGN PARAMETERS – 1.3.1 GENERAL

The Wet chemical extinguishing system utilizes potassium carbonate based agent. The Agent is stored

under pressure in cylinders/tanks and together with the release assembly situated in an area where the

air temperatures will not fall below 0ºC and does not exceed 50ºC. The system must be designed and

installed within the guidelines of the UL Listed Design, Installation, Recharge, and Maintenance. 1.3.2 DESIGN PARAMETERS – DETECTION

1.3.2.1 The design of the detection/control system shall be based on a clean, vibration free, electrical non-

hazardous environment 1.3.2.2 As a minimum detector spacing shall be based upon NFPA recommended practices for appliance

protection layout and manufacturer recommendations.

At least one fusible link or heat detector shall be provided above each cooking appliance or group of appliance or group of appliances protected by a single nozzle.

1.3.2.3 Unless otherwise stated on the drawings manual pull station(s) shall be located at all points of exit

from the protected area.

Unless otherwise stated on the drawings at least one alarm device shall be located within the protected area for the general alarm function.

Battery capacity shall be sufficient to permit normal non-alarm condition for 24 hours with subsequent general alarm for 5 minutes after loss of primary line power. The contractor shall be required to furnish calculations to back up the battery capacity to be installed.

1.4 EQUIPMENT AND MATERIAL 1.4.1 General

All materials and equipment shall be of new, unused, and undamaged condition in strict accordance

with the requirement of this section. Equipment shall be required to meet the specified standards; ISO

14520,NFPA.

295

All equipments and materials shall only be used for their intended application, in locations for which they were designed, and installed in accordance with the manufacturer’s instructions and /or recognized standard trade practice.

1.4.2 Pipe Material – Wet chemical agent - 12 bar System.

Hood fire protection system piping shall be of non –combustible materials having physical and chemical characteristics such that its integrity under stress can be predicted with reliability. Materials

other than listed below , such as stainless steel or nonferrous piping or tubing , may be used if the

materials satisfy the applicable requirements of NFPA.

As a minimum, all other piping materials and manifolds shall be seamless steel pipe schedule 40 conforming To BS specifications and capable of 65 bar operating pressure (ASTM Grade A-

106B). Under no conditions shall ordinary cast iron pipe, or non- metallic pipe be used.

The system piping joints shall be suitable for the design conditions and shall be selected with consideration of joint tightness and mechanical strength.

As a minimum, fittings shall be black class 30 malleable iron fittings. Ordinary cast iron fittings shall not be permitted.

Piping shall be installed accordance with good commercial practice to the appropriate codes, securely

supported with Listed hangers, and arranged with close attention to the design layout since deviations

may alter the design flow performance as hydraulically calculated.

All Piping must be reamed, blown clear, and swabbed with appropriate solvent to remove mill varnish

and cutting oils before assembly. The piping shall also be finished off with two coats of red paint after testing. Multi- outlet fittings other than tees shall not be permitted.

Assembly of all joints shall conform to the appropriate standards. Threaded pipe joints shall utilize PTFE Teflon tape applied to male thread s only.

1.4.2 Agent Storage Cylinder/tank

Wet chemical agent storage containers shall be of welded steel construction in accordance with NFPA Specification and finished in (baked red enamel) (red epoxy) paint.

Tank assemblies shall be filled with wet chemical agent pressurized to 12 bar at (21 0C).

Initial filling of the cylinders and recharge shall be done in accordance with the manufacturer’s established procedures and shall not require replacements components for normal service.

The size and fill weights of all cylinders shall be of the following nominal sizes:

i) 33 Kgs (minimum)

ii) Any other storage capacity as specified by the manufacturer.

The agent tank shall be installed in a stainless steel enclosure or wall mounted supported by wall brackets. Tank assemblies shall be listed or approved to perform in the temperature range 0C to 49C.

Aluminum name plates indicating manufacturer’s name and part number, agent fill weight , total charged weight date of fill, shall be permanently bonded to each cylinder.

The agent storage assembly shall include a pressure gauge and a low pressure switch and valves to facilitate continuous supervision of tank pressure.

1.4.2.1 Cylinder Brackets

Each cylinder shall be furnished with a stainless steel, two part, strap type retaining bracket designed to

secure the cylinders to the wall or any other suitable surface as may be recommended by the system manufacturer.

1.4.2.2 Valve Actuator system

The extinguishing agent actuator system shall consist of a pneumatically operated cylinder actuator assembly and a solenoid type Electric actuator package.

The solenoid actuator package shall consist of the solenoid valve mounted either on a rechargeable slave nitrogen cylinder or on the extinguishing agent gas cylinder. A signal from the control panel shall operate

the solenoid valve to discharge the gas in the pilot cylinder. The discharged gas shall then open the

cylinder actuator assembly mounted on the extinguishing agent cylinder discharge valve. This process shall release the stored fire suppression agent for fire extinguishing.

Manual override actuators shall be designed to attach to electric actuator or directly to the valve assembly and permit manual operation of the pilot cylinder tank assembly. Manual actuator positions shall be clearly marked and operating instructions provided.

All actuators shall be Loss Prevention Certification Board (L.P.C.B) Approved.

1.4.3Discharge Nozzles

The discharge nozzles shall be of one piece (brass), stainless steel or other corrosion resistant materials, construction sized to provide flow rates in accordance with system design hydraulics. The material

should withstand the expected fire exposure without deformation.

Orifice (s) shall be machined in the nozzle body to provide a horizontal discharge in

90 0, 180 0, or 360 0 patterns based upon the approved coverage arrangements. Separate, interchangeable orifice plates are not acceptable.

Nozzles shall be permanently marked with the manufacturer’s part, number of orifice and orifice code for

identification. The nozzle shall be threaded directly to the discharge piping without the use of special adaptors.

All nozzles shall be provided with caps or other suitable devices to prevent the entrance of grease vapors, moisture or other foreign materials into the piping. The protection device shall blow off, open, or blow out upon agent discharge.

Nozzles shall be L.P.C.B. Approved.

1.5 Warning Signs

Red rigid plastic signs with engraved 6 mm and 15mm high white lettering at each remote manual

actuation station shall be provided at all the Exits or egress paths no more than 1200mm above the floor.

Sign legends shall be "Fire Extinguishing System" followed by a brief description of the equipment protected. FIRE SUPPRESSION SYSTEM.

297

1.6 EQUIPEMENT AND MATERIAL –ELECTRICAL

1.6.1 General Materials

All electrical trunkings and conduits shall be employed in accordance with applicable codes and

intended use and contain only those electrical circuits associated with the fire detection and control system and shall not contain any circuit that is unrelated to the system.

Unless specifically provided otherwise in each case, all conductors shall be enclosed in steel conduit, rigid or thin walled as conditions dictate.

All wiring shall be of the proper size to conduct the circuit current .The use of aluminium wire is strictly prohibited. Splicing of circuits shall be kept to a minimum and are only to be found in an electrical device

suited for the purpose. Wire spliced together shall have the same colour insulation. Wire splices shall be

made with appropriate devices suited for the purposes.

All wire terminations shall be made with crimp terminals unless the device at the termination is designed for bare wire termination.

All electrical circuits shall be numerically tagged with suitable devices at its terminating point and/ or splice. All circuits numbers shall correspond with the installation drawings.

The use of coloured wires is encouraged. White coloured wire shall be used exclusively for the identification of the neutral conductor of an alternating current circuit.

Green coloured wire shall be used exclusively for the identification of the earth ground conductor of an AC and DC circuit.

1.6.2 Control Panels – General

All control panels shall be F.M Approved and be utilized with listed or approved operating devices and shall be capable of the following features,:

a. Supervised Detection Circuits (s) with a first stage and a second stage circuit.

b. Supervised Alarm Circuit allowing for a first stage alarm, second stage alarm and the third stage for gas release.

c. Supervised Release Circuit

d. Supervised Manual Electric Pull Circuit

e. Supervised Manual mechanical Pull Circuit

f. 0-60 second Programmable Time Delay

g. Battery Standby

h. Front Panel Indicating Lamps and 4x20 character display

i. Key Lock Steel Enclosure with a glass panel covering the controls

The internal power supply shall operate from 240V 50Hz A.C power supply. A fused polarity reversing , 1 amp, 24VDC supervised dedicated release circuit for use with approved fire suppression system releasing devices shall be provided.

The control unit shall provide provisions for housing its own set of “on-line” float charged emergency

batteries within the enclosure.; Battery supervision shall be provided for condition and placement of the

batteries.

D-5

A supervised dedicated manual pull circuit designated for immediate operation of the release circuit shall be provided.

An auxiliary trouble circuit for supervision of other normally closed accessory devices shall be

provided.

The control unit shall be housed in steel cabinet of approved type with conduit knockouts in a (red) (beige) enamel finish.

The control unit shall be F.M or LPCB Approved as an alarm/releasing control unit

1.6.3 Fusible link or Heat Detector - Ionization

Fusible link shall be thermally actuated type with a fixed separating temperature setting. The fusible link

shall comprise of two similar halves jointed together by a fusible alloy. The assembly shall withstand the minimum continuous load in normal condition and separate on tension exerted by continuous duty load

when a fire occurs. The fusible link should be manufactured to National Fire Protection Association

(NFPA) 17A standard and be F.M, UL or LPCB Approved.

1.6.4 Alarm Bells

The vibrating Alarm Bell shall be approved for use with the listed control unit. The polarized alarm bell shall be rated at 24VDC and draw no more than .063 amps and shall contain a series diode for use in supervised systems. It shall also incorporate a flashing strobe light.

It shall have a dB level of 86 – 90 at 3 metres.

The bell shall be constructed of high quality materials to ensure reliability and long life and have a baked red enamel finish.

The device shall be F.M or LPCB Approved.

1.6.5 Manual Pull Stations (Fire man’s switch)

The Manual Pull Station shall be provided for the release (electrical) of the expellant gas or extinguishing agent in case of an emergency. The unit shall be contained within a metal body having a (single) (double)

pole switch.

The device shall be F.M or LPCB Approved.

1.6.6 Abort Switch

The abort switch shall be used where an investigation delay is desired between detection and actuation of the fire suppression System.

The Abort Station shall be the "Dead Man" type and shall be located next to each manual

switch. "Locking" or "Keyed" abort stations shall not be permitted. The Abort Station shall indicate a

trouble condition at the Control Panel, if depressed, and no alarm condition exists. The Abort Station shall be located adjacent to each manual station and can be furnished in combination with a Manual Release

Switch.

The device shall be U.L listed or F.M Approved for a delay switch. 1.6.7 Pressure Switch

This pneumatically actuated switch shall be used to give positive identification of release of wet chemical agent in the piping system.

299

The switch shall have one set of normally open and one set of normally closed contacts.

1.7 SYSTEM INSPECTION AND TESTING

The completed installation shall be inspected by authorized personnel and shall include a full operational

test of all components as per the equipment’s manufacturer recommendation including agent discharge.

The testing shall be done in the presence of the owner’s representative and the project engineer.

All mechanical and electrical components shall be tested according to the manufacturer’s recommended

procedure to verify system integrity. The inspection and testing shall be carried out by the contractor.

The tests shall demonstrate that the entire control system functions as designed and intended.

Upon completion and before final acceptance of the work, each pipe and fittings system shall be tested by

discharging a minimum of one storage cylinder of same size as system cylinder of compressed air or

nitrogen to demonstrate the reliability and proper functioning of all pressure-operated switches, electrical

and gas shutoff features, and the discharge of gas from each system discharge nozzle.

Testing shall also include automatic and manual actuation, and fuel or electrical power shutoff and automatic actuation of the building fire alarm system.

When tests have been completed and corrections made, the contractor shall submit a signed and dated

system test and commissioning certificate, to be filed together with a written test report and submitted to the Engineer.

Two copies of drawings shall be provided by Contractor indicating the installed details. All routing or piping and electrical conduit and accessories shall be noted.

Equipment, Installation and Maintenance Manuals shall be provided in THREE copies, in addition to the as-built drawings.

Prior to final acceptance, the contractor shall provide operational training in all concepts of this system to the owner’s key personnel. Training shall consist of :-

i) System Control Unit Operation

ii) Troubleshooting Procedures

iii) Abort Procedures

iv) Emergency Procedures

v) Safety Requirements

vi) A functional test shall be completed prior to the concentration test consisting of detection,

release alarm, accessories related to system, control unit, and a review of the tanks, piping, fittings, hangers and cylinder pressure.

1.8 WARRANTY

All system components shall be guaranteed against defects in design, materials and workmanship for the full warranty period which shall in no case be less than one (1) year and three years support and maintenance from the date of system acceptance.

SECTION E

BILLS OF QUANTITIES AND SCHEDULE OF

UNIT RATES

301

BILLS OF QUANTITIES

A) PRICING OF PRELIMINARIES ITEMS.

Prices will be inserted against item of preliminaries in the sub-contractor’s Bills of Quantities and

specification. These Bills are designated as Bill 1 in this Section. Where the sub-contractor fails to insert his

price in any item he shall be deemed to have made adequate provision for this on various items in the Bills of

Quantities. The preliminaries form part of this contract and together with other Bills of Quantities covers for

the costs involved in complying with all the requirements for the proper execution of the whole of the works in

the contract.

The Bills of Quantities are divided generally into three sections:-

Preliminaries – Bill 1

Sub-contractors’ preliminaries are as per those described in section C – sub-contractor preliminaries and

conditions of contractor. The sub-contractor shall study the conditions and make provision to cover their cost

in this Bill. The number of preliminary items to be priced by the Tenderer have been limited to tangible items

such as site office, temporary works and others. However, the Tenderer is free to include and price any other

items he deems necessary taking into consideration conditions he is likely to encounter on site. Installation

Items – Other Bills The brief description of the items in these Bills of Quantities should in no way modify or supersede the detailed descriptions in the contract Drawings, conditions of contract and specifications. The unit of measurements and observations are as per those described in clause 3.05 of the section C.

(c) Summary

The summary contains tabulation of the separate parts of the Bills of Quantities carried forward with provisional sum, contingencies and any prime cost sums included. The sub-contract shall insert his totals and enter his grand total tender sum in the space provided below the summary. This grand total tender sum shall be entered in the Form of Tender provided elsewhere in this document

E -1

SPECIAL NOTES

1. The Bills of Quantities form part of the contract documents and are to be read in conjunction with the contract drawings and general specifications of materials and works.

2. The prices quoted shall be deemed to include for all obligations under the sub-contract including but not limited to supply of materials, labour, delivery to site, storage on site, installation, testing,

commissioning and all other taxes applicable at the time of tender.

3. All prices omitted from any item, section or part of the Bills of Quantities shall be deemed to have been included to another item, section or part.

4. The brief descriptions of the items given in the Bills of Quantities are for the purpose of establishing

a standard to which the sub-contractor shall adhere to. Otherwise alternative brands of equal and approved quality will be accepted.

Should the sub-contractor install any material not specified here-in before receiving approval from the Project Manager, the sub-contractor shall remove the material in question and, at his own cost,

install the proper material.

5. The grand total of prices in the price summary page must be carried forward to the MAIN Summary Page.

6. Tenderers must enclose, together with their submitted tenders, detailed coloured manufacturer’s

Brochures detailing Technical Literature and specifications on all the equipment they intend to offer.

E -2

303

Item Description Qty

Unit Rate (Kshs.) Amount

Kshs.)

DATA CENTRE - PRECISION AIR-

CONDITIONING

Supply, Delivery and installation of close control air-

conditioning unit at FRC Data Recovery Centre, in Nairobi.

Precision air conditioning system shall be split type for

data room direct rack cooling. The units to be set on duty,

alternate and/or assist mode

A 35kw (119,400Btu/h) floor mounted close control in-row split

air conditioner inclusive of outdoor unit complete with support

brackets.Should be designed and built to provide precision

temperature and humidity control.The system shall be complete

and factory run-tested before shipment. The unit shall be air

cooled direct expansion type with top inlet and base

outlet.The indoor unit shall be installed on either end of the

server racks with air flow rate of minimum 5500 m³/hr.It shall

have microprocessor controls that monitor status of unit

components and environmental parameters like temperature

and humidity. It shall be equipped with a signaling alarm to

indicate deterioration of conditions, electronic expansion valve,

a status display panel and all other necessary control devices . It

shall operate on R410A refrigerant or any other non ozone

depleting refrigerant and shall be Energy Star Rated. The unit

shall be as Liebert SmartRow - Model CR035RA, Air

Cooled type or approved equivalent.

2 No.

Refrigeration Pipework

Allow for condensate flow discharge using relevant copper

piping

from specified and indicated indoor unit positions to the

external

outdoor unit with actual pipe sizes that must be approved by the

Engineer prior to installation and thus:-

B •7/8” refrigerant pipes and lagging (gas line) 35 LM

C •3/4” refrigerant pipes and lagging (liquid line) 35 LM

D • Refrigerant pipe trunking 1 Item

E • Associated transformation pieces of various sizes necessary to

complete above installations. 1 Item

Refrigerant

F Allow R410A refrigerant for charging air conditioning systems. 1 Item

Drain

G

25mm PVC condensate drainage pipework, class D, including

bends, 12

LM

clips, joints and tees in the running lengths of the pipe.

Total Carried forward to next page

E -3

Item Description Qty

Unit Rate (Kshs.) Amount

Kshs.)

Total Carried forward from previous page

OTHERS

Allow for sundry items like relevant builders work involving

drilling of holes through concrete, making of associated

plinths, chisseling of walls, making good of disturbed surfaces

to the data center etc necessary to complete the air conditioning

installations.

A 1 Item

Electrical Works

Allow for associated electrical works from the local isolator

provided by others within one meter to the air conditioning

units and from indoor unit to outdoor unit.

B 1 Item

Mounting Bracket

Mounting bracket for the outdoor unit complete all anchoring

accessories including rawl bolts and anti-vibration rubber

mountings to engineer’s approval.

C 1 Item

Wall Mounted Wired Remote Controller

Fully wired wall mounted remote controller panel, wiring and

conduit works including but not limited to interconnecting cable

between the outdoor and indoor units.

D 6 No.

Water Leakage Detection System.

E

Digital Addressable Water leak detection cable sensor with

Non-conductive polymers used in the leak detection cable's

construction 1 Item

Integrated emergency ventilation fans of min. capacity 0.4m³/s

against 150pa or as per equipment manufacturers specification

on emergency ventilation.

F 6 No.

Trunking

150x50mm approved PVC trunking for concealing the

refrigerant pipework.

G 40 LM

Testing and Commissioning

H Allow for setting to works testing and commissioning to the

approval of the project manager. 1 Item

Total Carried forward to page collection page

E -4

305

Item Description

Qty Unit Rate (Kshs.) Amount

Kshs.)

A SERVER ROOM (Duty, Alternate and/or Assist)

The indoor unit shall be high wall type air-cooling unit of capacity 6.7KW (22,000 Btu/hr). The air conditioning unit shall be supplied

complete with room thermometer, room thermostat controls,humidity control and wireless remote control device. It shall charged with

R410A refrigerant or any other non ozone depleting refrigerant. The

unit shall be such that if the power supply goes off, it will start 2

No.

automatically after power is restored with three minute

delay. The outdoor unit shall have matching capacity with

the indoor unit. The unit shall be “LEIBERT - Model

DME027E" or equal and approved.

Refrigeration Pipework

B 10mm Refrigeration liquid line pipework including 25mm

Amaflex insulation. 30

L

M

C 15mm Refrigeration gas line pipework including 25mm

Amaflex insulation. 30

L

M

D Refrigerant

Allow R410A refrigerant for charging air conditioning system. 1 Item

E Drain

25mm PVC condensate drainage pipework, class D, including

bends, clips, joints and tees in the running lengths of the pipe. 24 LM

F Surge Protector

Power surge protector as Solatek to suite or equal and

approved. 2 No.

G Electrical Works

Allow for associated electrical works from the local isolator

provided by others within one meter to the air conditioning

units and wiring from indoor unit to outdoor unit.

1 Item

H MOUNTING BRACKET

Mounting bracket for the outdoor unit complete with a cage and

provided with purpose-made protective steel iron angle frame

and all other anchoring accessories including rawl bolts and

anti-vibration rubber mountings to engineer’s approval.

4 Item

I Wall Mounted Wired Remote Controller

Fully wired wall mounted remote controller panel, wiring and

conduit works including but not limited to interconnecting cable

between the outdoor and indoor units.

2 No.

J Trunking

150x50mm approved PVC trunking for concealing the

refrigerant pipework. 28 LM

Total Carried forward to page collection page

E - 5

FIRE SUPPRESSION SYSTEM

Item Description Qty Unit Rate (Kshs.)

Amount

Kshs.)

Supply, install, testing and commissioning fire suppression

system complete gas and the following items to the satisfaction

of the Engineer. The installation is to be integrated within data

centre's server racks (6No.) for close proximity application.

The tenderer to submit the technical brochures and working

calculations together with the tender for evaluation. Alternative

and approved systems utilising inert gases or a mixture of such

gases may be provided. The system Must conform to NFPA

OR EN54 Standards and all components must be either UL

Listed or FM approved with engravings of the Certifying body.

36Kg normal charged capacity FM200 approved cylinders

complete with discharge valves, gauges, hoses for connection

to the manifold and initial FM200 gas agent.

A 1 No.

B Cylinder support bracket system 1 Item

C 40mm diameter connecting hoses and connectors. 2 No.

D Discharge head complete with plain nut, solenoid valve and manual release valve assembly.

1 No.

E 20mm brass multijet nozzle with 360 degrees coverage pattern. 6 No.

F

Allow for motorized vent damper including pressure relief

damper. 1 Item

G Electric Control Head, 24 VDC 2 No.

Pipework

Allow for extinguishant distribution pipework including pipe

fittings, supports, couplings, reducers etc. for the proper and

satisfactory functioning of the installation. Pipe schedule

(class 40) shall depend on the type of agent used and tenderer

shall submit working drawings and manufacturer's instructions

when tendering.

H 1 Item

I Allow for pipework anchorage/hangers 1 Item

J Allow for painting system pipework with signal red colour 1 Item

Control panel

Addressable single hazard agent releasing panel capable of

operating with 120/240V, 50/60 Hz AC Input with 7 initiating,

3 Notification, 2 Release Circuits and 4 Relays in a red

enclosure and a hinged lockable door with a glass panel

covering all the control buttons. The Panel Must conform to

NFPA OR EN54 Standards and all components must be either

UL or FM approved.

K 1 Item

Total Carried forward to next page

E - 6

307

Item Description Qty Unit Rate (Kshs.)

Amount

Kshs.)

Total Carried forward from previous page

A Fire installation approved 12V - 7AH battery complete with charging kit

2 No.

Optical smoke sensors complete with wiring to control unit by

2.5mm² single core fire resistant cabling drawn through 25mm

diameter galvanised steel conduit and inclusive of the conduit

and all accessories.

B 2 No.

C Surface mounted detectors base. 2 No.

D 150mm wall mounted bell for indoor use and 24VDC. 1 No.

E Sounders with visual strobe with high and low decibels sound and 24V.

1 No.

F Allow for pipework anchorage/hangers 1 Item

Double action pull station complete with toggle activated SPST

releasing switch provided at exit of the protected area complete

with red back box.

G 1 No.

H Fire suppression abort switch complete with back box. 1 No.

Approved key operated maintenance switch with low voltage

warning lamp in a weather proof stainless steel container

complete with red back box.

I 1 Item

Extension of the detection signal from control panel to remote

fire alarm indicator panel (Supplied by Electrical sub-

contractor) at the entrance complete with cabling and conduits.

J 1 Item

Allow for all associated electrical and earthing works

comprising of fire resistant cables in galvanised steel conduits,

connection to mains power and standby power supply.

K 1 Item

L "Breakglass" push switches complete with conduit and wiring. 1 No

M Labelling and warning signs - inside and outside the room 1 Item

N Allow for 2 sets of working drawings and calculations from system manufacturer.

1 Item

O Allow for 2 sets of installed drawings, operation and

maintenance manuals both in soft copy in 32GB flash disk and

Printed Formats.

1 Item

P List any other items necessary for complete installation of the entire fire suppression system;

1 Item

Q Allow for testing and commissioning of the System 1 Item

Total Carried forward to next page

E - 7

Item Description Qty Unit Rate (Kshs.)

Amount

Kshs.)

Total Carried forward from previous page

PORTABLE EXTINGUISHERS

Supply, deliver, install, test and commission the following

portable fire extinguishers and conforming to BS EN 3 / BS 1449.

Carbon Dioxide Gas Fire Extinguisher

A

5 Kg carbon dioxide gas portable fire extinguisher complete with

1 No

pressure gauge, initial charge and mounting brackets.

Dry Chemical Powder Fire Extinguisher

B

9kg dry chemical podwer portable fire extinguisher complete with

1 No

pressure gauge, initial charge and mounting brackets.

Total Carried to Collection Page

E - 8

309

COLLECTION PAGE FOR MECHANICAL SERVICES WORKS

Item Description

Amount

(KShs.)

1 Total carried forward from page E-2

2 Total carried forward from page E-3

3 Total carried forward from page E-5

Total Carried forward to Form of Tender

E - 9

SECTION F:

TECHNICAL SCHEDULE OF ITEMS TO BE SUPPLIED

311

2 TECHNICAL SCHEDULE

1 General Notes to the Tenderer

1.1The tenderer shall submit technical schedules for all materials and equipment upon which he has based his tender sum.

1.2The tenderer shall also submit separate comprehensive descriptive and performance details for all plant apparatus and fittings described in the technical schedules. Manufacturer’s literature shall be accepted. Failure to comply with this may have his tender disqualified.

1.3Completion of the technical schedule shall not relieve the Contractor from complying with the requirements of the specifications except as may be approved by the Engineer.

F-1

TECHNICAL SCHEDULE The tenderer must complete in full the technical schedule. Apart from the information required

in the technical schedule, the tenderer MUST SUBMIT comprehensive manufacturer’s technical

brochures and performance details for all items listed in this schedule (fill forms attached).

ITEM DESCRIPTION MANUFACTURERCOUNTRY REMARKS

OF ORIGIN (Catalogue

No. etc.) A Close control air-conditioning

unit

B Split air conditioning unit

C Copper piping

D Fire Suppression system

Catalogue must be attached for all the items in the schedule of material above

F-2

313

KEY PERSONNEL

Qualifications and experience of key personnel proposed for administration and execution of the Contract.

HIGHEST

POSITION NAME QUALIFICATIO YEARS OF YEARS OF

N (Attach proof) EXPERIENCE EXPERIENCE

(GENERAL) IN PROPOSED POSITION

1.

2.

3.

4.

5.

6.

7.

SCHEDULE OF MAJOR ITEMS OF CONTRACTOR’S EQUIPMENT PROPOSED FOR CARRYING OUT THE

WORKS

ITEM OF DESCRIPTION, CONDITION (New, OWNED, LEASED

EQUIPMENT MAKEAND AGE good, poor) and number (From whom?), or to

(Years) available be purchased (From

whom?)

Section VI. Technical Requirements

315

ACCESS CONTROL

The bidder shall supply an integrated alarm and access control system to allow access to the data

Centre. The access control shall be fully installed with all accompanying accessories and software

for complete operation. All doors shall have finger print Biometric readers and PIN card IN and PIN

card OUT.

The access control shall be capable of providing ANTI-PASSBACK feature. The access control

panel shall have to meet the following features

i. Integrated alarm & access control system and Time Attendance features

ii. Programming and servicing by PC either on site or from a remote location

iii. In-built uninterruptible power supply (mini-UPS)

Biometric readers shall meet the following features.

i. Large Template Storage Capacity (10,000 in 1:N; 100,000 in 1:1, or 50,000 in 1:N With bins)

ii. Two-Factor or Three Factor Authentication

iii. Optional Integrated Card Reader (Prox or MIFARE)

iv. Remote Device Management

v. IP Connectivity (LAN, )

vi. Administration Software

vii. Wall Mounted

viii.Time & Attendance Ready

TECHNICAL RESPONSIVE CHECKLIST

ACCESS CONTROL

Item Technical Specification

Bidders

Response

YES/NO

Detailed explanation with cross-

reference

/evidence

Biometric access control for DR and Racks

Magnetic Locks and Z-brackets

Cabling and Installation

Access control server(Bidder to provide rack mountable server capable of running proposed solution)

Management system with logs

Provision for Intregration with DR

management System to enable alerts

3 Year Warrantee and support

SURVEILLANCE CCTV SYSTEM

The Surveillance CCTV system is required to ensure effective surveillance of an area as well

as create a tamperproof record for post event analysis. The System shall provide an on- line

display of video images on LED/OLED monitors located in Central as well as Local

control rooms

1. System should facilitate viewing of live and recorded images and controlling of all

cameras by the authorized users present in the LAN/WAN

2. Joystick or Mouse-Keyboard controllers shall be used for Pan, Tilt, Zoom, and other

functions of desired cameras.

3. Proposed CCTV system shall be an open standard based integrated system with IP

network centric functional and management architecture aimed at providing high-speed

manual/automatic operation for best Performance.

4. System shall use video signals from various types of indoor/outdoor cameras installed

at different locations, process them for viewing on workstations/monitors at Central

Control Room/local control rooms simultaneously.

5. Network Video Recorder shall offer both video stream management and video stream

storage management. Recording frame rate & resolution in respect of individual

channel shall be programmable.

6. Speed Dome Controller should have variable speed joystick, LCD display for

programming and it should be able to control the speed dome for PAN / TILT / Zoom.

7. Cameras should support Night Vision

Section VI. Technical Requirements

317

TECHNICAL RESPONSIVE CHECKLIST

CCTV

Item Technical Specification Quantity Bidders Response YES/NO

Detailed explanation with

cross-reference

/evidence

5 MP IP CCTV CAMERAS

120dB Wide Dynamic Range, 3D

Digital Noise Reduction, IR

range: up to 30 m, on- board storage, up to 128 GB.

6

8 MP PTZ Camera with Smart Tracking, Smart Detection, 200m IR distance and

3

Optional wiper(-W)

12 TB Storage for footage with ability to store footage for 30 days (configurable)

1

CCTV Cabling lot

CCTV Monitoring System 1

CCTV SMART Monitoring Screens LCD 55 inch

2

Tiny Form Factor, Core i7, 512gb

SSD , 16Gb Ram, Windows 10

Pro, WIFI, Bluetooth 5.0, 2 x DP

+ HDMI. As ThinkCentre M90q

or Equivalent

4

3 Year Warrantee and support

UPS

The scope shall include design, supply, installation, testing and commissioning of the complete UPS system

and related accessories including:

All Server racks will get power feed from two independent 40 KVA UPS systems to ensure

redundancy.

All systems should be tested in factory as per the manufactures recommended procedure for all

operating parameters and the test results should be provided during the installation.

Delivery at site, unloading, handling, installation of complete system including interconnection

from the UPS system to batteries and to input / output panels switches. All interconnections shall

be done using multi-strand Flexible Copper conductor cables of appropriate sizes.

Scope includes battery bank connections and providing safety barriers for all bus bars and cable

connection leads on battery racks.

Energizing of UPS and Battery bank commissioning.

UPS control parameters setting and complete testing of system on load.

Service backup by engineer till system is fully operational and subsequently training is to be

provided to the concerned persons.

Any upgrade of the system hardware and associated other software during the warranty period

should be supplied at free of charge.

Acceptance tests will be carried out after installation and the systems will be taken over only after

successful completion of the acceptance tests.

Operation and service manuals of the systems containing technical / Electronic drawings / circuit

diagrams complete in all respects should be supplied.

TECHNICAL RESPONSIVE CHECKLIST

UPS Qty (2)

Item Technical Specification Bidders Response

YES/NO

Detailed explanation with

cross-reference

/evidence

State the brand, model and attach Technical

Brochure

(Mandatory)

40kVA / 40,000VA on-line double-conversion UPS; 0.8 power factor

200/208/220/230/240V 50/60Hz output; 96% Efficient Economy-mode option

Runtime 30 Minutes Full Load

Hot-swap bypass module, control module and battery packs, N+1 fault tolerance .

Front panel LEDs with detailed LCD monitoring and control screen

Section VI. Technical Requirements

319

Expandable runtime with optional external battery packs

Supports 50/60Hz operation for worldwide frequency compatibility

Intelligent battery management system with

temperature-compensated charging extends

battery life

Parallel PDU with manual bypass switch to

enable replacement of power

modules/battery packs at any supported load

level

Integrated distribution board with 12 No 30A

SP MCDs

Network manageable

Output

Nominal Output Voltage: 415V (three phase)

Output Voltage Distortion: Less than 5%

Output Frequency (sync to mains): 50 Hz

Line Interactive

Waveform Type: Sine wave

Output Connections: (1) IEC 320 C19

(Battery Backup) , (2) IEC Jumpers (Battery Backup) , (8) IEC

Power factor ≥0.8

Overload ≥150% 1 minute, ≥125% 10 Minutes

Output voltage total harmonic distortion <3.5% for full load

Full run time on Battery for 30 minute

Input

Nominal Input Voltage: 415V(three Phase)

Input Frequency: 50/60 Hz +/- 3 Hz (auto

sensing) Power factor ≥0.8

Input Connections: IEC-320 C20

Input current total harmonic distortion <5%

for full load

Batteries & amp: Runtime

Battery Type: Maintenance-free sealed Lead-

Acid battery with suspended electrolyte : leakproof

Typical recharge time: 3 hour(s)

Replacement Battery: YES

RBC Quantity: 1 Surge Protection and Filtering

Surge energy rating: 300 Joules

Filtering: Full time multi-pole noise filtering :

0.3% IEEE surge let-through : zero clamping

response time : meets UL 1449

Interface Port(s): USB

Control panel: Multi-function LCD status and control console

Monitoring system - SNMP, Dry contact card, site monitoring / shutdown for multiple servers

Audible Alarm: Alarm when on battery : distinctive low battery alarm

: configurable delays

Efficiency at full load ≥ 95.5% Safety 64 dB (57 dB at 70% load)

Environment Operating Temperature: 0 - 40 °C Operating Relative Humidity: 0 - 95 % Operating Elevation: 0-3000 meters

Storage Temperature: -15 - 45 °C

Storage Relative Humidity: 0 - 95 %

Storage Elevation: 0-15000 meters

Audible noise at 1 meter from surface of

unit: 64 dB (57 dB at 70% load)

3 Year Warrantee and support

Installation and Configuration

1. The entire system shall be installed as per manufacturer’s recommendations & instructions

including all interconnections for supply & control circuits.

2. All components shall be clearly identified using labels including battery cells individually.

Services of authorized representative or manufacturer for supervision of installation, connections,

testing, & adjustments shall be provided.

Testing and Commissioning

1. Under supervision of manufacturer’s and Ministry of public works representative all system

functions, operations, protective features shall be checked & pre-set to ensure compliance or

specifications.

2. Test the system as per recommendations & test listed below using pre-calibrated instruments.

3. Simulation of malfunctions to verify protective device operations.

4. Duration of supply on emergency. Low battery voltage alarm & shutdown, transfer &

restoration of normal supply.

5. Remote status & alarm tests.

In case of test any shortfalls / faults, the same shall be rectified & test procedure shall be again

repeated to establish satisfactory performance.

Section VI. Technical Requirements

321

TECHNICAL RESPONSIVE CHECKLIST

REPLICATION SET UP

Item Technical Specification Bidders Response

YES/NO

Detailed explanation

with cross-reference

/evidence

30MB Point to point MPLS connection with

fiber termination at both Ends with Latencies not exceeding 10ms and associated routers.

Internet Capacity 30MB

Router Specs -

a. Support for Link aggregation

b. 1 R U

c. 2 PoE GE / SFP

d. Performance - 1 Gbps

e. Management port - 4 GE

f. Network Interface Modules – 3

g. 1 (PVDM 4)

h. USB Ports (type A) – 2

i. Flash – 8 GB

j. Redundant power

k. Support for IPv4 /IPv6 routing

protocols.

Encryption of point to point Link

3 years subscription

Application, database and Storage level replication. (Note: Should be well addressed in the Methodology )

i. Support Plan post commissioning: Vendor must list any and all support provided by

them as part of this tender document. This list shall include chargeable and non-

chargeable services and support.

ii. Customer support process: Vendor m u s t d e f i n e a n d d e s c r i b e t h e i n c i d e n t

reporting process.

iii. Defects liability: Bidders shall be responsible for faulty and or defective

deliverables (works, plans, equipment, software and so on). Bidders must include a

defects liability support plan in their bids. The Bidder MUST have a defects liability

period minimum twelve months after practical completion. The contractor shall

be liable for the rectification of patent defects that become apparent during the

patent defects liability period.

iv. Delivery period of products from date of award: The bidder shall not

bid/supply any equipment that is likely to be declared end of sale within the next

two years from the date of tender award. If, any equipment is declared end of sale

within the next two years, the bidder shall be required to replace all such equipment

with latest one and equivalent configuration at no cost to FRC.

v. Work delivery standards: All the work shall be done as per the original equipment

manufacturers’ guidelines and best industry practices. Bidders should provide

evidence of manufacturer’s authorisation and NCA certification for carrying out

the works as prescribed.

vi. Security Components: The winning bidder shall be responsible for integration of

security components in the project to ensure Information Systems Security.

vii. Documentation Manuals: The winning bidder shall provide, as built Technical

documentation, Manufacturer’s technical documentation on all equipment

supplied.

viii. Training: Comprehensive training must be included for the technical teams. For

the Data Centre, training shall cover both IT and Non-IT components involved in

the buildup of the Data Centre. To fulfil this requirement, the bidders shall

provide for arranged training and knowledge transfer in the following areas

a) Data Centre Design

b) Overview of IT and Non-IT Components

c) UPS System & Operation

d) Security System & Operation

e) Data Centre Network Design

f) Data Centre IT Architecture and equipment

g) Overview of Security Policy of Data Centre

Training for the following areas up to certification

OEM AUTHORIZED TRAINING REQUIREMENTS

QTY Bidder’s Response

Security Certification - Advanced Network

and Systems security management aligned to the proposed solution

4

Servers,Storage and backup infrastructure

Certification - Intermediate level aligned to the proposed solution

4

Section VI. Technical Requirements

323

Network Certification - Advanced level aligned to the proposed infrastructure

4

KNOWLEDGE TRANSFER IN OPERATING AND MONITORING THE FOLLOWING

UPS System

Fire suppression system

Air Condition system

Generator

PART 3 – CONDITIONS OF CONTRACT AND

CONTRACT FORMS

Section VI. Technical Requirements

325

Section VI - General Conditions of ContractC

General Conditions of Contract

A. CONTRACT AND INTERPRETATION

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated below.

a) Contract Elements

i) “Contract” means the Contract Agreement entered into between the Procuring Entity and the Supplier, together with the Contract Documents referred to therein. The Contract Agreement and the Contract Documents shall constitute the Contract, and the term “the Contract” shall in all such documents be construed accordingly.

ii) “Contract Documents” means the documents specified in Article1.1(Contract Documents) of the Contract Agreement (including any amendments to these Documents).

iii) “Contract Agreement” means the agreement entered into between the Procuring Entity and the Supplier using the form of Contract Agreement contained in the Sample Contractual Forms Section of the tender documents and any modifications to this form agreed to by the Procuring Entity and the Supplier. The date of the Contract Agreement shall be recorded in the signed form.

iv) “GCC” means the General Conditions of Contract.

v) “SCC” means the Special Conditions of Contract.

vi) “Technical Requirements” means the Technical Requirements in Section VII of the tendering documents.

vii) “Implementation Schedule” means the Implementation Schedule in Section VII of the tendering documents.

viii) “Contract Price” means the price or prices defined in Article 2 (Contract Price and Terms of Payment) of the Contract Agreement.

ix) “Procurement Regulations” refers to the Regulations issued under the Public Procurement and Asset Disposal Act (2015).

x) “tendering documents” refers to the collection of documents issued by the Procuring Entity to instruct and inform potential suppliers of the processes for tendering, selection of the winning tender, and Contract formation, as well as the contractual conditions governing the relationship between the Procuring Entity and the Supplier. The General and Special Conditions of Contract, the Technical Requirements, and all other documents included in the tendering documents reflect the Procurement Regulations that the Procuring Entity is obligated to follow during procurement and administration of this Contract.

b) Entities

i) “Procuring Entity” means the entity purchasing the Information System, as specified in the SCC.

ii) “Project Manager” means the person named as such in the SCC or otherwise appointed by the Procuring Entity in the manner provided in GCC Clause 18.1 (Project Manager) to perform the duties delegated by the Procuring Entity.

iii) “Supplier” means the firm or Joint Venture whose tender to perform the Contract has been accepted by the Procuring Entity and is named as such in the Contract Agreement.

iv) “Supplier's Representative” means any person nominated by the Supplier and named as such in the Contract Agreement or otherwise approved by the Procuring Entity in the manner provided in GCC Clause18.2 (Supplier's Representative) to perform the duties delegated by the Supplier.

v) “Subcontractor” means any firm to whom any of the obligations of the Supplier, including preparation of any design or supply of any Information Technologies or other Goods or Services, is sub contracted directly or indirectly by the Supplier.

vi) “Adjudicator” means the person named in Appendix 2 of the Contract Agreement, appointed by

agreement between the Procuring Entity and the Supplier to make a decision on or to settle any

Section VI. Technical Requirements

327

c) Scope

Dispute between the Procuring Entity and the Supplier referred to him or her by the parties, pursuant to GCC Clause 43.1 (Adjudication).

i) “Information System,” also called “the System,” means all the Information Technologies, Materials, and other Goods to be supplied, installed, integrated, and made operational (exclusive of the Supplier's Equipment), together with the Services to be carried out by the Supplier under the Contract.

ii) “Subsystem” means any subset of the System identified as such in the Contract that may be supplied, installed, tested, and commissioned individually before Commissioning of the entire System.

iii) “Information Technologies” means all information processing and communications-related hardware, Software, supplies, and consumable items that the Supplier is required to supply and install under the Contract.

iv) “Goods” means all equipment, machinery, furnishings, Materials, and other tangible items that the Supplier is required to supply or supply and install under the Contract, including, without limitation, the Information Technologies and Materials, but excluding the Supplier's Equipment.

v) “Services” means all technical, logistical, management, and any other Services to be provided by the Supplier under the Contract to supply, install, customize, integrate, and make operational the System. Such Services may include, but are not restricted to, activity management and quality assurance, design, development, customization, documentation, transportation, insurance, inspection, expediting, site preparation, installation, integration, training, data migration, Pre- commissioning, Commissioning, maintenance, and technical support.

vi) “The Project Plan” means the document to be developed by the Supplier and approved by the Procuring Entity, pursuant to GCC Clause 19, based on the requirements of the Contract and the Preliminary Project Plan included in the Supplier's tender. The “Agreed Project Plan” is the version of the Project Plan approved by the Procuring Entity, in accordance with GCC Clause 19.2. Should the Project Plan conflict with the Contract in any way, the relevant provisions of the Contract, including any amendments, shall prevail.

vii) “Software” means that part of the System which are instructions that cause information processing Sub systems to perform in a specific manner or execute specific operations.

viii) “System Software” means Software that provides the operating and management instructions for the underlying hardware and other components, and is identified as such in Appendix 4 of the Contract Agreement and such other Software as the parties may agree in writing to be Systems Software. Such System Software includes, but is not restricted to, micro-code embedded in hardware (i.e., “firmware”), operating systems, communications, system and network management, and utility software.

ix) “General-Purpose Software” means Software that supports general-purpose office and software development activities and is identified as such in Appendix 4 of the Contract Agreement and such other Software as the parties may agree in writing to be General-Purpose Software. Such General- Purpose Software may include, but is not restricted to, word processing, spreadsheet, generic database management, and application development software.

x) “Application Software” means Software formulated to perform specific business or technical functions and interface with the business or technical users of the System and is identified as such in Appendix4 of the Contract Agreement and such other Software as the parties may agree in writing to be Application Software.

xi) “Standard Software” means Software identified as such in Appendix 4 of the Contract Agreement and such other Software as the parties may agree in writing to be Standard Software.

xii) “Custom Software” means Software identified as such in Appendix 4 of the Contract Agreement and such other Software as the parties may agree in writing to be Custom Software.

xiii) “Source Code” means the database structures, dictionaries, definitions, program source files, and any other symbolic representations necessary for the compilation, execution, and subsequent

maintenance of the Software (typically, but not exclusively, required for Custom Software).

Section VI. Technical Requirements

329

xiv) “Materials” means all documentation in printed or printable form and all instructional and informational aides in any form (including audio, video, and text) and on any medium, provided to the Procuring Entity under the Contract.

xv) “Standard Materials” means all Materials not specified as Custom Materials.

xvi) “Custom Materials” means Materials developed by the Supplier at the Procuring Entity's expense under the Contract and identified as such in Appendix 5 of the Contract Agreement and such other Materials as the parties may agree in writing to be Custom Materials. Custom Materials includes Materials created from Standard Materials.

xvii) “Intellectual Property Rights” means any and all copyright, moral rights, trademark, patent, and other intellectual and proprietary rights, title and interests worldwide, whether vested, contingent, or future, including without limitation all economic rights and all exclusive rights to reproduce, fix, adapt, modify, translate, create derivative works from, extractor re-utilize data from, manufacture, introduce into circulation, publish, distribute, sell, license, sub license, transfer, rent, lease, transmit or provide access electronically, broadcast, display, enter in to computer memory, or otherwise use any portion or copy, in whole or in part, in any form, directly or indirectly, or to authorize or assign others to do so.

xviii) “Supplier's Equipment” means all equipment, tools, apparatus, or things of every kind required in or for installation, completion and maintenance of the System that are to be provided by the Supplier, but excluding the Information Technologies, or other items forming part of the System.

d) Activities

i) “Delivery” means the transfer of the Goods from the Supplier to the Procuring Entity in accordance with the current edition Incoterms specified in the Contract.

ii) “Installation” means that the System or a Subsystem as specified in the Contract is ready for Commissioning as provided in GCC Clause 26 (Installation).

iii) “Pre-commissioning” means the testing, checking, and any other required activity that may be specified in the Technical Requirements that are to be carried out by the Supplier in preparation for Commissioning of the System as provided in GCC Clause 26 (Installation).

iv) “Commissioning” means operation of the System or any Subsystem by the Supplier following Installation, which operation is to be carried out by the Supplier as provided in GCC Clause27.1 (Commissioning), for the purpose of carrying out Operational Acceptance Test (s).

v) “Operational Acceptance Tests” means the tests specified in the Technical Requirements and Agreed Project Plan to be carried out to ascertain whether the System, or a specified Sub system, is able to attain the functional and performance requirements specified in the Technical Requirements and Agreed Project Plan, in accordance with the provisions of GCC Clause 27.2 (Operational Acceptance Test).

vi) “Operational Acceptance” means the acceptance by the Procuring Entity of the System (or any Subsystem(s) where the Contract provides for acceptance of the System in parts), in accordance with GCC Clause27.3(Operational Acceptance).

e) Place and Time

i) “Supplier's Country” is the country in which the Supplier is legally organized, as named in the Contract Agreement.

ii) Unless otherwise specified in the SCC “Project Site (s)” means the place (s) in the Site Table in the Technical Requirements Section for the supply and installation of the System.

iii) “Eligible Country” means the countries and territories eligible for participation in procurements.

iv) “Day” means calendar day of the Gregorian Calendar.

v) “Week” means seven (7) consecutive Days, beginning the day of the week as is customary in Kenya.

vi) “Month” means calendar month of the Gregorian Calendar.

vii) “Year” means twelve (12) consecutive Months.

viii) “Effective Date” means the date of fulfillment of all conditions specified in Article 3 (Effective Date for Determining Time for Achieving Operational Acceptance) of the Contract Agreement, for the purpose of determining the Delivery, Installation, and Operational Acceptance dates for the System or Sub system(s).

ix) “Contract Period” is the time period during which this Contract governs the relations and obligations of the Procuring Entity and Supplier in relation to the System, as unless otherwise specified in the SCC, the Contract shall continue in force until the Information System and all the Services have been provided, unless the Contract is terminated earlier in accordance with the terms set out in the Contract.

x) “Defect Liability Period” (also referred to as the “Warranty Period”) means the period of validity of the warranties given by the Supplier commencing at date of the Operational Acceptance Certificate of the System or Sub system(s), during which the Supplier is responsible for defects with respect to the System (or the relevant Sub-system[s]) as provided in GCC Clause 29 (Defect Liability).

xi) “The Coverage Period” means the Days of the Week and the hours of those Days during which maintenance, operational, and/ or technical support services (if any) must be available.

xii) The Post-Warranty Services Period” means the number of years defined in the SCC (if any), following the expiration of the Warranty Period during which the Supplier may be obligated to provide Software licenses, maintenance, and/ or technical support services for the System, either under this Contractor under separate contract(s).

2. Contract Documents

2.1 Subject to Article 1.2 (Order of Precedence) of the Contract Agreement, all documents forming part of the Contract (and all parts of these documents) are intended to be correlative, complementary, and mutually explanatory. The Contract shall be read as a whole.

3. Interpretation

3.1 Governing Language

3.1.1 All Contract Documents and related correspondence exchanged between Procuring Entity and Supplier shall be written in the English Language of these tendering documents, and the Contract shall be construed and interpreted in accordance with that language.

3.1.2 If any of the Contract Documents or related correspondence are prepared in a language other than the English Language under GCC Clause 3.1.1 above, the translation of such documents into the English language shall prevail in matters of interpretation. The originating party, with respect to such documents shall bear the costs and risks of such translation.

3.2 Singular and Plural The singular shall include the plural and the plural the singular, except where the context otherwise requires.

3.3 Headings The headings and marginal notes in the GCC are included for ease of reference and shall neither constitute a part of the Contract nor affect its interpretation.

3.4 Persons

Words importing persons or parties shall include firms, corporations, and government entities.

3.5 Incoterms

Unless inconsistent with any provision of the Contract, the meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by the Incoterms.

Incoterms means international rules for interpreting trade terms published by the International Chamber of Commerce (latest edition), 38 Cours Albert 1

er, 75008 Paris, France.

3.6 Entire Agreement

The Contract constitutes the entire agreement between the Procuring Entity and Supplier with respect to the subject matter of Contract and supersedes all communications, negotiations, and agreements (whether written or oral) of parties with respect to the subject matter of the Contract made prior to the date of Contract.

Section VI. Technical Requirements

331

3.7 Amendment

No amendment or other variation of the Contract shall be effective unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party to the Contract.

3.8 Independent Supplier

The Supplier shall be an independent contractor performing the Contract. The Contract does not create any agency, partnership, joint venture, or other joint relationship between the parties to the Contract.

Subject to the provisions of the Contract, the Supplier shall be solely responsible for the manner in which the Contract is performed. All employees, representatives, or Sub contractors engaged by the Supplier in connection with the performance of the Contract shall be under the complete control of the Supplier and shall not be deemed to be employees of the Procuring Entity, and nothing contained in the Contractor in any sub contract awarded by the Supplier shall be construed to create any contractual relationship between any such employees, representatives, or Sub contractors and the Procuring Entity.

3.9 Joint Venture

If the Supplier is a Joint Venture of two or more firms, all such firms shall be jointly and severally bound to the Procuring Entity for the fulfillment of the provisions of the Contract and shall designate one of such firms to act as a leader with authority to bind the Joint Venture. The composition or constitution of the Joint Venture shall not be altered without the prior consent of the Procuring Entity.

3.10 Non-waiver

3.10.1 Subject to GCC Clause 3.10.2 below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contractor the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, nor shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

3.10.2 Any waiver of a party's rights, powers, or remedies under the Contract must be in writing, must be dated and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

3.11 Severability If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity, or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

3.12 Country of Origin “Origin” means the place where the Information Technologies, Materials, and other Goods for the System were

produced or from which the Services are supplied. Goods are produced when, through manufacturing, processing, Software development, or substantial and major assembly or integration of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components. The Origin of Goods and Services is distinct from the nationality of the Supplier and may be different.

4. Notices

4.1 Unless otherwise stated in the Contract, all notices to be given under the Contract shall be in writing and shall be sent, pursuant to GCC Clause 4.3 below, by personal delivery, air mail post, special courier, facsimile, electronic mail, or Electronic Data Interchange (EDI), with the following provisions.

4.2 Any notice sent by facsimile, electronic mail, or EDI shall be confirmed within two (2) days after dispatch by notice sent by air mail post or special courier, except as otherwise specified in the Contract.

4.2.1 Any notice sent by air mail post or special courier shall be deemed (in the absence of evidence of earlier receipt) to have been delivered ten (10) days after dispatch. In proving the fact of dispatch, it shall be sufficient to show that the envelope containing such notice was properly addressed, stamped, and conveyed to the postal authorities or courier service for transmission by air mail or special courier.

4.2.2 Any notice delivered personally or sent by facsimile, electronic mail, or EDI shall be deemed to have been delivered on the date of its dispatch.

4.2.3 Either party may change its postal, facsimile, electronic mail, or EDI addresses for receipt of such notices by ten (10) days' notice to the other party in writing.

4.3 Notices shall be deemed to include any approvals, consents, instructions, orders, certificates, information and other communication to be given under the Contract.

4.4 Pursuant to GCC Clause 18, notices from/to the Procuring Entity are normally given by, or addressed to, the Project Manager, while notices from/to the Supplier are normally given by, or addressed to, the Supplier's Representative, or in its absence its deputy if any. If there is no appointed Project Manager or Supplier's Representative (or deputy), or if their related authority is limited by the SCC for GCC Clauses 18.1 or 18.2.2, or for any other reason, the Procuring Entity or Supplier may give and receive notices at their fall back addresses. The address of the Project Manager and the fall back address of the Procuring Entity are as specified in the SCC or as subsequently established/ amended. The address of the Supplier's Representative and the fall back address of the Supplier are as specified in Appendix 1 of the Contract Agreement or as subsequently established/amended.

5. Governing Law

5.1 The Contract shall be governed by and interpreted in accordance with the laws of Kenya.

5.2 Throughout the execution of the Contract, the Supplier shall comply with the import of goods and services prohibitions in Kenya when

a As a matter of law or official regulations, Kenya prohibits commercial relations with that country; or b by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the

Charter of the United Nations, Kenya prohibits any import of goods from that country or any payments to any country, person, or entity in that country.

6 Fraud and Corruption

6.1 The Procuring Entity requires compliance with the laws of Kenya on Anti-Corruption Guidelines and its prevailing sanctions policies and procedures as set forth in its statutes.

6.2 The Procuring Entity requires the Suppliers to disclose any commissions or fees that may have been paid or are to be paid to agents or any other party with respect to the tendering process or execution of the Contract. The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee.

B. SUBJECT MATTER OF CONTRACT

7 Scope of the System

7.1 Unless otherwise expressly limited in the SCC or Technical Requirements, the Supplier's obligations cover the provision fall Information Technologies, Materials and other Goods as well as the performance of all Services required for the design, development, and implementation (including procurement, quality assurance, assembly, associated site preparation, Delivery, Pre-commissioning, Installation, Testing, and Commissioning) of the System, in accordance with the plans, procedures, specifications, drawings, codes, and any other documents specified in the Contract and the Agreed Project Plan.

7.2 The Supplier shall, unless specifically excluded in the Contract, perform all such work and/or supply all such items and Materials not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Operational Acceptance of the System as if such work and/or items and Materials were expressly mentioned in the Contract.

7.3 The Supplier's obligations (if any) to provide Goods and Services as implied by the Recurrent Cost tables of the Supplier's tender, such as consumables, spare parts, and technical services (e.g., maintenance, technical assistance, and operational support), areas specified in the SCC, including the relevant terms, characteristics, and timings.

Section VI. Technical Requirements

333

8 Time for Commencement and Operational Acceptance

8.1 The Supplier shall commence work on the System with in the period specified in the SCC, and without prejudice to GCC Clause 28.2, the Supplier shall there after proceed with the System in accordance with the time schedule specified in the Implementation Schedule and any refinements made in the Agreed Project Plan.

8.2 The Supplier shall achieve Operational Acceptance of the System (or Subsystem(s) where a separate time for Operational Acceptance of such Sub system (s) is specified in the Contract) in accordance with the time schedule specified in the Implementation Schedule and any refinements made in the Agreed Project Plan, or within such extended time to which the Supplier shall be entitled under GCC Clause 40 (Extension of Time for Achieving Operational Acceptance).

9 Supplier's Responsibilities

9.1 The Supplier shall conduct all activities with due care and diligence, in accordance with the Contract and with the skill and care expected of a competent provider of information technologies, information systems, support, maintenance, training, and other related services, or in accordance with best industry practices. In particular, the Supplier shall provide and employ only technical personnel who are skilled and experienced in the irrespective callings and supervisory staff who are competent to adequately supervise the work at hand.

9.2 The Supplier confirms that it has entered into this Contract on the basis of a proper examination of the data relating to the System provided by the Procuring Entity and on the basis of information that the Supplier could have obtained from a visual inspection of the site (if access to the site was available) and of other data readily available to the Supplier relating to the System as at the date twenty-eight (28) days prior to tender submission. The Supplier acknowledges that any failure to acquaint itself with all such data and information shall not relieve its responsibility for properly estimating the difficulty or cost of successfully performing the Contract.

9.3 The Supplier shall be responsible for timely provision of all resources, information, and decision making under its control that are necessary to reach a mutually Agreed Project Plan (pursuant to GCC Clause 19.2) within the time schedule specified in the Implementation Schedule. Failure to provide such resources, information, and decision-making may constitute grounds for termination pursuant to GCC Clause 41.2.

9.4 The Supplier shall acquire in its name all permits, approvals, and/or licenses from all local, state, or national government authorities or public service undertakings in Kenya that are necessary for the performance of the Contract, including, without limitation, visas for the Supplier's and Subcontractor's personnel and entry permits for all imported Supplier's Equipment. The Supplier shall acquire all other permits, approvals, and/or licenses that are not the responsibility of the Procuring Entity under GCC Clause 10.4 and that are necessary for the performance of the Contract.

9.5 The Supplier shall comply with all laws in force in Kenya. The laws will include all national, provincial, municipal, or other laws that affect the performance of the Contract and are binding upon the Supplier. The Supplier shall indemnify and hold harmless the Procuring Entity from and against any and all liabilities, damages, claims, fines, penalties, and expenses of whatever nature a rising or resulting from the violation of such laws by the Supplier or its personnel, including the Sub contractors and their personnel, but without prejudice to GCC Clause 10.1. The Supplier shall not indemnify the Procuring Entity to the extent that such liability, damage, claims, fines, penalties, and expenses were caused or contributed to by a fault of the Procuring Entity.

9.6 The Supplier shall, in all dealings with its labor and the labor of its Subcontractors currently employed on or connected with the Contract, pay due regard to all recognized festivals, official holidays, religious or other customs, and all local laws and regulations pertaining to the employment of labor.

9.7 Any Information Technologies or other Goods and Services that will be incorporated in or be required for the System and other supplies shall have their Origin, as defined in GCC Clause 3.12, in a country that shall be an Eligible Country, as defined in GCC Clause 1.1 (e) (iv).

9.8 Pursuant to paragraph 2.2e. of Appendix B to the General Conditions the Supplier shall permit and shall cause its subcontractors and sub-consultants to permit, the PPRA and/or persons appointed by the PPRA to inspect the Site and/or the accounts and records relating to the procurement process, selection and/or contract execution, and to have such accounts and records audited by auditors appointed by the PPRA if requested by the PPRA. The Supplier's and its Sub contractors' and sub-consultants' attention is drawn to Sub-Clause 6.1 which provides, inter alia, that acts intended to materially impede the exercise of the PPRA's inspection and audit rights constitute a prohibited practice subject to contract termination (as well as to a determination of in eligibility pursuant to the PPRA's prevailing sanctions procedures).

9.9 The Supplier shall conform to the sustainable procurement contractual provisions, if and as specified in the SCC.

9.10 Unless otherwise specified in the SCC the Supplier shall have no other Supplier responsibilities.

10 Procuring Entity's Responsibilities

10.1 The Procuring Entity shall ensure the accuracy of all information and/or data to be supplied by the Procuring Entity to the Supplier, except when otherwise expressly stated in the Contract.

10.2 The Procuring Entity shall be responsible for timely provision of all resources, information, and decision making under its control that are necessary to reach an Agreed Project Plan (pursuant to GCC Clause 19.2) within the time schedule specified in the Implementation Schedule. Failure to provide such resources, information, and decision making may constitute grounds for Termination pursuant to GCC Clause 41.3.1(b).

10.3 The Procuring Entity shall be responsible for acquiring and providing legal and physical possession of the site and access to it, and for providing possession of and access to all other are as reasonably required for the proper execution of the Contract.

10.4 If requested by the Supplier, the Procuring Entity shall use its best endeavors to assist the Supplier in obtaining in a timely and expeditious manner all permits, approvals, and/or licenses necessary for the execution of the Contract from all local, state, or national government authorities or public service undertakings that such authorities or under takings require the Supplier or Sub contractors or the personnel of the Supplier or Sub contractors, as the case may be, to obtain.

10.5 In such cases where the responsibilities of specifying and acquiring or upgrading telecommunications and/or electric power services falls to the Supplier, as specified in the Technical Requirements, SCC, Agreed Project Plan, or other parts of the Contract, the Procuring Entity shall use its best endeavors to assist the Supplier in obtaining such services in a timely and expeditious manner.

10.6 The Procuring Entity shall be responsible for timely provision of all resources, access, and information necessary for the Installation and Operational Acceptance of the System (including, but not limited to, any required telecommunications or electric power services), as identified in the Agreed Project Plan, except where provision of such items is explicitly identified in the Contract as being the responsibility of the Supplier. Delay by the Procuring Entity may result in an appropriate extension of the Time for Operational Acceptance, at the Supplier's discretion.

10.7 Unless otherwise specified in the Contractor agreed upon by the Procuring Entity and the Supplier, the Procuring Entity shall provide sufficient, properly qualified operating and technical personnel, as required by the Supplier to properly carry out Delivery, Pre-commissioning, Installation, Commissioning, and Operational Acceptance, at or before the time specified in the Implementation Schedule and the Agreed Project Plan.

10.8 The Procuring Entity will designate appropriate staff for the training courses to be given by the Supplier and shall make all appropriate logistical arrangements for such training as specified in the Technical Requirements, SCC, the Agreed Project Plan, or other parts of the Contract.

10.9 The Procuring Entity assumes primary responsibility for the Operational Acceptance Test (s) for the System, in accordance with GCC Clause 27.2, and shall be responsible for the continued operation of the System after Operational Acceptance. However, this shall not limit in anyway the Supplier's responsibilities after the date of Operational Acceptance otherwise specified in the Contract.

10.10 The Procuring Entity is responsible for performing and safely storing timely and regular backups of its data and Software in accordance with accepted data management principles, except where such responsibility is clearly assigned to the Supplier elsewhere in the Contract.

10.11 All costs and expenses involved in the performance of the obligations under this GCC Clause 10 shall be the responsibility of the Procuring Entity, save those to be incurred by the Supplier with respect to the performance of the Operational Acceptance Test (s), in accordance with GCC Clause 27.2.

10.12 Unless otherwise specified in the SCC the Procuring Entity shall have no other Procuring Entity responsibilities.

Section VI. Technical Requirements

335

C. Payment

11 Contract Price

11.1 The Contract Price shall be as specified in Article 2 (Contract Price and Terms of Payment) of the Contract Agreement.

11.2 Unless an adjustment clause is provided for in the SCC, the Contract Price shall be a firm lump sum not subject to any alteration, except in the event of a Change in the System pursuant to GCC Clause 39 or to other clauses in the Contract;

11.3 The Supplier shall be deemed to have satisfied itself as to the correctness and sufficiency of the Contract Price, which shall, except as otherwise provided for in the Contract, cover all its obligations under the Contract.

11.4 Where the contract price is different from the corrected tender price, in order to ensure the contractor is not paid less or more relative to the contract price (which would be the tender price), payment valuation certificates and variation orders on omissions and additions valued based on rates in the Bill of Quantities or schedule of rates in the Tender, will be adjusted by a plus or minus percentage. The percentage already worked out during tender evaluation is worked out as follows: (corrected tender price–tender price)/ tender price X 100.

12 Terms of Payment

12.1 The Supplier's request for payment shall be made to the Procuring Entity in writing, accompanied by an invoice describing, as appropriate, the System or Subsystem(s), Delivered, Pre-commissioned, Installed, and Operationally Accepted, and by documents submitted pursuant to GCC Clause 22.5 and upon fulfillment of other obligations stipulated in the Contract. The Contract Price shall be paid as specified in the SCC.

12.2 No payment made by the Procuring Entity herein shall be deemed to constitute acceptance by the Procuring Entity of the System or any Sub system (s).

12.3 Payments shall be made promptly by the Procuring Entity, but in no case later than (sixty (60) days after submission of a valid invoice and upon satisfactorily performance of the contractual obligations by the Supplier. In the event that the Procuring Entity fails to make any payment by its respective due date or within the period set forth in the Contract, the Procuring Entity shall pay to the Supplier interest on the amount of such delayed payment at the rate (s) specified in the SCC for the period of delay until payment has been made in full, whether before or after judgment or arbitration award.

12.4 Payments shall be made in the currency (ies) specified in the Contract Agreement, pursuant to GCC Clause 11. For Goods and Services supplied locally, payments shall be made as specified in the SCC.

12.5 Unless otherwise specified in the SCC, payment of the foreign currency portion of the Contract Price for Goods supplied from outside Kenya shall be made to the Supplier through an irrevocable Form of credit opened by an authorized bank in the Supplier's Country and will be payable on presentation of the appropriate documents. It is agreed that the Form of credit will be subject to Article10 of the latest revision of Uniform Customs and Practice for Documentary Credits, published by the International Chamber of Commerce, Paris.

13 Securities

13.1 Issuance of Securities

The Supplier shall provide the securities specified below in favor of the Procuring Entity at the times and in the amount, manner, and form specified below.

13.2 Advance Payment Security

a) Unless otherwise specified in the SCC, the Supplier shall provide within twenty-eight (28) days of the notification of Contract award an Advance Payment Security in the amount and currency of the Advance Payment specified in SCC for GCC Clause 12.1 above and valid until the System is Operationally Accepted.

b) The security shall be in the form provided in the tendering documents or in another form acceptable to the Procuring Entity. The amount of the security shall be reduced in proportion to the value of the System executed by and paid to the Supplier from time to time and shall automatically become null and void when the full amount of the advance payment has been recovered by the Procuring Entity. Unless otherwise specified in the SCC, the reduction in value and expiration of the Advance Payment Security are calculated as follows:

P*a/(100-a), where “P” is the sum of all payments effected so far to the Supplier (excluding the Advance Payment), and “a” is the Advance Payment expressed as a percentage of the Contract Price pursuant to the SCC for GCC Clause12.1.

The security shall be returned to the Supplier immediately after its expiration.

13.3 Performance Security

a) The Supplier shall, within twenty-eight (28) days of the notification of Contract award, provide a security for the due performance of the Contract in the amount and currency specified in the SCC.

b) The security shall be a bank guarantee in the form provided in the Sample Contractual Forms Section of the tendering documents, or it shall be in another form acceptable to the Procuring Entity.

c) The security shall automatically become null and void once all the obligations of the Supplier under the Contract have been fulfilled, including, but not limited to, any obligations during the Warranty Period and any extensions to the period. The security shall be returned to the Supplier no later than twenty-eight (28) days after its expiration.

d) Upon Operational Acceptance of the entire System, the security shall be reduced to the amount specified in the SCC, on the date of the Operational Acceptance, so that the reduced security would only cover the remaining warranty obligations of the Supplier.

14 Taxes and Duties

14.1 For Goods or Services supplied from outside and inside Kenya, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside Kenya and inside Kenya, and these duties or taxes shall be made part of the Contract Price in Article 2 of the Contract Agreement and the Price Schedule it refers to, in which case the duties and taxes will be the Supplier's responsibility.

14.2 For Goods or Services supplied locally, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods or Services to the Procuring Entity. The only exception are taxes or duties, such as value-added or sales tax or stamp duty as apply to, or are clearly identifiable, on the invoices and provided they apply in Kenya, and only if these taxes, levies and/or duties are also excluded from the Contract Price in Article 2 of the Contract Agreement and the Price Schedule it refers to.

14.3 If any tax exemptions, reductions, allowances, or privileges may be available to the Supplier in Kenya, the Procuring Entity shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

14.4 For the purpose of the Contract, it is agreed that the Contract Price specified in Article 2 (Contract Price and Terms of Payment) of the Contract Agreement is based on the taxes, duties, levies, and charges prevailing at the date twenty-eight (28) days prior to the date of tender submission in Kenya (also called “Tax” in this GCC Clause 14.4). If any Tax rates are increased or decreased, a new Tax is introduced, an existing Tax is abolished, or any change in interpretation or application of any Tax occurs in the course of the performance of the Contract, which was or will be assessed on the Supplier, its Sub contractors, or their employees in connection with performance of the Contract, an equitable adjustment to the Contract Price shall be made to fully take into account any such change by addition to or reduction from the Contract Price, as the case may be.

D. Intellectual Property

15 Copyright

15.1 The Intellectual Property Rights in all Standard Software and Standard Materials shall remain vested in the owner of such rights.

15.2 The Procuring Entity agrees to restrict use, copying, or duplication of the Standard Software and Standard Materials in accordance with GCC Clause16, except that additional copies of Standard Materials may be made by the Procuring Entity for use within the scope of the project of which the System is apart, in the event that the Supplier does not deliver copies within thirty (30) days from receipt of a request for such Standard Materials.

Section VI. Technical Requirements

337

15.3 The Procuring Entity's contractual rights to use the Standard Software or elements of the Standard Software may not be assigned, licensed, or otherwise transferred voluntarily except in accordance with the relevant license agreement or unless otherwise specified in the SCC to a legally constituted successor organization (e.g., a reorganization of a public entity formally authorized by the government or through a merger or acquisition of a private entity).

15.4 Unless otherwise specified in the SCC, the Intellectual Property Rights in all Custom Software and Custom Materials specified in Appendices 4 and 5 of the Contract Agreement (if any) shall, at the date of this Contractor on creation of the rights (if later than the date of this Contract), vest in the Procuring Entity. The Supplier shall do and execute or arrange for the doing and executing of each necessary act, document, and thing that the Procuring Entity may consider necessary or desirable to perfect the right, title, and interest of the Procuring Entity in and to those rights. In respect of such Custom Software and Custom Materials, the Supplier shall ensure that the holder of am or alright in such an item does not assert it, and the Supplier shall, if requested to do so by the Procuring Entity and where permitted by applicable law, ensure that the holder of such a moral right waives it.

15.5 Unless otherwise specified in the SCC, escrow arrangements shall NOT be required.

16 Software License Agreements

16.1 Except to the extent that the Intellectual Property Rights in the Software vest in the Procuring Entity, the Supplier here by grants to the Procuring Entity license to access and use the Software, including all inventions, designs, and marks embodied in the Software. Such license to access and use the Software shall: a) be:

i. non-exclusive;

ii. fully paid up and irrevocable (except that it shall terminate if the Contract terminates under GCC Clauses 41.1 or 41.3);

iii. unless otherwise specified in the SCC valid throughout Kenya;

iv. unless otherwise specified in the SCC subject to NO additional restrictions.

b) Permit the Software to be:

i. used or copied for use on or with the computer(s) for which it was acquired (if specified in the Technical Requirements and/or the Supplier's tender), plus a backup computer(s) of the same or similar capacity, if the primary is (are) in operative, and during a reasonable transitional period when use is being transferred between primary and back up;

ii. used or copied for use on or transferred to are placement computer (s), (and use on the original and replacement computer(s) may be simultaneous during a reasonable transitional period) provided that, if the Technical Requirements and/or the Supplier's tender specifies a class of computer to which the license is restricted, the replacement computer (s) is (are) within that class;

iii. if the nature of the System is such as to permit such access, accessed from other computers connected to the primary and/or back up computer (s) by means of a local or wide-area network or similar arrangement, and used on or copied for use on those other computers to the extent necessary to that access;

iv. reproduced for safe keeping or back up purposes;

v. customized, adapted, or combined with other computer software for use by the Procuring Entity, provided that derivative software incorporating any substantial part of the delivered, restricted Software shall be subject to same restrictions as a reset forth in this Contract;

vi. unless otherwise specified in the SCC, disclosed to, and reproduced for use by, support service suppliers and their sub-contractors, (and the Procuring Entity may sub-license such persons to use and copy for use the Software) to the extent reasonably necessary to the performance of their support service contracts, subject to the same restrictions as a reset forth in this Contract; and

vii. unless otherwise specified in the SCC disclosed to, and reproduced for use by, NO other parties.

16.2 TheSupplierhastherighttoaudittheStandardSoftwaretoverifycompliancewiththeabovelicenseagreements. Unless otherwise specified in the SCC, the Procuring Entity will make available to the Supplier, within seven (7) days of a written request, accurate and up-to-date records of the number and location of copies, the number of authorized users, or any other relevant data required to demonstrate use of the Standard Software as per the license agreement. If and only if, expressly agreed in writing between the Procuring Entity and the Supplier, Procuring Entity will allow, under a pre-specified agreed procedure, the execution of embedded software functions under Supplier's control, and unencumbered transmission of resulting information on software usage.

17 Confidential Information

17.1 Unless otherwise specified in the SCC, the” Receiving Party" (either the Procuring Entity or the Supplier) shall keep confidential and shall not, without the written consent of the other party to this Contract (“the Disclosing Party”), divulge to any third party any documents, data, or other information of a confidential nature (“Confidential Information”) connected with this Contract, and furnished directly or indirectly by the Disclosing Party prior to or during performance, or following termination, of this Contract.

17.2 For the purposes of GCC Clause 17.1, the Supplier is also deemed to be the Receiving Party of Confidential Information generated by the Supplier itself in the course of the performance of its obligations under the Contract and relating to the businesses, finances, suppliers, employees, or other contacts of the Procuring Entity or the Procuring Entity's use of the System.

17.3 Notwithstanding GCC Clauses 17.1 and 17.2:

a) the Supplier may furnish to its Subcontractor Confidential Information of the Procuring Entity to the extent reasonably required for the Subcontractor to perform its work under the Contract; and

b) the Procuring Entity may furnish Confidential Information of the Supplier: (i) to its support service suppliers and their subcontractors to the extent reasonably required for them to perform their work under their support service contracts; and (ii) to its affiliates and subsidiaries, in which event the Receiving Party shall ensure that the person to whom it furnishes Confidential Information of the Disclosing Party is aware of and a tenderer by the Receiving Party's obligations under this GCC Clause 17 as if that person were party to the Contract in place of the Receiving Party.

17.4 The Procuring Entity shall not, without the Supplier's prior written consent, use any Confidential Information received from the Supplier for any purpose other than the operation, maintenance and further development of the System. Similarly, the Supplier shall not, without the Procuring Entity's prior written consent, use any Confidential Information received from the Procuring Entity for any purpose other than those that are required for the performance of the Contract.

17.5 The obligation of a party under GCC Clauses 17.1 through 17.4 above, however, shall not apply to that information which:

a) Now or hereafter enters the public domain through no fault of the Receiving Party; b) can be proven to have been possessed by the Receiving Party at the time of disclosure and that was not

previously obtained, directly or indirectly, from the Disclosing Party; c) otherwise lawfully becomes available to the Receiving Party from a third party that has no obligation

of confidentiality.

17.6 The above provisions of this GCC Clause17 shall not in any way modify any undertaking of confidentiality given by either of the parties to this Contract prior to the date of the Contract in respect of the System or any part thereof.

17.7 Unless otherwise specified in the SCC, the provisions of this GCC Clause17 shall survive the termination, for whatever reason, of the Contract for three (3) years.

E. Supply, Installation, Testing, Commissioning, and Acceptance of the System

18 Representatives

18.1 Project Manager

If the Project Manager is not named in the Contract, then within fourteen (14) days of the Effective Date, the Procuring Entity shall appoint and notify the Supplier in writing of the name of the Project Manager. The

Section VI. Technical Requirements

339

Procuring Entity may from time to time appoint some other person as the Project Manager in place of the person previously so appointed and shall give a notice of the name of such other person to the Supplier without delay. No such appointment shall be made at such a time or in such a manner as to impede the progress of work on the System. Such appointment shall take effect only upon receipt of such notice by the Supplier. Unless otherwise specified in the SCC (if any), the Project Manager shall have the authority to represent the Procuring Entity on all day-to-day matters relating to the System or arising from the Contract, and shall normally be the person giving or receiving notices on behalf of the Procuring Entity pursuant to GCC Clause4.

18.2 Supplier's Representative

18.2.1 If the Supplier's Representative is not named in the Contract, then with in fourteen (14) days of the Effective Date, the Supplier shall appoint the Supplier's Representative and shall request the Procuring Entity in writing to approve the person so appointed. The request must be accompanied by a detailed curriculum vitae for the nominee, as well as a description of any other System or non-System responsibilities the nominee would retain while performing the duties of the Supplier's Representative. If the Procuring Entity does not object to the appointment within fourteen (14) days, the Supplier's Representative shall be deemed to have been approved. If the Procuring Entity objects to the appointment within fourteen (14) days giving the reason therefor, then the Supplier shall appoint a replacement within fourteen (14) days of such objection in accordance with this GCC Clause 18.2.1.

18.2.2 Unless otherwise specified in the SCC (if any), the Supplier's Representative shall have the authority to represent the Supplier on all day-to-day matters relating to the System or arising from the Contract, and shall normally be the person giving or receiving notices on behalf of the Supplier pursuant to GCC Clause 4.

18.2.3 The Supplier shall not revoke the appointment of the Supplier's Representative without the Procuring Entity's prior written consent, which shall not be unreasonably withheld. If the Procuring Entity consents to such an action, the Supplier shall appoint another person of equal or superior qualifications as the Supplier's Representative, pursuant to the procedure set out in GCC Clause 18.2.1.

18.2.4 The Supplier's Representative and staff are obliged to work closely with the Procuring Entity's Project Manager and staff, act within their own authority, and a tenderer by directives issued by the Procuring Entity that are consistent with the terms of the Contract. The Supplier's Representative is responsible for managing the activities of its personnel and any subcontracted personnel.

18.2.5 The Supplier's Representative may, subject to the approval of the Procuring Entity (which shall not be unreasonably withheld), at any time delegate to any person any of the powers, functions, and authorities vested in him or her. Any such delegation may be revoked at any time. Any such delegation or revocation shall be subject to a prior notice signed by the Supplier's Representative and shall specify the powers, functions, and authorities there by delegated or revoked. No such delegation or revocation shall take effect unless and until the notice of it has been delivered.

18.2.6 Any act or exercise by any person of powers, functions and authorities so delegated to him or her in accordance with GCC Clause18.2.5shall be deemed to be an act or exercise by the Supplier's Representative.

18.3 Objections and Removals

18.3.1 The Procuring Entity may by notice to the Supplier object to any representative or person employed by the Supplier in the execution of the Contract who, in the reasonable opinion of the Procuring Entity, may have behaved inappropriately, be incompetent, or be negligent. The Procuring Entity shall provide evidence of the same, where upon the Supplier shall remove such person from work on the System.

18.3.2 If any representative or person employed by the Supplier is removed in accordance with GCC Clause18.3.1, the Supplier shall, where required, promptly appoint a replacement.

19 Project Plan

19.1 In close cooperation with the Procuring Entity and based on the Preliminary Project Plan included in the Supplier's tender, the Supplier shall develop a Project Plan encompassing the activities specified in the Contract. The contents of the Project Plan shall be as specified in the SCC and/ or Technical Requirements.

19.2 Unless otherwise specified in the SCC, within thirty (30) days from the Effective Date of the Contract, the Supplier shall present a Project Plan to the Procuring Entity. The Procuring Entity shall, within fourteen (14) days of receipt of the Project Plan, notify the Supplier of any respects in which it considers that the Project Plan does not adequately ensure that the proposed program of work, proposed methods, and/or proposed Information Technologies will satisfy the Technical Requirements and/or the SCC (in this Clause 19.2 called “non-conformities” below). The Supplier shall, within five (5) days of receipt of such notification, correct the Project Plan and resubmit to the Procuring Entity. The Procuring Entity shall, within five (5) days of resubmission of the Project Plan, notify the Supplier of any remaining non-conformities. This procedure shall be repeated as necessary until the Project Plan is free from non-conformities. When the Project Plan is free from non-conformities, the Procuring Entity shall provide confirmation in writing to the Supplier. This approved Project Plan (“the Agreed Project Plan”) shall be contractually binding on the Procuring Entity and the Supplier.

19.3 If required, the impact on the Implementation Schedule of modifications agreed during finalization of the Agreed Project Plan shall be incorporated in the Contract by amendment, in accordance with GCC Clauses 39 and 40.

19.4 The Supplier shall undertake to supply, install, test, and commission the System in accordance with the Agreed Project Plan and the Contract.

19.5 Unless otherwise specified in the SCC, the Supplier shall submit to the Procuring Entity Monthly Progress Reports summarizing:

i) Results accomplished during the prior period;

ii) cumulative deviations to date from schedule of progress milestones as specified in the Agreed Project Plan;

iii) corrective actions to be taken to return to planned schedule of progress; proposed revisions to planned schedule;

iv) other issues and outstanding problems; proposed actions to be taken;

v) resources that the Supplier expects to be provided by the Procuring Entity and/ or actions to be taken by the Procuring Entity in the next reporting period;

vi) other issues or potential problems the Supplier foresees that could impact on project progress and/or effectiveness.

19.6 The Supplier shall submit to the Procuring Entity other (periodic) reports as specified in the SCC.

20 Sub-contracting

20.1 Appendix 3 (List of Approved Subcontractors) to the Contract Agreement specifies critical items of supply or services and a list of Subcontractors for each item that are considered acceptable by the Procuring Entity. If no Subcontractors are listed for an item, the Supplier shall prepare a list of Subcontractors it considers qualified and wishes to be added to the list for such items. The Supplier may from time to time propose additions to or deletions from any such list. The Supplier shall submit any such list or any modification to the list to the Procuring Entity for its approval insufficient time so as not to impede the progress of work on the System. The Procuring Entity shall not withhold such approval unreasonably. Such approval by the Procuring Entity of a Subcontractor (s) shall not relieve the Supplier from any of its obligations, duties, or responsibilities under the Contract.

20.2 The Supplier may, at its discretion, select and employ Subcontractors for such critical items from those Subcontractors listed pursuant to GCC Clause 20.1. If the Supplier wishes to employ a Subcontractor not so listed, or subcontract an item not so listed, it must seek the Procuring Entity's prior approval under GCC Clause 20.3.

20.3 For items for which pre-approved Subcontractor lists have not been specified in Appendix 3 to the Contract Agreement, the Supplier may employ such Subcontractors as it may select, provided: (i) the Supplier notifies the Procuring Entity in writing at least twenty-eight (28) days prior to the proposed mobilization date for such Subcontractor; and (ii) by the end of this period either the Procuring Entity has granted its approval in writing or fails to respond. The Supplier shall not engage any Subcontract or to which the Procuring Entity has objected in writing prior to the end of the notice period. The absence of a written objection by the Procuring Entity during the above specified period shall constitute formal acceptance of the proposed Subcontractor. Except to the extent that it permits the deemed approval of the Procuring Entity of Subcontractors not listed in the Contract Agreement, nothing in this Clause, however, shall limit the rights and obligations of either the Procuring Entity or Supplier as they are specified in GCC Clauses 20.1 and 20.2,

Section VI. Technical Requirements

341

or in Appendix3 of the Contract Agreement.

21 Design and Engineering

21.1 Technical Specifications and Drawings

21.1.1 The Supplier shall execute the basic and detailed design and the implementation activities necessary for successful installation of the System in compliance with the provisions of the Contractor, where not so specified, in accordance with good industry practice.

The Supplier shall be responsible for any discrepancies, errors or omissions in the specifications, drawings, and other technical documents that it has prepared, whether such specifications, drawings, and other documents have been approved by the Project Manager or not, provided that such discrepancies, errors, or omissions are not because of in accurate information furnished in writing to the Supplier by or on behalf of the Procuring Entity.

21.1.2 The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification, or other document, or any modification of such design, drawings, specification, or other documents provided or designated by or on behalf of the Procuring Entity, by giving a notice of such disclaimer to the Project Manager.

21.2 Codes and Standards

Wherever references are made in the Contract to codes and standards in accordance with which the Contract shall be executed, the edition or the revised version of such codes and standards current at the date twenty-eight (28) days prior to date of tender submission shall apply. During Contract execution, any changes in such codes and standards shall be applied after approval by the Procuring Entity and shall be treated in accordance with GCC Clause 39.3.

21.3 Approval/ Review of Controlling Technical Documents by the Project Manager

21.3.2 Unless otherwise specified in the SCC, there will NO Controlling Technical Documents required. However, if the SCC specifies Controlling Technical Documents, the Supplier shall prepare and furnish such documents for the Project Manager's approval or review.

Any part of the System covered by or related to the documents to be approved by the Project Manager shall be executed only after the Project Manager's approval of these documents.

GCC Clauses 21.3.2 through 21.3.7 shall apply to those documents requiring the Project Manager's approval, but not to those furnished to the Project Manager for its review only.

21.3.3 Within fourteen (14) days after receipt by the Project Manager of any document requiring the Project Manager's approval in accordance with GCC Clause 21.3.1, the Project Manager shall either return one copy of the document to the Supplier with its approval endorsed on the document or shall notify the Supplier in writing of its disapproval of the document and the reasons for disapproval and the modifications that the Project Manager proposes. If the Project Manager fails to take such action within the fourteen (14) days, then the document shall be deemed to have been approved by the Project Manager.

21.3.4 The Project Manager shall not disapprove any document except on the grounds that the document does not comply with some specified provision of the Contract or that it is contrary to good industry practice.

21.3.5 If the Project Manager disapproves the document, the Supplier shall modify the document and resubmit it for the Project Manager's approval in accordance with GCC Clause 21.3.2. If the Project Manager approves the document subject to modification(s), the Supplier shall make the required modification(s), and the document shall then be deemed to have been approved, subject to GCC Clause 21.3.5. The procedure set out in GCC Clauses 21.3.2 through 21.3.4 shall be repeated, as appropriate, until the Project Manager approves such documents.

21.3.6 If any dispute occurs between the Procuring Entity and the Supplier in connection with or arising out of the disapproval by the Project Manager of any document and/ or any modification (s) to a document that cannot be settled between the parties within a reasonable period, then, in case the Contract Agreement includes and names an Adjudicator, such dispute may be referred to the Adjudicator for determination in accordance with GCC Clause 43.1 (Adjudication). If such dispute is referred to an Adjudicator, the Project Manager shall give instructions as to whether and if so, how, performance of the Contract is to proceed. The Supplier shall proceed with the Contract in accordance with the Project Manager's instructions, provided that if the Adjudicator upholds the Supplier's view on the dispute and if the Procuring Entity has not given notice under GCC Clause 43.1.2, then the Supplier shall be reimbursed by the Procuring Entity for any additional costs incurred by reason of such instructions and shall be relieved of such responsibility or liability in connection with the dispute and the execution of the instructions as the Adjudicator shall decide, and the Time for Achieving Operational Acceptance shall be extended accordingly.

21.3.7 The Project Manager's approval, with or without modification of the document furnished by the Supplier, shall not relieve the Supplier of any responsibility or liability imposed upon it by any provisions of the Contract except to the extent that any subsequent failure results from modifications required by the Project Manager or inaccurate information furnished in writing to the Supplier by or on behalf of the Procuring Entity.

21.3.8 The Supplier shall not depart from any approved document unless the Supplier has first submitted to the Project Manager an amended document and obtained the Project Manager's approval of the document, pursuant to the provisions of this GCC Clause 21.3. If the Project Manager requests any change in any already approved document and/or in any document based on such an approved document, the provisions of GCC Clause 39 (Changes to the System) shall apply to such request.

22 Procurement, Delivery, and Transport

22.1 Subject to related Procuring Entity's responsibilities pursuant to GCC Clauses 10 and 14, the Supplier shall manufacture or procure and transport all the Information Technologies, Materials, and other Goods in an expeditious and orderly manner to the Project Site.

22.2 Delivery of the Information Technologies, Materials, and other Goods shall be made by the Supplier in

accordance with the Technical Requirements.

22.3 Early or partial deliveries require the explicit written consent of the Procuring Entity; which consent shall not be unreasonably withheld.

22.4 Packaging and Transportation

22.4.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during shipment. The packing, marking, and documentation within and outside the packages shall comply strictly with the Procuring Entity's instructions to the Supplier.

22.4.2 The Supplier will bear responsibility for and cost of transport to the Project Sites in accordance with the terms and conditions used in the specification of prices in the Price Schedules, including the terms and conditions of the associated Inco terms.

22.4.3 Unless otherwise specified in the SCC, the Supplier shall be free to use transportation through carriers registered in any eligible country and to obtain insurance from any eligible source country.

Unless otherwise specified in the SCC, the Supplier will provide the Procuring Entity with shipping and other documents, as specified below:

22.4.4 For Goods supplied from outside Kenya: Upon shipment, the Supplier shall notify the Procuring Entity and the insurance company contracted by the Supplier to provide cargo insurance by cable, facsimile, electronic mail, or EDI with the full details of the shipment. The Supplier shall promptly send the following documents to the Procuring Entity by mail or courier, as appropriate, with a copy to the cargo insurance company:

a Two copies of the Supplier's invoice showing the description of the Goods, quantity, unit price, and total amount;

b usual transportation documents;

c insurance certificate;

d certificate (s) of origin; and

e estimated time and point of arrival in Kenya and at the site.

Section VI. Technical Requirements

343

25.5.2 For Goods supplied locally (i.e., from within Kenya):

Upon shipment, the Supplier shall notify the Procuring Entity by cable, facsimile, electronic mail, or EDI with the full details of the shipment. The Supplier shall promptly send the following documents to the Procuring Entity by mail or courier, as appropriate:

a Two copies of the Supplier's invoice showing the Goods' description, quantity, unit price, and total amount;

b Delivery note, railway receipt, or truck receipt;

c certificate of insurance;

d certificate (s) of origin; and

e estimated time of arrival at the site.

25.6 Customs Clearance

a) The Procuring Entity will bear responsibility for, and cost of, customs clearance into Kenya in accordance with the particular Incoterm(s) used for Goods supplied from outside Kenya in the Price Schedules referred to by Article2 of the Contract Agreement.

b) At the request of the Procuring Entity, the Supplier will make available a representative or agent during the process of customs clearance in Kenya for goods supplied from outside Kenya. In the event of delays in customs clearance that are not the fault of the Supplier:

i) the Supplier shall be entitled to an extension in the Time for Achieving Operational Acceptance, pursuant to GCC Clause40;

ii) the Contract Price shall be adjusted to compensate the Supplier for any additional storage charges that the Supplier may incur as a result of the delay.

23 Product Upgrades

23.1 At any point during performance of the Contract, should technological advances be introduced by the Supplier for Information Technologies originally offered by the Supplier in its tender and still to be delivered, the Supplier shall be obligated to offer to the Procuring Entity the latest versions of the available Information Technologies having equal or better performance or functionality at the same or lesser unit prices, pursuant to GCC Clause39 (Changes to the System).

23.2 At any point during performance of the Contract, for Information Technologies still to be delivered, the Supplier will also pass on to the Procuring Entity any cost reductions and additional and/ or improved support and facilities that it offers to other clients of the Supplier in Kenya, pursuant to GCC Clause39 (Changes to the System).

23.3 During performance of the Contract, the Supplier shall offer to the Procuring Entity all new versions, releases, and updates of Standard Software, as well as related documentation and technical support services, within thirty (30) days of their availability from the Supplier to other clients of the Supplier in Kenya, and no later than twelve (12) months after they are released in the country of origin. In no case will the prices for these Software exceed those quoted by the Supplier in the Recurrent Costs tables in its tender.

23.4 Unless otherwise specified in the SCC, during the Warranty Period, the Supplier will provide at no additional cost to the Procuring Entity all new versions, releases, and updates for all Standard Software that are used in the System, within thirty (30) days of their availability from the Supplier to other clients of the Supplier in Kenya, and no later than twelve (12) months after they are released in the country of origin of the Software.

23.5 The Procuring Entity shall introduce all new versions, releases or updates of the Software within eighteen (18) months of receipt of a production-ready copy of the new version, release, or update, provided that the new version, release, or update does not adversely affect System operation or performance or require extensive reworking of the System. In cases where the new version, release, or update adversely affects System operation or performance, or requires extensive reworking of the System, the Supplier shall continue to support and maintain the version or release previously in operation for as long as necessary to allow introduction of the new version, release, or update. In no case shall the Supplier stop supporting or maintaining a version or release of the Software less than twenty-four (24) months after the Procuring Entity receives a production-ready copy of a subsequent version, release, or update. The Procuring Entity shall use all reasonable endeavors to implement any new version, release, or update as soon as practicable, subject to the twenty-four-month-long stop date.

24 Implementation, Installation, and Other Services

24.1 The Supplier shall provide all Services specified in the Contract and Agreed Project Plan in accordance with the highest standards of professional competence and integrity.

24.2 Prices charged by the Supplier for Services, if not included in the Contract, shall be agreed upon in advance by the parties (including, but not restricted to, any prices submitted by the Supplier in the Recurrent Cost Schedules of its Tender) and shall not exceed the prevailing rates charged by the Supplier to other Procuring Entity's in Kenya for similar services.

25 Inspections and Tests

25.1 The Procuring Entity or its representative shall have the right to inspect and/or test any components of the System, as specified in the Technical Requirements, to confirm their good working order and/ or conformity to the Contract at the point of delivery and/ or at the Project Site.

25.2 The Procuring Entity or its representative shall be entitled to attend any such inspections and/or tests of the components, provided that the Procuring Entity shall bear all costs and expenses incurred in connection with such attendance, including but not limited to all inspection agent fees, travel, and related expenses.

25.3 Should the inspected or tested components fail to conform to the Contract, the Procuring Entity may reject the component (s), and the Supplier shall either replace the rejected component (s), or make alterations as necessary so that it meets the Contract requirements free of cost to the Procuring Entity.

25.4 The Project Manager may require the Supplier to carry out any inspection and/or test not specified in the Contract, provided that the Supplier's reasonable costs and expenses incurred in the carrying out of such inspection and/ or test shall be added to the Contract Price. Further, if such inspection and/ or test impedes the progress of work on the System and/or the Supplier's performance of its other obligations under the Contract, due allowance will be made in respect of the Time for Achieving Operational Acceptance and the other obligations so affected.

25.5 If any dispute shall arise between the parties in connection with or caused by an inspection and/ or with regard to any component to be incorporated in the System that cannot be settled amicably between the parties within a reasonable period of time, either party may invoke the process pursuant to GCC Clause 43 (Settlement of Disputes), starting with referral of the matter to the Adjudicator in case an Adjudicator is included and named in the Contract Agreement.

26 Installation of the System

26.1 As soon as the System, or any Subsystem, has, in the opinion of the Supplier, been delivered, Pre- commissioned, and made ready for Commissioning and Operational Acceptance Testing in accordance with the Technical Requirements, the SCC and the Agreed Project Plan, the Supplier shall so notify the Procuring Entity in writing.

26.2 The Project Manager shall, within fourteen (14) days after receipt of the Supplier's notice under GCC Clause 26.1, either issue an Installation Certificate in the form specified in the Sample Contractual Forms Section in the tendering documents, stating that the System, or major component or Subsystem (if Acceptance by major component or Sub system is specified pursuant to the SCC for GCC Clause27.2.1), has achieved Installation by the date of the Supplier's notice under GCC Clause 26.1, or notify the Supplier in writing of any defects and/or deficiencies, including, but not limited to, defects or deficiencies in the interoperability or integration of the various components and/or Subsystems making up the System. The Supplier shall use all reasonable endeavors to promptly remedy any defect and/ or deficiencies that the Project Manager has notified the Supplier of. The Supplier shall then promptly carryout retesting of the System or Sub system and, when in the Supplier's opinion the System or Sub system is ready for Commissioning and Operational Acceptance Testing, notify the Procuring Entity in writing, in accordance with GCC Clause 26.1. The procedure set out in this GCC Clause shall be repeated, as necessary, until an Installation Certificate is issued.

26.3 If the Project Manager fails to issue the Installation Certificate and fails to inform the Supplier of any defects and/or deficiencies within fourteen (14) days after receipt of the Supplier's notice under GCC Clause 26.1,or if the Procuring Entity puts the System or a Subsystem in to production operation, then the System (or Subsystem) shall be deemed to have achieved successful Installation as of the date of the Supplier's notice or repeated notice, or when the Procuring Entity put the System in to production operation, as the case may be.

Section VI. Technical Requirements

345

27 Commissioning and Operational Acceptance

27.1 Commissioning

27.1.1 Commissioning of the System (or Subsystem if specified pursuant to the SCC for GCC Clause 27.2.1) shall be commenced by the Supplier:

a) immediately after the Installation Certificate is issued by the Project Manager, pursuant to GCC Clause 26.2; or

b) as otherwise specified in the Technical Requirement or the Agreed Project Plan; or

c) immediately after Installation is deemed to have occurred, under GCC Clause 26.3.

27.1.2 The Procuring Entity shall supply the operating and technical personnel and all materials and information reasonably required to enable the Supplier to carry out its obligations with respect to Commissioning. Production use of the System or Subsystem(s) shall not commence prior to the start of formal Operational Acceptance Testing.

27.2 Operational Acceptance Tests

27.2.1 The Operational Acceptance Tests (and repeats of such tests) shall be the primary responsibility of the Procuring Entity (in accordance with GCC Clause 10.9), but shall be conducted with the full cooperation of the Supplier during Commissioning of the System (or major components or Subsystem[s]), to ascertain whether the System (or major component or Subsystem[s]) conforms to the Technical Requirements and meets the standard of performance quoted in the Supplier's tender, including, but not restricted to, the functional and technical performance requirements. Unless otherwise specified in the SCC, the Operational Acceptance Tests during Commissioning will be conducted as specified in the Technical Requirements and/ or the Agreed Project Plan. At the Procuring Entity's discretion, Operational Acceptance Tests may also be performed on replacement Goods, upgrades and new version releases, and Goods that are added or field-modified after Operational Acceptance of the System.

27.2.2 If for reasons attributable to the Procuring Entity, the Operational Acceptance Test of the System (or Subsystem[s] or major components, pursuant to the SCC for GCC Clause 27.2.1) cannot be successfully completed within ninety (90) days from the date of Installation or any other period agreed upon in writing by the Procuring Entity and the Supplier, the Supplier shall be deemed to have fulfilled its obligations with respect to the technical and functional aspects of the Technical Specifications, SCC and/ or the Agreed Project Plan, and GCC Clause 28.2 and 28.3 shall not apply.

27.3 Operational Acceptance

27.3.1 Subject to GCC Clause 27.4 (Partial Acceptance) below, Operational Acceptance shall occur in respect of the System, when

a the Operational Acceptance Tests, as specified in the Technical Requirements, and/or SCC and/or the Agreed Project Plan have been successfully completed; or

b the Operational Acceptance Tests have not been successfully completed or have not been carried out for reasons that are attributable to the Procuring Entity within the period from the date of Installation or any other agreed-upon period as specified in GCC Clause 27.2.2 above; or

c the Procuring Entity has put the System into production or use for sixty (60) consecutive days. If the System is put into production or use in this manner, the Supplier shall notify the Procuring Entity and document such use.

27.3.2 At any time after any of the events set out in GCC Clause 27.3.1 have occurred, the Supplier may give a notice to the Project Manager requesting the issue of an Operational Acceptance Certificate.

27.3.3 After consultation with the Procuring Entity, and within fourteen (14) days after receipt of the Supplier's notice, the Project Manager shall:

a Issue an Operational Acceptance Certificate; or

b Notify the Supplier in writing of any defect or deficiencies or other reason for the failure of the Operational Acceptance Tests; or

c Issue the Operational Acceptance Certificate, if the situation covered by GCC Clause 27.3.1 (b) arises.

27.3.4 The Supplier shall use all reasonable endeavors to promptly remedy any defect and/or deficiencies and/or other reasons for the failure of the Operational Acceptance Test that the Project Manager has notified the Supplier of. Once such remedies have been made by the Supplier, the Supplier shall notify the Procuring Entity, and the Procuring Entity, with the full cooperation of the Supplier, shall use all reasonable endeavors to promptly carry out retesting of the System or Sub system. Upon the successful conclusion of the Operational Acceptance Tests, the Supplier shall notify the Procuring Entity of its request for Operational Acceptance Certification, in accordance with GCC Clause 27.3.3. The Procuring Entity shall then issue to the Supplier the Operational Acceptance Certification in accordance with GCC Clause 27.3.3 (a), or shall notify the Supplier of further defects, deficiencies, or other reasons for the failure of the Operational Acceptance Test. The procedure set out in this GCC Clause27.3.4 shall be repeated, as necessary, until an Operational Acceptance Certificate is issued.

27.3.5 If the System or Subsystem fails to pass the Operational Acceptance Test(s) in accordance with GCC Clause 27.2, the neither:

a The Procuring Entity may consider terminating the Contract, pursuant to GCC Clause

41.2.2; or

b If the failure to achieve Operational Acceptance within the specified time period is a result of the failure of the Procuring Entity to fulfill its obligations under the Contract, then the Supplier shall be deemed to have fulfilled its obligations with respect to the relevant technical and functional aspects of the Contract, and GCC Clauses 30.3 and 30.4 shall not apply.

27.3.6 If within fourteen (14) days after receipt of the Supplier's notice the Project Manager fails to issue the Operational Acceptance Certificate or fails to inform the Supplier in writing of the justifiable reasons why the Project Manager has not issued the Operational Acceptance Certificate, the System or Subsystem shall be deemed to have been accepted as of the date of the Supplier's said notice.

27.4 Partial Acceptance

27.4.1 If so specified in the SCC for GCC Clause 27.2.1, Installation and Commissioning shall be carried out individually for each identified major component or Subsystem (s) of the System. In this event, the provisions in the Contract relating to Installation and Commissioning, including the Operational Acceptance Test, shall apply to each such major component or Subsystem individually, and Operational Acceptance Certificate (s) shall be issued accordingly for each such major component or Subsystem of the System, subject to the limitations contained in GCC Clause 27.4.2.

27.4.2 The issuance of Operational Acceptance Certificates for individual major components or Subsystems pursuant to GCC Clause 27.4.1 shall not relieve the Supplier of its obligation to obtain an Operational Acceptance Certificate for the System as an integrated whole (if so specified in the SCC for GCC Clauses 12.1 and 27.2.1) once all major components and Subsystems have been supplied, installed, tested, and commissioned.

27.4.3 In the case of minor components for the System that by their nature do not require Commissioning or an Operational Acceptance Test (e.g., minor fittings, furnishings or site works, etc.), the Project Manager shall issue an Operational Acceptance Certificate within fourteen (14) days after the fittings and/or furnishings have been delivered and/or installed or the site works have been completed. The Supplier shall, however, use all reasonable endeavors to promptly remedy any defects or deficiencies in such minor components detected by the Procuring Entity or Supplier.

F. Guarantees and Liabilities

28 Operational Acceptance Time Guarantee

28.1 The Supplier guarantees that it shall complete the supply, Installation, Commissioning, and achieve Operational Acceptance of the System (or Subsystems, pursuant to the SCC for GCC Clause 27.2.1) within the time periods specified in the Implementation Schedule and/or the Agreed Project Plan pursuant to GCC Clause 8.2, or within such extended time to which the Supplier shall be entitled under GCC Clause 40 (Extension of Time for Achieving Operational Acceptance).

28.2 Unless otherwise specified in the SCC, if the Supplier fails to supply, install, commission, and achieve Operational Acceptance of the System (or Subsystems pursuant to the SCC for GCC Clause 27.2.1) within the time for achieving Operational Acceptance specified in the Implementation Schedule or the Agreed Project Plan, or any extension of the time for achieving Operational Acceptance previously granted under GCC Clause 40 (Extension of Time for Achieving Operational Acceptance), the Supplier shall pay to the Procuring Entity liquidated damages at the rate of one half of one percent per week as a percentage of the Contract Price (exclusive of Recurrent Costs if any), or the relevant part of the Contract Price if a Subsystem

Section VI. Technical Requirements

347

has not achieved Operational Acceptance. The aggregate amount of such liquidated damages shall in no event exceed the amount often (10) percent of the Contract Price (exclusive of Recurrent Costs if any). Once the Maximum is reached, the Procuring Entity may consider termination of the Contract, pursuant to GCC Clause 41.2.2.

28.3 Unless otherwise specified in the SCC, liquidated damages payable under GCC Clause 28.2 shall apply only to the failure to achieve Operational Acceptance of the System (and Subsystems) as specified in the Implementation Schedule and/or Agreed Project Plan. This Clause 28.3 shall not limit, however, any other rights or remedies the Procuring Entity may have under the Contract for other delays.

28.4 If liquidated damages are claimed by the Procuring Entity for the System (or Subsystem), the Supplier shall have no further liability whatsoever to the Procuring Entity in respect to the Operational Acceptance time guarantee for the System (or Subsystem). However, the payment of liquidated damages shall not in any way relieve the Supplier from any of its obligations to complete the System or from any other of its obligations and liabilities under the Contract.

29 Defect Liability

29.1 The Supplier warrants that the System, including all Information Technologies, Materials, and other Goods supplied and Services provided, shall be free from defects in the design, engineering, Materials, and workmanship that prevent the System and/or any of its components from fulfilling the Technical Requirements or that limit in a material fashion the performance, reliability, or extensibility of the System and/or Subsystems. Unless otherwise specified in the SCC, there will be NO exceptions and/or limitations to this warranty with respect to Software (or categories of Software). Commercial warranty provisions of products supplied under the Contract shall apply to the extent that they do not conflict with the provisions of this Contract.

29.2 The Supplier also warrants that the Information Technologies, Materials, and other Goods supplied under the Contract are new, unused, and in corporate all recent improvements in design that materially affect the System's or Subsystem's ability to fulfill the Technical Requirements.

29.3 Unless otherwise specified in the SCC, the Supplier warrants that :(i) all Goods components to be incorporated into the System form part of the Supplier's and/or Subcontractor's current product lines, and (ii) they have been previously released to the market.

29.4 Unless otherwise specified in the SCC, the Warranty Period shall commence from the date of Operational Acceptance of the System (or of any major component or Subsystem for which separate Operational Acceptance is provided for in the Contract) and shall extend for thirty-six (36) months.

29.5 If during the Warranty Period any defect as described in GCC Clause 29.1 should be found in the design, engineering, Materials, and workmanship of the Information Technologies and other Goods supplied or of the Services provided by the Supplier, the Supplier shall promptly, in consultation and agreement with the Procuring Entity regarding appropriate remedying of the defects, and at its sole cost, repair, replace, or otherwise make good (as the Supplier shall, at its discretion, determine) such defect as well as any damage to the System caused by such defect. Any defective Information Technologies or other Goods that have been replaced by the Supplier shall remain the property of the Supplier.

29.6 The Supplier shall not be responsible for the repair, replacement, or making good of any defect, or of any damage to the System arising out of or resulting from any of the following causes:

a) Improper operation or maintenance of the System by the Procuring Entity;

b) Normal wear and tear; c) use of the System with items not supplied by the Supplier, unless otherwise identified in the Technical

Requirements, or approved by the Supplier; or

d) modifications made to the System by the Procuring Entity, or a third party, not approved by the Supplier.

29.7 The Supplier's obligations under this GCC Clause 29 shall not apply to:

a) any materials that are normally consumed in operation or have a normal life shorter than the Warranty Period; or

b) any designs, specifications, or other data designed, supplied, or specified by or on behalf of the Procuring Entity or any matters for which the Supplier has disclaimed responsibility, in accordance with GCC Clause 21.1.2.

29.8 The Procuring Entity shall give the Supplier a notice promptly following the discovery of such defect, stating the nature of any such defect together with all available evidence. The Procuring Entity shall afford all reasonable opportunity for the Supplier to inspect any such defect. The Procuring Entity shall afford the Supplier all necessary access to the System and the site to enable the Supplier to perform its obligations under this GCC Clause 29.

29.9 The Supplier may, with the consent of the Procuring Entity, remove from the site any Information Technologies and other Goods that are defective, if the nature of the defect, and/or any damage to the System caused by the defect, is such that repairs cannot be expeditiously carried out at the site. If the repair, replacement, or making good is of such a character that it may affect the efficiency of the System, the Procuring Entity may give the Supplier notice requiring that tests of the defective part be made by the Supplier immediately upon completion of such remedial work, where upon the Supplier shall carry out such tests.

If such part fails the tests, the Supplier shall carry out further repair, replacement, or making good (as the case maybe) until that part of the System passes such tests. The tests shall be agreed upon by the Procuring Entity and the Supplier.

29.10 Unless otherwise specified in the SCC, the response times and repair/replacement times for Warranty Defect Repair are specified in the Technical Requirements. Nevertheless, if the Supplier fails to commence the work necessary to remedy such defect or any damage to the System caused by such defect within two weeks the Procuring Entity may, following notice to the Supplier, proceed to do such work or contract a third party (or parties) to do such work, and the reasonable costs incurred by the Procuring Entity in connection with such work shall be paid to the Procuring Entity by the Supplier or may be deducted by the Procuring Entity from any monies due the Supplier or claimed under the Performance Security.

29.11 If the System or Subsystem cannot be used by reason of such defect and/or making good of such defect, the Warranty Period for the System shall be extended by a period equal to the period during which the System or Subsystem could not be used by the Procuring Entity because of such defect and/or making good of such defect.

29.12 Items substituted for defective parts of the System during the Warranty Period shall be covered by the Defect Liability Warranty for the remainder of the Warranty Period applicable for the part replaced or three (3) months, whichever is greater. For reasons of information security, the Procuring Entity may choose to retain physical possession of any replaced defective information storage devices.

29.13 At the request of the Procuring Entity and without prejudice to any other rights and remedies that the Procuring Entity may have against the Supplier under the Contract, the Supplier will offer all possible assistance to the Procuring Entity to seek warranty services or remedial action from any subcontracted third-party producers or licensor of Goods included in the System, including without limitation assignment or transfer in favor of the Procuring Entity of the benefit of any warranties given by such producers or licensors to the Supplier.

30 Functional Guarantees

30.1 The Supplier guarantees that, once the Operational Acceptance Certificate(s) has been issued, the System represents a complete, integrated solution to the Procuring Entity's requirements set forth in the Technical Requirements and it conforms to all other aspects of the Contract. The Supplier acknowledges that GCC Clause 27 regarding Commissioning and Operational Acceptance govern show technical conformance of the System to the Contract requirements will be determined.

30.2 If, for reasons attributable to the Supplier, the System does not conform to the Technical Requirements or does not conform to all other aspects of the Contract, the Supplier shall at its cost and expense make such changes, modifications, and/or additions to the System as may be necessary to conform to the Technical Requirements and meet all functional and performance standards. The Supplier shall notify the Procuring Entity upon completion of the necessary changes, modifications, and/or additions and shall request the Procuring Entity to repeat the Operational Acceptance Tests until the System achieves Operational Acceptance.

Section VI. Technical Requirements

349

30.3 If the System (or Subsystem[s]) fails to achieve Operational Acceptance, the Procuring Entity may consider termination of the Contract, pursuant to GCC Clause 41.2.2, and forfeiture of the Supplier's Performance Security in accordance with GCC Clause 13.3 in compensation for the extra costs and delays likely to result from this failure.

31 Intellectual Property Rights Warranty

31.1 The Supplier here by represents and warrants that:

a) The System as supplied, installed, tested, and accepted;

b) Use of the System in accordance with the Contract; and

c) Copying of the Software and Materials provided to the Procuring Entity in accordance with the Contract do not and will not infringe any Intellectual Property Rights held by any third party and that it has all necessary rights or at its sole expense shall have secured in writing all transfer so frights and other consents necessary to make the assignments, licenses, and other transfers of Intellectual Property Rights and the warranties set forth in the Contract, and for the Procuring Entity to own or exercise all Intellectual Property Rights as provided in the Contract. Without limitation, the Supplier shall secure all necessary written agreements, consents, and transfers of rights from its employees and other persons or entities whose services are used for development of the System.

32 Intellectual Property Rights Indemnity

32.1 The Supplier shall indemnify and hold harmless the Procuring Entity and its employees and officers from and against any and all losses, liabilities, and costs (including losses, liabilities, and costs incurred in defending a claim alleging such a liability), that the Procuring Entity or its employees or officers may suffer as a result of any infringement or alleged infringement of any Intellectual Property Rights by reason of:

a) Installation of the System by the Supplier or the use of the System, including the Materials, in the country where the site is located;

b) copying of the Software and Materials provided by the Supplier in accordance with the Agreement; and

c) sale of the products produced by the System in any country, except to the extent that such losses, liabilities, and costs a rise as a result of the Procuring Entity's breach of GCC Clause 32.2.

32.2 Such indemnity shall not cover any use of the System, including the Materials, other than for the purpose indicated by or to be reasonably inferred from the Contract, any infringement resulting from the use of the System, or any products of the System produced there by in association or combination with any other goods or services not supplied by the Supplier, where the infringement arises because of such association or combination and not because of use of the System in its own right.

32.3 Such indemnities shall also not apply if any claim of infringement:

a) Is asserted by apparent, subsidiary, or affiliate of the Procuring Entity's organization;

b) Is a direct result of a design mandated by the Procuring Entity's Technical Requirements and the possibility of such infringement was duly noted in the Supplier's Tender; or

c) Results from the alteration of the System, including the Materials, by the Procuring Entity or any persons other than the Supplier or a person authorized by the Supplier.

32.4 If any proceedings are brought or any claim is made against the Procuring Entity arising out of the matters referred to in GCC Clause 32.1, the Procuring Entity shall promptly give the Supplier notice of such proceedings or claims, and the Supplier may at its own expense and in the Procuring Entity's name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

If the Supplier fails to notify the Procuring Entity within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Procuring Entity shall be free to conduct the same on its own behalf. Unless the Supplier has so failed to notify the Procuring Entity within the twenty-eight (28) days, the Procuring Entity shall make no admission that may be prejudicial to the defense of any such proceedings or claim. The Procuring Entity shall, at the Supplier's request, afford all available assistance to the Supplier in conducting such proceedings or claim and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

32.5 The Procuring Entity shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all losses, liabilities, and costs (including losses, liabilities, and costs incurred in defending a claim alleging such a liability) that the Supplier or its employees, officers, or

Subcontractors may suffer as a result of any infringement or alleged infringement of any Intellectual Property Rights arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided to the Supplier in connection with this Contract by the Procuring Entity or any persons (other than the Supplier) contracted by the Procuring Entity, except to the extent that such losses, liabilities, and costs arise as a result of the Supplier's breach of GCC Clause 32.8.

32.6 Such indemnity shall not cover

a) any use of the design, data, drawing, specification, or other documents or materials, other than for the purpose indicated by or to be reasonably inferred from the Contract;

b) any infringement resulting from the use of the design, data, drawing, specification, or other documents or materials, or any products produced thereby, in association or combination with any other Goods or Services not provided by the Procuring Entity or any other person contracted by the Procuring Entity, where the infringement arises because of such association or combination and not because of the use of the design, data, drawing, specification, or other documents or materials in its own right.

32.7 Such indemnities shall also not apply:

a) If any claim of infringement is asserted by apparent, subsidiary, or affiliate of the Supplier's organization;

b) to the extent that any claim of infringement is caused by the alteration, by the Supplier, or any persons contracted by the Supplier, of the design, data, drawing, specification, or other documents or materials provided to the Supplier by the Procuring Entity or any persons contracted by the Procuring Entity.

32.8 If any proceedings are brought or any claim is made against the Supplier arising out of the matters referred to in GCC Clause 32.5, the Supplier shall promptly give the Procuring Entity notice of such proceedings or claims, and the Procuring Entity may at its own expense and in the Supplier's name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim. If the Procuring Entity fails to notify the Supplier within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Supplier shall be free to conduct the same on its own behalf. Unless the Procuring Entity has so failed to notify the Supplier within the twenty-eight (28) days, the Supplier shall make no admission that may be prejudicial to the defense of any such proceedings or claim. The Supplier shall, at the Procuring Entity's request, afford all available assistance to the Procuring Entity in conducting such proceedings or claim and shall be reimbursed by the Procuring Entity for all reasonable expenses incurred in so doing.

33 Limitation of Liability

33.1 Provided the following does not exclude or limit any liabilities of either party in ways not permitted by applicable law:

a) the Supplier shall not be liable to the Procuring Entity, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Procuring Entity; and

b) the aggregate liability of the Supplier to the Procuring Entity, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to any obligation of the Supplier to indemnify the Procuring Entity with respect to intellectual property rights infringement.

G. Risk Distribution

34 Transfer of Ownership

34.1 With the exception of Software and Materials, the ownership of the Information Technologies and other Goods shall be transferred to the Procuring Entity at the time of Delivery or otherwise under terms that may be agreed upon and specified in the Contract Agreement.

34.2 Ownership and the terms of usage of the Software and Materials supplied under the Contract shall be governed by GCC Clause 15 (Copyright) and any elaboration in the Technical Requirements.

Section VI. Technical Requirements

351

34.3 Ownership of the Supplier's Equipment used by the Supplier and its Subcontractors in connection with the Contract shall remain with the Supplier or its Subcontractors.

35 Care of the System

35.1 The Procuring Entity shall be come responsible for the care and custody of the System or Subsystems upon their Delivery. The Procuring Entity shall make good at its own cost any loss or damage that may occur to the System or Subsystems from any cause from the date of Delivery until the date of Operational Acceptance of the System or Subsystems, pursuant to GCC Clause 27 (Commissioning and Operational Acceptance), except such loss or damage arising from acts or omissions of the Supplier, its employees, or subcontractors.

35.2 If any loss or damage occurs to the System or any part of the System by reason of:

a) (in so far as they relate to the country where the Project Site is located) nuclear reaction, nuclear radiation, radioactive contamination, a pressure wave caused by aircraft or other aerial objects, or any other occurrences that an experienced contractor could not reasonably foresee, or if reasonably foreseeable could not reasonably make provision for or insure against, in so far as such risks are not normally insurable on the insurance market and are mentioned in the general exclusions of the policy of insurance taken out under GCC Clause 37;

b) Any use not in accordance with the Contract, by the Procuring Entity or any third party;

c) Any use of or reliance upon any design, data, or specification provided or designated by or on behalf of the Procuring Entity, or any such matter for which the Supplier has disclaimed responsibility in accordance with GCC Clause 21.1.2, the Procuring Entity shall pay to the Supplier all sums payable in respect of the System or Subsystems that have achieved Operational Acceptance, notwithstanding that the same be lost, destroyed, or damaged. If the Procuring Entity requests the Supplier in writing to make good any loss or damage to the System thereby occasioned, the Supplier shall make good the same at the cost of the Procuring Entity in accordance with GCC Clause 39. If the Procuring Entity does not request the Supplier in writing to make good any loss or damage to the System there by occasioned, the Procuring Entity shall either request a change in accordance with GCC Clause 39, excluding the performance of that part of the System there by lost, destroyed, or damaged, or, where the loss or damage affects a substantial part of the System, the Procuring Entity shall terminate the Contract pursuant to GCC Clause 41.1.

35.3 The Procuring Entity shall be liable for any loss of or damage to any Supplier's Equipment which the Procuring Entity has authorized to locate within the Procuring Entity's premises for use in fulfillment of Supplier's obligations under the Contract, except where such loss or damage arises from acts or omissions of the Supplier, its employees, or subcontractors.

36 Loss of or Damage to Property; Accident or Injury to Workers; Indemnification

36.1 The Supplier and each and every Subcontractor shall abide by the job safety, insurance, customs, and immigration measures prevalent and laws in force in Kenya.

36.2 Subject to GCC Clause 36.3, the Supplier shall indemnify and hold harmless the Procuring Entity and its employees and officers from and against any and all losses, liabilities and costs (including losses, liabilities, and costs incurred in defending a claim alleging such a liability) that the Procuring Entity or its employees or officers may suffer as a result of the death or injury of any person or loss of or damage to any property (other than the System, whether accepted or not) arising in connection with the supply, installation, testing, and Commissioning of the System and by reason of the negligence of the Supplier or its Subcontractors, or their employees, officers or agents, except any injury, death, or property damage caused by the negligence of the Procuring Entity, its contractors, employees, officers, or agents.

36.3 If any proceedings are brought or any claim is made against the Procuring Entity that might subject the Supplier to liability under GCC Clause 36.2, the Procuring Entity shall promptly give the Supplier notice of such proceedings or claims, and the Supplier may at its own expense and in the Procuring Entity's name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim. If the Supplier fails to notify the Procuring Entity within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Procuring Entity shall be free to conduct the same on its own behalf. Unless the Supplier has so failed to notify the Procuring Entity within the twenty-eight (28) day period, the Procuring Entity shall make no admission that may be prejudicial to the defense of any such proceedings or claim. The Procuring Entity shall, at the Supplier's request, afford all available assistance to the Supplier in conducting such proceedings or claim and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

36.4 The Procuring Entity shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from any and all losses, liabilities, and costs (including losses, liabilities, and costs incurred in defending a claim alleging such a liability) that the Supplier or its employees, officers, or Subcontractors may suffer as a result of the death or personal injury of any person or loss of or damage to property of the Procuring Entity, other than the System not yet achieving Operational Acceptance, that is caused by fire, explosion, or any other perils, in excess of the amount recoverable from insurances procured under GCC Clause 37 (Insurances), provided that such fire, explosion, or other perils were not caused by any act or failure of the Supplier.

36.5 If any proceedings are brought or any claim is made against the Supplier that might subject the Procuring Entity to liability under GCC Clause 36.4, the Supplier shall promptly give the Procuring Entity notice of such proceedings or claims, and the Procuring Entity may at its own expense and in the Supplier's name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim. If the Procuring Entity fails to notify the Supplier within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Supplier shall be free to conduct the same on its own behalf. Unless the Procuring Entity has so failed to notify the Supplier within the twenty-eight (28) days, the Supplier shall make no admission that may be prejudicial to the defense of any such proceedings or claim. The Supplier shall, at the Procuring Entity's request, afford all available assistance to the Procuring Entity in conducting such proceedings or claim and shall be reimbursed by the Procuring Entity for all reasonable expenses incurred in so doing.

36.6 The party entitled to the benefit of an indemnity under this GCC Clause 36 shall take all reasonable measures to mitigate any loss or damage that has occurred. If the party fails to take such measures, the other party's liabilities shall be correspondingly reduced.

37 Insurances

37.1 The Supplier shall at its expense take out and maintain in effect, or cause to be taken out and maintained in effect, during the performance of the Contract, the insurance set forth below. The identity of the insurers and the form of the policies shall be subject to the approval of the Procuring Entity, who should not unreasonably with hold such approval.

a) Cargo Insurance During Transport

as applicable, 110 percent of the price of the Information Technologies and other Goods in a freely convertible currency, covering the Goods from physical loss or damage during shipment through receipt at the Project Site.

b) Installation “All Risks” Insurance

as applicable, 110 percent of the price of the Information Technologies and other Goods covering the Goods at the site from all risks of physical loss or damage (excluding only perils commonly excluded under “all risks” insurance policies of this type by reputable insurers) occurring prior to Operational Acceptance of the System.

c) Third-Party Liability Insurance

On terms as specified in the SCC, covering bodily injury or death suffered by third parties (including the Procuring Entity's personnel) and loss of or damage to property (including the Procuring Entity's property and any Subsystems that have been accepted by the Procuring Entity) occurring in connection with the supply and installation of the Information System.

d) Automobile Liability Insurance

In accordance with the statutory requirements prevailing in Kenya, covering use of all vehicles used by the Supplier or its Subcontractors (whether or not owned by them) in connection with the execution of the Contract.

e) Other Insurance (if any), as specified in the SCC.

37.2 The Procuring Entity shall be named as co-insured under all insurance policies taken out by the Supplier pursuant to GCC Clause 37.1, except for the Third-Party Liability, and the Supplier's Subcontractors shall be named as co-insured under all insurance policies taken out by the Supplier pursuant to GCC Clause 37.1 except for Cargo Insurance During Transport. All insurer's rights of subrogation against such co-insured for losses or claims arising out of the performance of the Contract shall be waived under such policies.

37.3 The Supplier shall deliver to the Procuring Entity certificates of insurance (or copies of the insurance policies) as evidence that the required policies are in full force and effect.

Section VI. Technical Requirements

353

37.4 The Supplier shall ensure that, where applicable, its Subcontractor(s) shall take out and maintain in effect adequate insurance policies for their personnel and vehicles and for work executed by them under the Contract, unless such Subcontractors are covered by the policies taken out by the Supplier.

37.5 If the Supplier fails to take out and/or maintain in effect the insurance referred to in GCC Clause 37.1, the Procuring Entity may takeout and maintain in effect any such insurance and may from time to time deduct from any amount due to the Supplier under the Contract any premium that the Procuring Entity shall have paid to the insurer or may otherwise recover such amount as a debt due from the Supplier.

37.6 Unless otherwise provided in the Contract, the Supplier shall prepare and conduct all and any claims made under the policies affected by it pursuant to this GCC Clause 37, and all monies payable by any insurers shall be paid to the Supplier. The Procuring Entity shall give to the Supplier all such reasonable assistance as may be required by the Supplier in connection with any claim under the relevant insurance policies. With respect to insurance claims in which the Procuring Entity's interest is involved, the Supplier shall not give any release or make any compromise with the insurer without the prior written consent of the Procuring Entity. With respect to insurance claims in which the Supplier's interest is involved, the Procuring Entity shall not give any release or make any compromise with the insurer without the prior written consent of the Supplier.

38 Force Majeure

38.1 “Force Majeure” shall mean any event beyond the reasonable control of the Procuring Entity or of the Supplier, as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected and shall include, without limitation, the following:

a) war, hostilities, or war like operations (whether a state of war be declared or not), invasion, act of foreign enemy, and civil war;

b) rebellion, revolution, insurrection, mutiny, usurpation of civil or military government, conspiracy, riot, civil commotion, and terrorist acts;

c) confiscation, nationalization, mobilization, commandeering or requisition by or under the order of any government or dejure or defacto authority or ruler, or any other act or failure to act of any local state or national government authority;

d) strike, sabotage, lockout, embargo, import restriction, port congestion, lack of usual means of public transportation and communication, industrial dispute, shipwreck, shortage or restriction of power supply, epidemics, quarantine, and plague;

e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave, typhoon or cyclone, hurricane, storm, lightning, or other inclement weather condition, nuclear and pressure waves, or other natural or physical disaster;

f) failure, by the Supplier, to obtain the necessary export permit (s) from the governments of the Country(s) of Origin of the Information Technologies or other Goods, or Supplier's Equipment provided that the Supplier has made all reasonable efforts to obtain the required export permit(s), including the exercise of due diligence in determining the eligibility of the System and all of its components for receipt of the necessary export permits.

38.2 If either party is prevented, hindered, or delayed from or in performing any of its obligations under the Contract by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such event and the circumstances of the event of Force Majeure within fourteen (14) days after the occurrence of such event.

38.3 The party who has given such notice shall be excused from the performance or punctual performance of its obligations under the Contract for so long as the relevant event of Force Majeure continues and to the extent that such party's performance is prevented, hindered, or delayed. The Time for Achieving Operational Acceptance shall be extended in accordance with GCC Clause 40 (Extension of Time for Achieving Operational Acceptance).

38.4 The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the effect of the event of Force Majeure upon its or their performance of the Contract and to fulfill its or their obligations under the Contract, but without prejudice to either party's right to terminate the Contract under GCC Clause 38.6.

38.5 No delay or nonperformance by either party to this Contract caused by the occurrence of any event of Force Majeure shall:

a) Constitute a default or breach of the Contract;

b) (subject to GCC Clauses 35.2, 38.3, and 38.4) give rise to any claim for damages or additional cost or expense occasioned by the delay or nonperformance, if, and to the extent that, such delay or non-performance is caused by the occurrence of an event of Force Majeure.

38.6 If the performance of the Contract is substantially prevented, hindered, or delayed for a single period of more than sixty (60) days or an aggregate period of more than one hundred and twenty (120) days on account of one or more events of Force Majeure during the time period covered by the Contract, the parties will attempt to develop a mutually satisfactory solution, failing which, either party may terminate the Contract by giving a notice to the other.

38.7 In the event of termination pursuant to GCC Clause 38.6, the rights and obligations of the Procuring Entity and the Supplier shall be as specified in GCC Clauses 41.1.2 and 41.1.3.

38.8 Notwithstanding GCC Clause 38.5, Force Majeure shall not apply to any obligation of the Procuring Entity to make payments to the Supplier under this Contract.

H. Change in Contract Elements

39 Changes to the System

39.1 Introducing a Change

39.1.1 Subject to GCC Clauses 39.2.5 and 39.2.7, the Procuring Entity shall have the right to propose, and subsequently require, the Project Manager to order the Supplier from time to time during the performance of the Contract to make any change, modification, addition, or deletion to, in, or from the System (interchangeably called “Change”), provided that such Change falls within the general scope of the System, does not constitute unrelated work, and is technically practicable, taking into account both the state of advancement of the System and the technical compatibility of the Change envisaged with the nature of the System as originally specified in the Contract.

29.1.2 A Change may involve, but is not restricted to, the substitution of updated Information Technologies and related Services in accordance with GCC Clause 23 (Product Upgrades).

39.1.3 The Supplier may from time to time during its performance of the Contract propose to the Procuring Entity (with a copy to the Project Manager) any Change that the Supplier considers necessary or desirable to improve the quality or efficiency of the System. The Procuring Entity may at its discretion approve or reject any Change proposed by the Supplier.

39.1.4 Notwithstanding GCC Clauses 39.1.1 and 39.1.2, no change made necessary because of any default of the Supplier in the performance of its obligations under the Contract shall be deemed to be a Change, and such change shall not result in any adjustment of the Contract Price or the Time for Achieving Operational Acceptance.

39.1.5 The procedure on how to proceed with and execute Changes is specified in GCC Clauses 39.2 and 39.3, and further details and sample forms are provided in the Sample Contractual Forms Section in the tendering documents.

39.1.6 Moreover, the Procuring Entity and Supplier will agree, during development of the Project Plan, to a date prior to the scheduled date for Operational Acceptance, after which the Technical Requirements for the System shall be “frozen.” Any Change initiated after this time will be dealt with after Operational Acceptance.

Section VI. Technical Requirements

355

39.2 Changes Originating from Procuring Entity

39.2.4 If the Procuring Entity proposes a Change pursuant to GCC Clauses 39.1.1, it shall send to the Supplier a “Request for Change Proposal,” requiring the Supplier to prepare and furnish to the Project Manager as soon as reasonably practicable a “Change Proposal,” which shall include the following:

a Brief description of the Change;

b Impact on the Time for Achieving Operational Acceptance;

c Detailed estimated cost of the Change;

d Effect on Functional Guarantees (if any);

e Effect on any other provisions of the Contract.

39.2.5 Prior to preparing and submitting the “Change Proposal,” the Supplier shall submit to the Project Manager a “Change Estimate Proposal,” which shall be an estimate of the cost of preparing the Change Proposal, plus a first approximation of the suggested approach and cost for implementing the changes. Upon receipt of the Supplier's Change Estimate Proposal, the Procuring Entity shall do one of the following:

a accept the Supplier's estimate with instructions to the Supplier to proceed with the preparation of the Change Proposal;

b advise the Supplier of any part of its Change Estimate Proposal that is unacceptable and request the Supplier to review its estimate;

c advise the Supplier that the Procuring Entity does not intend to proceed with the Change.

39.2.6 Upon receipt of the Procuring Entity's instruction to proceed under GCC Clause 39.2.2 (a), the Supplier shall, with proper expedition, proceed with the preparation of the Change Proposal, in accordance with GCC Clause 39.2.1. The Supplier, at its discretion, may specify a validity period for the Change Proposal, after which if the Procuring Entity and Supplier has not reached agreement in accordance with GCC Clause 39.2.6, then GCC Clause 39.2.7 shall apply.

39.2.7 The pricing of any Change shall, as far as practicable, be calculated in accordance with the rates and prices included in the Contract. If the nature of the Change is such that the Contract rates and prices are in equitable, the parties to the Contract shall agree on other specific rates to be used for valuing the Change.

39.2.8 If before or during the preparation of the Change Proposal it becomes apparent that the aggregate impact of compliance with the Request for Change Proposal and with all other Change Orders that have already become binding upon the Supplier under this GCC Clause 39 would be to increase or decrease the Contract Price as originally set forth in Article 2 (Contract Price) of the Contract Agreement by more than fifteen (15) percent, the Supplier may give a written notice of objection to this Request for Change Proposal prior to furnishing the Change Proposal. If the Procuring Entity accepts the Supplier's objection, the Procuring Entity shall withdraw the proposed Change and shall notify the Supplier in writing of its acceptance.

The Supplier's failure to so object to a Request for Change Proposal shall neither affect its right to object to any subsequent requested Changes or Change Orders, nor affect its right to take into account, when making such subsequent objection, the percentage increase or decrease in the Contract Price that any Change not objected to by the Supplier represents.

39.2.9 Upon receipt of the Change Proposal, the Procuring Entity and the Supplier shall mutually agree upon all matters contained in the Change Proposal. Within fourteen (14) days after such agreement, the Procuring Entity shall, if it intends to proceed with the Change, issue the Supplier a Change Order. If the Procuring Entity is unable to reach a decision within fourteen (14) days, it shall notify the Supplier with details of when the Supplier can expect a decision. If the Procuring Entity decides not to proceed with the Change for whatever reason, it shall, within the said period of fourteen (14) days, notify the Supplier accordingly. Under such circumstances, the Supplier shall be entitled to reimbursement of all costs reasonably incurred by it in the preparation of the Change Proposal, provided that these do not exceed the amount given by the Supplier in its Change Estimate Proposal submitted in accordance with GCC Clause 39.2.2.

39.2.10 If the Procuring Entity and the Supplier cannot reach agreement on the price for the Change, an equitable adjustment to the Time for Achieving Operational Acceptance, or any other matters identified in the Change Proposal, the Change will not be implemented. However, this provision does not limit the rights of either party under GCC Clause 6 (Settlement of Disputes).

39.3 Changes Originating from Supplier

If the Supplier proposes a Change pursuant to GCC Clause 39.1.2, the Supplier shall submit to the Project Manager a written “Application for Change Proposal,” giving reasons for the proposed Change and including the information specified in GCC Clause 39.2.1. Upon receipt of the Application for Change Proposal, the parties shall follow the procedures outlined in GCC Clauses 39.2.6 and 39.2.7. However, should the Procuring Entity choose not to proceed or the Procuring Entity and the Supplier cannot come to agreement on the change during any validity period that the Supplier may specify in its Application for Change Proposal, the Supplier shall not be entitled to recover the costs of preparing the Application for Change Proposal, unless subject to an agreement between the Procuring Entity and the Supplier to the contrary.

39.4 Value engineering. The Supplier may prepare, at its own cost, a value engineering proposal at any time during the performance of the Contract. The value engineering proposal shall, at a minimum, include the following;

(a) The proposed change (s), and a description of the difference to the existing Contract requirements;

(b) a full cost/benefit analysis of the proposed change(s) including a description and estimate of costs (including life cycle costs) the Procuring Entity may incur in implementing the value engineering proposal; and

(c) a description of any effect(s) of the change on performance/ functionality.

The Procuring Entity may accept the value engineering proposal if the proposal demonstrates benefits that:

a) accelerates the delivery period; or

b) reduces the Contract Price or the life cycle costs to the Procuring Entity; or

c) improves the quality, efficiency, safety or sustainability of the systems; or

d) yields any other benefits to the Procuring Entity, without compromising the necessary functions of the systems.

If the value engineering proposal is approved by the Procuring Entity and results in:

a) a reduction of the Contract Price; the amount to be paid to the Supplier shall be the percentage specified in the SCC of the reduction in the Contract Price; or

b) an increase in the Contract Price; but results in a reduction in life cycle costs due to any benefit described in (a) to (d) above, the amount to be paid to the Supplier shall be the full increase in the Contract Price.

40 Extension of Time for Achieving Operational Acceptance

40.1 The time(s) for achieving Operational Acceptance specified in the Schedule of Implementation shall be extended if the Supplier is delayed or impeded in the performance of any of its obligations under the Contract by reason of any of the following:

a) Any Change in the System as provided in GCC Clause39 (Change in the Information System);

b) Any occurrence of Force Majeure as provided in GCC Clause 38 (Force Majeure);

c) Default of the Procuring Entity; or d) Any other matter specifically mentioned in the Contract; by such period as shall be fair and reasonable

in all the circumstances and as shall fairly reflect the delay or impediment sustained by the Supplier.

40.2 Except where otherwise specifically provided in the Contract, the Supplier shall submit to the Project Manager a notice of a claim for an extension of the time for achieving Operational Acceptance, together with particulars of the event or circumstance justifying such extension as soon as reasonably practicable after the commencement of such event or circumstance. As soon as reasonably practicable after receipt of such notice and supporting particulars of the claim, the Procuring Entity and the Supplier shall agree upon the period of such extension. In the event that the Supplier does not accept the Procuring Entity's estimate of a fair and reasonable time extension, the Supplier shall be entitled to refer the matter to the provisions for the Settlement of Disputes pursuant to GCC Clause 43.

40.3 The Supplier shall at all times use its reasonable efforts to minimize any delay in the performance of its obligations under the Contract.

Section VI. Technical Requirements

357

41 Termination

41.1 Termination for Procuring Entity's Convenience

41.1.1 The Procuring Entity may at any time terminate the Contract for any reason by giving the Supplier a notice of termination that refers to this GCC Clause 41.1.

41.1.2 Upon receipt of the notice of termination under GCC Clause 41.1.1, the Supplier shall either as soon as reasonably practical or upon the date specified in the notice of termination

a) cease all further work, except for such work as the Procuring Entity may specify in the notice of termination for the sole purpose of protecting that part of the System already executed, or any work required to leave the site in a clean and safe condition;

b) terminate all subcontracts, except those to be assigned to the Procuring Entity pursuant to GCC Clause (d) (ii) below;

c) Remove all Supplier's Equipment from the site, repatriate the Supplier's and its Sub contractors' personnel from the site, remove from the site any wreckage, rubbish, and debris of any kind;

d) In addition, the Supplier, subject to the payment specified in GCC Clause 41.1.3, shall

i) deliver to the Procuring Entity the parts of the System executed by the Supplier up to the date of termination;

ii) to the extent legally possible, assign to the Procuring Entity all right, title, and benefit of the Supplier to the System, or Subsystem, as at the date of termination, and, as may be required by the Procuring Entity, in any subcontracts concluded between the Supplier and its Subcontractors;

iii) deliver to the Procuring Entity all nonproprietary drawings, specifications, and other documents prepared by the Supplier or its Subcontractors as of the date of termination in connection with the System.

41.1.3 In the event of termination of the Contract under GCC Clause 41.1.1, the Procuring Entity shall pay to the Supplier the following amounts:

a) The Contract Price, properly attributable to the parts of the System executed by the Supplier as of the date of termination;

b) The costs reasonably incurred by the Supplier in the removal of the Supplier's Equipment from the site and in the repatriation of the Supplier's and its Subcontractors 'personnel;

c) any amount to be paid by the Supplier to its Subcontractors in connection with the termination of any subcontracts, including any cancellation charges;

d) costs incurred by the Supplier in protecting the System and leaving the site in a clean and safe condition pursuant to GCC Clause 41.1.2(a); and

e) the cost of satisfying all other obligations, commitments, and claims that the Supplier may in good faith have undertaken with third parties in connection with the Contract and that are not covered by GCC Clauses 41.1.3 (a) through (d) above.

41.2 Termination for Supplier's Default

41.2.1 The Procuring Entity, without prejudice to any other rights or remedies it may possess, may terminate the Contract forth within the following circumstances by giving a notice of termination and its reasons there for to the Supplier, referring to this GCC Clause41.2:

a) If the Supplier becomes bankrupt or in solvent, has a receiving order issued against it, compounds with its creditors, or, if the Supplier is a corporation, a resolution is passed or order is made for its winding up (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), a receiver is appointed over any part of its under taking or assets, or if the Supplier takes or suffers any other analogous action in consequence of debt;

b) If the Supplier assigns or transfers the Contractor any right or interest, there in in violation of the provision of GCC Clause 42 (Assignment); or

c) If the Supplier, in the judgment of the Procuring Entity has engaged in Fraud and Corruption, as defined in paragraph 2.2a. of the Appendix to the GCC, in competing for or in executing the Contract, including but

Not limited to willful misrepresentation of facts concerning ownership of Intellectual Property Rights in, or proper authorization and/or licenses from the owner to offer, the hardware, software, or materials provided under this Contract.

41.2.2 If the Supplier:

d) Has abandoned or repudiated the Contract;

e) Has without valid reason failed to commence work on the System promptly;

f) Persistently fails to execute the Contract in accordance with the Contract or persistently neglects to carry out its obligations under the Contract without just cause;

g) Refuses or is unable to provide sufficient Materials, Services, or labor to execute and complete the System in the manner specified in the Agreed Project Plan furnished under GCC Clause 19 at rates of progress that give reasonable assurance to the Procuring Entity that the Supplier can attain Operational Acceptance of the System by the Time for Achieving Operational Acceptance as extended; then the Procuring Entity may, without prejudice to any other rights it may possess under the Contract, give a notice to the Supplier stating the nature of the default and requiring the Supplier to remedy the same. If the Supplier fails to remedy or to take steps to remedy the same with in fourteen (14) days of its receipt of such notice, then the Procuring Entity may terminate the Contract forthwith by giving a notice of termination to the Supplier that refers to this GCC Clause 41.2.

41.2.3 Upon receipt of the notice of termination under GCC Clauses 41.2.1 or 41.2.2, the Supplier shall, either immediately or upon such date as is specified in the notice of termination:

h) cease all further work, except for such work as the Procuring Entity may specify in the notice of termination for the sole purpose of protecting that part of the System already executed or any work required to leave the site in a clean and safe condition;

i) terminate all subcontracts, except those to be assigned to the Procuring Entity pursuant to GCC Clause (d) below;

j) deliver to the Procuring Entity the parts of the System executed by the Supplier up to the date of termination;

k) to the extent legally possible, assign to the Procuring Entity all right, title and benefit of the Supplier to the System or Subsystems as at the date of termination, and, as may be required by the Procuring Entity, in any subcontracts concluded between the Supplier and its Subcontractors;

l) deliver to the Procuring Entity all drawings, specifications, and other documents prepared by the Supplier or its Subcontractors as at the date of termination in connection with the System.

41.2.4 The Procuring Entity may enter upon the site, expel the Supplier, and complete the System itself or by employing any third party. Upon completion of the System or at such earlier date as the Procuring Entity thinks appropriate, the Procuring Entity shall give notice to the Supplier that such Supplier's Equipment will be returned to the Supplier at or near the site and shall return such Supplier's Equipment to the Supplier in accordance with such notice. The Supplier shall thereafter without delay and at its cost remove or arrange removal of the same from the site.

41.2.5 Subject to GCC Clause 41.2.6, the Supplier shall be entitled to be paid the Contract Price attributable to the portion of the System executed as at the date of termination and the costs, if any, incurred in protecting the System and in leaving the site in a clean and safe condition pursuant to GCC Clause 41.2.3 (a). Any sums due the Procuring Entity from the Supplier accruing prior to the date of termination shall be deducted from the amount to be paid to the Supplier under this Contract.

41.2.6 If the Procuring Entity completes the System, the cost of completing the System by the Procuring Entity shall be determined. If the sum that the Supplier is entitled to be paid, pursuant to GCC Clause 41.2.5, plus the reasonable costs incurred by the Procuring Entity in completing the System, exceeds the Contract Price, the Supplier shall be liable for such excess. If such excess is greater than the sums due the Supplier under GCC Clause41.2.5, the Supplier shall pay the balance to the Procuring Entity, and if such excess is less than the sums due the Supplier under GCC Clause 41.2.5, the Procuring Entity shall pay the balance to the Supplier. The Procuring Entity and the Supplier shall agree, in writing, on the computation described above and the manner in which any sums shall be paid.

Section VI. Technical Requirements

359

41.3 Termination by Supplier

41.3.1 If:

a) the Procuring Entity has failed to pay the Supplier any sum due under the Contract within the specified period, has failed to approve any invoice or supporting documents without just cause pursuant to the SCC, or commits a substantial breach of the Contract, the Supplier may give a notice to the Procuring Entity that requires payment of such sum, with interest on this sum as stipulated in GCC Clause 12.3, requires approval of such invoice or supporting documents, or specifies the breach and requires the Procuring Entity to remedy the same, as the case may be. If the Procuring Entity fails to pay such sum together with such interest, fails to approve such invoice or supporting documents or give its reasons for withholding such approval, fails to remedy the breach or take steps to remedy the breach within fourteen (14) days after receipt of the Supplier's notice; or

b) the Supplier is unable to carry out any of its obligations under the Contract for any reason attributable to the Procuring Entity, including but not limited to the Procuring Entity's failure to provide possession of or access to the site or other areas or failure to obtain any governmental permit necessary for the execution and/or completion of the System; then the Supplier may give a notice to the Procuring Entity of such events, and if the Procuring Entity has failed to pay the outstanding sum, to approve the invoice or supporting documents, to give its reasons for withholding such approval, or to remedy the breach within twenty-eight (28) days of such notice, or if the Supplier is still unable to carry out any of its obligations under the Contract for any reason attributable to the Procuring Entity within twenty-eight (28) days of the said notice, the Supplier may by a further notice to the Procuring Entity referring to this GCC Clause 41.3.1, forth with terminate the Contract.

41.3.2 The Supplier may terminate the Contract immediately by giving a notice to the Procuring Entity to that

effect, referring to this GCC Clause 41.3.2, if the Procuring Entity becomes bankrupt or insolvent, has a receiving order issued against it, compounds with its creditors, or, being a corporation, if a resolution is passed or order is made for its winding up (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), a receiver is appointed over any part of its undertaking or assets, or if the Procuring Entity takes or suffers any other analogous action in consequence of debt.

41.3.3 If the Contract is terminated under GCC Clauses 41.3.1 or 41.3.2, then the Supplier shall immediately: c) Cease all further work, except for such work as may be necessary for the purpose of protecting that part

of the System already executed, or any work required to leave the site in a clean and safe condition; d) Terminate all subcontracts, except those to be assigned to the Procuring Entity pursuant to Clause 41.3.3

(d) (ii); e) remove all Supplier's Equipment from the site and repatriate the Supplier's and its Subcontractor's

personnel from the site.

f) In addition, the Supplier, subject to the payment specified in GCC Clause 41.3.4, shall: i) deliver to the Procuring Entity the parts of the System executed by the Supplier up to the date of

termination; ii) to the extent legally possible, assign to the Procuring Entity all right, title, and benefit of the

Supplier to the System, or Subsystems, as of the date of termination, and, as may be required by the Procuring Entity, in any subcontracts concluded between the Supplier and its Subcontractors;

iii) to the extent legally possible, deliver to the Procuring Entity all drawings, specifications, and other documents prepared by the Supplier or its Subcontractors as of the date of termination in connection with the System.

41.3.4 If the Contract is terminated under GCC Clauses 41.3.1or 41.3.2, the Procuring Entity shall pay to the Supplier all payments specified in GCC Clause 41.1.3 and reasonable compensation for all loss, except for loss of profit, or damage sustained by the Supplier arising out of, in connection with, or in consequence of such termination.

41.3.5 Termination by the Supplier pursuant to this GCC Clause 41.3 is without prejudice to any other rights or remedies of the Supplier that may be exercised in lieu of or in addition to rights conferred by GCC Clause 41.3.

41.4 In this GCC Clause 41, the expression “portion of the System executed” shall include all work executed, Services provided, and all Information Technologies, or other Goods acquired (or subject to a legally binding

Obligation to purchase) by the Supplier and used or intended to be used for the purpose of the System, up to and including the date of termination.

41.5 In this GCC Clause 41, in calculating any monies due from the Procuring Entity to the Supplier, account shall be taken of any sum previously paid by the Procuring Entity to the Supplier under the Contract, including any advance payment paid pursuant to the SCC.

42 Assignment

42.l Neither the Procuring Entity nor the Supplier shall, without the express prior written consent of the other, assign to any third party the Contractor any part thereof, or any right, benefit, obligation, or interest there in or there under, except that the Supplier shall be entitled to assign either absolutely or by way of charge any monies due and payable to it or that may become due and payable to it under the Contract.

I. Settlement of Disputes

43 Settlement of Disputes

43.1 Adjudication

43.1.1 If any dispute of any kind what so ever shall arise between the Procuring Entity and the Supplier in connection with or arising out of the Contract, including without prejudice to the generality of the foregoing, any question regarding its existence, validity, or termination, or the operation of the System (whether during the progress of implementation or after its achieving Operational Acceptance and whether before or after the termination, abandonment, or breach of the Contract), the parties shall seek to resolve any such dispute by mutual consultation. If the parties fail to resolve such a dispute by mutual consultation within fourteen (14) days after one party has notified the other in writing of the dispute, then, if the Contract Agreement in Appendix2 includes and names an Adjudicator, the dispute shall, within another fourteen (14) days, be referred in writing by either party to the Adjudicator, with a copy to the other party. If there is no Adjudicator specified in the Contract Agreement, the mutual consultation period stated above shall last twenty-eight (28) days (instead of fourteen), upon expiry of which either party may move to the notification of arbitration pursuant to GCC Clause43.2.1.

43.1.2 The Adjudicator shall give his or her decision in writing to both parties within twenty-eight (28) days of the dispute being referred to the Adjudicator. If the Adjudicator has done so, and no notice of intention to commence arbitration has been given by either the Procuring Entity or the Supplier within fifty-six (56) days of such reference, the decision shall become final and binding upon the Procuring Entity and the Supplier. Any decision that has become final and binding shall be implemented by the parties forth with.

43.1.3 The Adjudicator shall be paid an hourly fee at the rate specified in the Contract Agreement plus reasonable expenditures incurred in the execution of duties as Adjudicator, and these costs shall be divided equally between the Procuring Entity and the Supplier.

43.1.4 Should the Adjudicator resign or die, or should the Procuring Entity and the Supplier agree that the Adjudicator is not fulfilling his or her functions in accordance with the provisions of the Contract, a new Adjudicator shall be jointly appointed by the Procuring Entity and the Supplier. Failing agreement between the two within twenty-eight (28) days, the new Adjudicator shall be appointed at the request of either party by the Appointing Authority specified in the SCC, or, if no Appointing Authority is specified in SCC, the Contract shall, from this point onward and until the parties may otherwise agree on an Adjudicator or an Appointing Authority, be implemented as if there is no Adjudicator.

43.2 Arbitration

43.2.1 If a) the Procuring Entity or the Supplier is dissatisfied with the Adjudicator's decision and acts before this

decision has become final and binding pursuant to GCC Clause 43.1.2, or b) the Adjudicator fails to give a decision within the allotted time from referral of the dispute pursuant to

GCC Clause 43.1.2, and the Procuring Entity or the Supplier acts within the following fourteen (14) days, or

c) in the absence of an Adjudicator from the Contract Agreement, the mutual consultation pursuant to GCC Clause 43.1.1 expires without resolution of the dispute and the Procuring Entity or the Supplier acts within the following fourteen (14) days, then either the Procuring Entity or the Supplier may act to give notice to the other party, with a copy for information to the Adjudicator incase an Adjudicator had been

Section VI. Technical Requirements

361

involved, of its intention to commence arbitration, as provided below, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

43.2.2 Any dispute in respect of which a notice of intention to commence arbitration has been given, in accordance with GCC Clause 43.2.1, shall be finally settled by arbitration. Arbitration may be commenced prior to or after Installation of the Information System.

43.2.3 Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

43.3 Notwithstanding any reference to the Adjudicator or arbitration in this clause,

a) The parties shall continue to perform their respective obligations under the Contract unless they otherwise agree;

b) The Procuring Entity shall pay the S

c) upplier any monies due the Supplier.

SECTION VII - SPECIAL CONDITIONS OF CONTRACT

Special Conditions of Contract

The following Special Conditions of Contract (SCC) shall supplement or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions of the SCC shall prevail over those in the General Conditions of Contract. For the purposes of clarity, any referenced GCC clause numbers are indicated in the left column of the SCC.

A. Contract and Interpretation

1. Definitions (GCC Clause1)

Section VI. Technical Requirements

363

GCC 12.1

Subject to the provisions of GCC Clause 12 (Terms of Payment), The Procuring Entity

shall pay the Contract price to the Supplier according to the Categories and in the

Manner Prescribed Below:

The Project Payment Milestones shall be as follows:

1. Civil Works- Certificate Based

2. Network Active Compnents (Equipment Delivery and

Power-up)

3. Server storage and Workstyations (Equipment Delivery

and Power-up)

4. Application and Utility Software(Delivery)

5. Implementation (Network Components, Server, Storage &

Workstations, Application&Software)

6. Electrical Works testing and Acceptance

7. Container, AC, UPS, Fire suppression, Access Control and

CCTV

8. Generator Supply Installation, Testing and Commissioning

9. Support and Maintenance-Invoiced Quarterly in arrears.

Section VI. Technical Requirements

365

Section VI. Technical Requirements

367

Section VI. Technical Requirements

369

Section VI. Technical Requirements

371

7.

SECTION VIII - CONTRACT FORMS

Notes to the Procuring Entity on preparing the Contract Forms.

Performance Security: Pursuant to GCC Clause 13.3, the successful Tenderer is required to provide the Performance

Security within twenty-eight (28) days of notification of Contract award.

Advance Payment Security: Pursuant to Clause13.2, the successful Tenderer is required to provide a bank guarantee

securing the Advance Payment, if the SCC related to GCC Clause 12.1 provides for an Advance Payment.

Installation and Operational Acceptance Certificates: Recommended formats for these certificates are included in

this SPD. Unless the Procuring Entity has good reason to require procedures that differ from those recommended, or

to require different wording in the certificates, the procedures and forms shall be included unchanged. If the Procuring

Entity wishes to amend the recommended procedures and/ or certificates, it may do so before release of the tendering

document to potential Tenderers.

Change Order Procedures and Forms: Similar to the Installation and Operational Acceptance Certificates, the

Change Estimate Proposal, Estimate Acceptance, Change Proposal, Change Order, and related Forms should be

included in the tendering document unaltered. If the Procuring Entity wishes to amend the recommended procedures

and/ or certificates, it may do so before release of the tendering document.

Notes to Tenderers on working with the Sample Contractual Forms

The following forms are to be completed and submitted by the successful Tenderer following notification of award:

(i) Contract Agreement, with all Appendices; (ii) Performance Security; and (iii) Advance Payment Security.

Contract Agreement: In addition to specifying the parties and the Contract Price, the Contract Agreement is where the:

(i) Supplier Representative; (ii) if applicable, agreed Adjudicator and his/her compensation; and (iii) the List of

Approved Subcontractors are specified. In addition, modifications to the successful Tenderer's Tender Price

Schedules are attached to the Agreement. These contain corrections and adjustments to the Supplier's tender prices

to correct errors, adjust the Contract Price to reflect - if applicable - any extensions to tender validity beyond the last

day of original tender validity plus 56 days, etc.

Performance Security: Pursuant to GCC Clause 13.3, the successful Tenderer is required to provide the Performance

Security in the form contained in this section of these tendering documents and in the amount specified in accordance

with the SCC.

Advance Payment Security: Pursuant to GCC Clause 13.2, the successful Tenderer is required to provide a bank

guaranteeforthefullamountoftheAdvancePayment-ifanAdvancePaymentisspecifiedintheSCCforGCCClause

12.1- in the form contained in this section of these tendering documents or another form acceptable to the Procuring

Entity. If a Tenderer wishes to propose a different Advance Payment Security form, it should submit a copy to the

Procuring Entity promptly for review and confirmation of acceptability before the tender submission deadline.

The Procuring Entity and Supplier will use the following additional forms during Contract implementation to

formalize or certify important Contract events: (i) the Installation and Operational Acceptance Certificates; and (ii)

the various Change Order forms. These and the procedures for their use during performance of the Contract are

included in the tendering documents for the information of Tenderers.

Section VI. Technical Requirements

373

1. Notification of Intention to Award [This Notification of Intention to Award shall be sent to each Tenderer that submitted a Tender.]

[Send this Notification to the Tenderer's Authorized Representative named in the Tenderer Information Form]

For the attention of Tenderer's Authorized Representative Name: ................................................... [insert

Authorized Representative's name]

Address: ..................................................................... [insert Authorized Representative's Address]

Telephone/Fax numbers: .................................................. [insert Authorized Representative's telephone/fax

numbers]

Email Address: ..................................................................... [insert Authorized Representative's email address]

[IMPORTANT: insert the date that this Notification is transmitted to all participating Tenderers. The Notification must be sent to all Tenderers simultaneously. This means on the same date and as close to the same time as possible.]

DATE OF TRANSMISSION: .............................This Notification is sent by: [email/fax] on[date](local time) Notification of Intention to Award

[Procuring Entity]: ............................ [insert the name of the Procuring Entity]

Project: ......................................[insert name of project]

Contract title: ................................ [insert the name of the contract]

Country: ............................................[insert country where ITT is issued]

ITT No: .................................................... [insert ITT reference number from Procurement Plan]

This Notification of Intention to Award (Notification) notifies you of our decision to award the above contract. The transmission of this Notification begins the Standstill Period. During the Standstill Period you may:

a) Request a debriefing inrelation to the evaluation of your Tender, and/ or

b) Submit a Procurement-related Complaint in relation to the decision to award the contract.

i) The successful Tenderer

1. Other Tenderers [INSTRUCTIONS: insert names of all Tenderers that submitted a Tender. If the Tender's price was evaluated include the evaluated price as well as the Tender price as read out.]

1. Reason/s why your Tender was unsuccessful [Delete if the combined score already reveals the reason]

[INSTRUCTIONS; State the reason/s why this Tenderer's Tender was unsuccessful. Do NOT include: (a) a point by point comparison with another Tenderer's Tender or (b) information that is marked confidential by the Tenderer in its Tender.]

3. How to request a debriefing

DEADLINE: The deadline to request a debriefing expires at midnight on [insert date] (local time).

You may request a debriefing in relation to the results of the evaluation of your Tender. If you decide to request a debriefing your written request must be made within three (3) Business Days of receipt of this Notification of Intention to Award.

Provide the contract name, reference number, name of the Tenderer, contact details; and address the request for debriefing as follows:

Attention: [insert full name of person, if applicable] Title/position: [insert title/position]

Agency: [insert name of Procuring Entity] Email address: [insert email address] Fax

number: [insert fax number] delete if not used

If your request for a debriefing is received within the 3 Business Days deadline, we will provide the debriefing within five (5) Business Days of receipt of your request. If we are unable to provide the debriefing within this period, the Standstill Period shall be extended by five (5) Business Days after the date that the debriefing is provided. If this happens, we will notify you and confirm the date that the extended Standstill Period will end.

The debriefing may be in writing, by phone, video conference call or in person. We shall promptly advise you in writing how the debriefing will take place and confirm the date and time. If the deadline to request a debriefing has expired, you may still request a debriefing. In this case, we will provide the debriefing as soon as practicable, and normally no later than fifteen (15) Business Days from the date of publication of the Contract Award Notice.

4. How to make a complaint

DEADLINE: The deadline for submitting a Procurement-related Complaint challenging the decision to award the contract expires on midnight, [insert date] (local time).

Provide the contract name, reference number, name of the Tenderer, contact details; and address the Procurement- related Complaint as follows:

Attention: [insert full name of person, if applicable] Title/position: [insert title/position]

Agency: [insert name of Procuring Entity] Email address: [insert email address]

At this point in the procurement process, you may submit a Procurement-related Complaint challenging the decision to award the contract. You do not need to have requested, or received, a debriefing before making this complaint. Your complaint must be submitted within the Standstill Period and received by us before the Standstill Period ends. Further information:

For more information refer to the Public Procurement and Disposals Act 2015 and its Regulations available from the Website [email protected] or [email protected].

In summary, there are four essential requirements:

1. You must be an' interested party'. In this case, that means a Tenderer who submitted a Tender in this procurement, and is the recipient of a Notification of Intention to Award.

2. The complaint can only challenge the decision to award the contract. 3. You must submit the complaint within the deadline stated above. 4. You must include, in your complaint, all of the information required by the Procurement Regulations (as

described in Annex III).

Section VI. Technical Requirements

375

5. Standstill Period

DEADLINE: The Standstill Period is due to end at midnight on [insert date] (local time).

The Standstill Period lasts ten (10) Business Days after the date of transmission of this Notification of Intention to Award.

The Standstill Period may be extended. This may happen where we are unable to provide a debriefing within the five (5) Business Day deadline. If this happens we will notify you of the extension.

If you have any questions regarding this Notification please do not hesitate to contact

us. On behalf of the Procuring Entity:

Signature:

Name:

Title/position:

Telephone:

Email:

2. Notification of Award-Form of Acceptance

)

To:

This is to notify you that your Tender dated for execution of the

for the Contract Price in the aggregate of , as corrected and modified in

accordance with the Instructions to Tenderers is here by accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose one of the Performance Security Forms included in Section X, - Contract Forms, of the Tendering Document.

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Contract Agreement

3. Contract Agreement

THIS CONTRACT AGREEMENT is made on the ........[insert: ordinal] day of ........ [insert: month], [insert: year]. BETWEEN (1) .................. [insert: Name of Procuring Entity], a [insert: description of type of legal entity, for example, an agency of the Department of……..] of the Government of Kenya, or corporation incorporated under the laws of Kenya and having its principal place of business at [insert: address of Procuring Entity] (here in after called “the Procuring Entity”), and (2).......................[insert: name of Supplier], a corporation incorporated under the laws of [insert: country of Supplier] and having its principal place of business at [insert: address of Supplier] (here in after called “the Supplier”).

WHEREAS the Procuring Entity desires to engage the Supplier to supply, install, achieve Operational Acceptance of, and support the following Information System [insert: brief description of the Information System] (“the System”), and the Supplier has agreed to such engagement upon and subject to the terms and conditions appearing below in this Contract Agreement.

NOW IT IS HERE BY AGREED as follows:

Article 1. Contract Documents 1. Contract Documents (Reference GCC Clause1.1(a) (ii))

The following documents shall constitute the Contract between the Procuring Entity and the Supplier, and each shall be read and construed as an integral part of the Contract: a) This Contract Agreement and the Appendices attached to the Contract Agreement b) Special Conditions of Contract c) General Conditions of Contract d) Technical Requirements (including Implementation Schedule) e) The Supplier's tender and original Price Schedules f) [Add here: any other documents]

1.2 Order of Precedence (Reference GCC Clause 2) In the event of any ambiguity or conflict between the Contract Documents listed above, the order of precedence shall be the order in which the Contract Documents are listed in Article 1.1 (Contract Documents) above, provided that Appendix 7 shall prevail over all provisions of the Contract Agreement and the other Appendices attached to the Contract Agreement and all the other Contract Documents listed in Article 1.1above.

1.3 Definitions (Reference GCC Clause1)

Capitalized words and phrases used in this Contract Agreement shall have the same meanings as prescribed to them in the General Conditions of Contract.

Article 2. Contract Price and Terms of Payment

2.1 Contract Price (Reference GCC Clause 1.1(a)(viii) and GCC Clause 11) The Procuring Entity here by agrees to pay to the Supplier the Contract Price in consideration of the performance by the Supplier of its obligations under the Contract. The Contract Price shall be the aggregate of: [ insert: amount of foreign currency A in words], [insert: amount in figures], plus [insert: amount of foreign currency B in words], [insert: amount in figures], plus [ insert: amount of foreign currency C in words], [insert: amount in figures], [insert: amount of local currency in words], [insert: amount in figures], as specified in the Grand Summary Price Schedule.

The Contract Price shall be understood to reflect the terms and conditions used in the specification of prices in the detailed price schedules, including the terms and conditions of the associated incoterms, and the taxes, duties and related levies if and as identified.

Article 3. Effective Date for Determining Time for Operational Acceptance

3.1 Effective Date (Reference GCC Clause 1.1(e) (ix)) The time allowed for supply, installation, and achieving Operational Acceptance of the System shall be determined from the date when all of the following conditions have been fulfilled: a) This Contract Agreement has been duly executed for and on behalf of the Procuring Entity and the

Supplier; b) The Supplier has submitted to the Procuring Entity the performance security and the advance payment

security, in accordance with GCC Clause 13.2 and GCC Clause13.3;

Section VI. Technical Requirements

377

c)

d) The Procuring Entity has paid the Supplier the advance payment, in accordance with GCC Clause 12; Each party shall use its best efforts to fulfill the above conditions for which it is responsible as soon as practicable.

3.2 If the conditions listed under 3.1 are not fulfilled within two (2) months from the date of this Contract Agreement because of reasons not attributable to the Supplier, the parties shall discuss and agree on an equitable adjustment to the Contract Price and the Time for Achieving Operational Acceptance and/or other relevant conditions of the Contract.

Article 4. Appendixes

4.1 The Appendixes listed below shall be deemed to form an integral part of this Contract Agreement.

4.2 Reference in the Contract to any Appendix shall mean the Appendixes listed below and attached to this Contract Agreement, and the Contract shall be read and construed accordingly. APPENDIXES Appendix 1. Supplier's Representative Appendix 2. Adjudicator [If there is no Adjudicator, state “not applicable”] Appendix 3. List of Approved Subcontractors Appendix 4. Categories of Software Appendix 5. Custom Materials Appendix 6. Revised Price Schedules (if any) Appendix 7. Minutes of Contract Finalization Discussions and Agreed-to Contract Amendments

IN WITNESS WHEREOF the Procuring Entity and the Supplier have caused this Agreement to be duly executed by their duly authorized representatives the day and year first above written.

i) For and on behalf of the Procuring Entity

Signed:

in the capacity of [insert: title or other appropriate designation]

in the presence of

ii) For and on behalf of the Supplier

Signed:

in the capacity of [insert: title or other appropriate designation]

in the presence of

4. Appendices

a) Appendix 1. Supplier’s Representative

In accordance with GCC Clause 1.1 (b) (iv), the Supplier's Representative is:

Name: .......................................[ insert: name and provide title and address further below, or state “to be nominated within fourteen (14) days of the Effective Date”]

Title: .......................................[ if appropriate, insert: title]

In accordance with GCC Clause 4.3, the Supplier's addresses for notices under the Contract are:

Address of the Supplier's Representative: ...........................[ as appropriate, insert: personal delivery, postal, cable, facsimile, electronic mail, and/or EDI addresses.]

Fallback address of the Supplier: ...........................[ as appropriate, insert: personal delivery, postal, cable, facsimile, electronic mail, and/or EDI addresses.]

Section VI. Technical Requirements

379

b) Appendix

2. Adjudicator in accordance with GCC Clause1.1 (b) (vi), the agreed-upon Adjudicator is: Name:

................................................................... [insert: name] Title: ...................................................................

[insert: title] Address: ...................................................................[insert: postal address] Telephone:

................................................................... [insert: telephone] in accordance with GCC Clause 43.1.3, the

agreed-upon fees and reimbursable expenses are: Hourly Fees: ..................................................................

[insert: hourly fees] Reimbursable Expenses: ...................................................................[list: reimbursables]

Pursuant to GCC Clause 43.1.4, if at the time of Contract signing, agreement has not been reached between the Procuring Entity and the Supplier, an Adjudicator will be appointed by the Appointing Authority named in the SCC.

c) Appendix 3. List of Approved Subcontractors

The Procuring Entity has approved use of the following Subcontractors nominated by the Supplier for carrying out

the item or component of the System indicated. Where more than one Subcontractor is listed, the Supplier is free to

choose between them, but it must notify the Procuring Entity of its choice sufficiently in advance of the time when

the subcontracted work needs to commence to give the Procuring Entity reasonable time for review. In accordance

with GCC Clause 20.1, the Supplier is free to submit proposals for Subcontractors for additional items from time to

time. No subcontracts shall be placed with any such Subcontractors for additional items until the Subcontractors have

been approved in writing by the Procuring Entity and their names have been added to this list of Approved

Subcontractors, subject to GCC Clause20.3.

[ specify: item, approved Subcontractors, and their place of registration that the Supplier proposed in the

corresponding attachment to its tender and that the Procuring Entity approves that the Supplier engage during

the performance of the Contract. Add additional pages as necessary.]

Section VI. Technical Requirements

381

d) Appendix 4. Categories of Software

The following table assigns each item of Software supplied and installed under the Contract to one of the three categories: (i) System Software, (ii) General-Purpose Software, or (iii) Application Software; and to one of the two categories: (i) Standard Software or (ii) Custom Software.

e) Appendix 5. Custom Materials

The follow table specifies the Custom Materials the Supplier will provide under the Contract.

Section VI. Technical Requirements

383

f) Appendix 6. Revised Price Schedules

The attached Revised Price Schedules (if any) shall form part of this Contract Agreement and, where differences exist, shall supersede the Price Schedules contained in the Supplier's Tender. These Revised Price Schedules reflect any corrections or adjustments to the Supplier's tender price, pursuant to the ITT Clauses 30.3 and 38.2.

g) Appendix 7. Minutes of Contract Finalization Discussions and Agreed-to Contract Amendments

The attached Contract amendments (if any) shall form part of this Contract Agreement and, where differences exist, shall supersede the relevant clauses in the GCC, SCC, Technical Requirements, or other parts of this Contract as defined in GCC Clause 1.1 (a) (ii).

Section VI. Technical Requirements

385

5. Performance and Advance Payment Security Forms

5.1 Performance Security Form (Demand Bank Guarantee)

[The bank, as requested by the successful Tenderer, shall fill in this form in accordance with the instructions indicated]

[Guarantor Form head or SWIFT identifier code] .................................................................................

[insert: Bank's Name, and Address of Issuing Branch or Office] Beneficiary: ............................................... [insert: Name and Address of Procuring Entity] Date: .......................................................... [insert: date] PERFORMANCE GUARANTEE No.: ........................ [insert: Performance Guarantee Number] Guarantor: ............................................ [Insert name and address of place of issue, unless indicated in the Form head.]

We have been informed that on [insert: date of award] you awarded Contract No. [insert: Contract number] for

[insert: title and/or brief description of the Contract] (hereinafter called "the Contract") to [insert: complete name

of Supplier which in the case of a joint venture shall be in the name of the joint venture] (hereinafter called "the

Applicant"). Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee

is required.

At the request of the Applicant, we as Guarantor here by irrevocably undertake to pay you any sum(s) not exceeding

[insert: amount(s)1 in figures and words] such sum being payable in the types and proportions of currencies which

the Contract Price is payable upon receipt by us of the Beneficiary's statement, whether in the demand itself or in a

separate signed document accompanying or identifying the demand, stating that the Applicant is in breach of its

obligation(s) under the contract without the Beneficiary needing to prove or to showgrounds or reasons for their

demand or the sum specified there in.

On the date of your issuing, to the Supplier, the Operational Acceptance Certificate for the System, the value of this

guarantee will be reduced to any sum(s) not exceeding.......................... [insert: amount(s) 4 in figures and words].

This remaining guarantee shall expire no later than........................[insert: number and select: of months/of years (of

the Warranty Period that needs to be covered by the remaining guarantee)] from the date of the Operational

Acceptance Certificate for the System2, and any demand for payment under it must be received by us at this office on

or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under 15 (a) is hereby excluded.

[Signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

1The bank shall insert the amount(s) specified and denominated in the SCC for GCC Clauses 13.3.1 and 13.3.4 respectively, either in the currency(ies) of the

Contract or a freely convertible currency acceptable to the Procuring Entity.

2In this sample form, the formulation of this paragraph reflects the usual SCC provisions for GCC Clause 13.3. However, if the SCC for GCC Clauses 13.3.1 and

13.3.4 varies from the usual provisions, the paragraph, and possibly the previous paragraph, need to be adjusted to precisely reflect the provisions specified in the SCC.

5.2 Advance Payment Security

Demand Bank Guarantee

[Guarantor Form head or SWIFT identifier code]

Beneficiary: ............................................................... [insert: Name and Address of Procuring Entity]

Date: .......................................................................... [insert date of issue]

ADVANCE PAYMENT GUARANTEE No.: .................................. [insert: Advance Payment Guarantee Number]

Guarantor: .......................................... [Insert name and address of place of issue, unless indicated in the Form head]

We have been informed that on.....................................[insert: date of award] you awarded Contract No. [insert: Contract number] for ...................[insert: title and/or brief description of the Contract] (here in after called "the Contract") to [insert: complete name of Supplier, which in the case of a joint venture shall be the name of the joint venture] (here in after called” the Applicant").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum of [insert: amount in numbers and words, for each currency of the advance payment] is to be made to the Supplier against an advance payment guarantee.

At the request of the Applicant, we as Guarantor, here by irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of.................................[insert amount in figures] ( ) [insert amount in words]

1

upon receipt by us of the Beneficiary's complying demand supported by the Beneficiary's statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating either that the Applicant:

(a) Has used the advance payment for purposes other than toward delivery of Goods; or

(b) has failed to repay the advance payment in accordance with the Contract conditions, specifying the amount which the Applicant has failed to repay.

A demand under this guarantee may be presented as from the presentation to the Guarantor of a certificate from the Beneficiary's bank stating that the advance payment referred to above has been credited to the Applicant on its account number..............................[insert number]at..............................[insert name and address of Applicant's bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Applicant as specified in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that ninety (90) percent of the Accepted Contract Amount, has been certified for payment, or on the.............................[insert day] day of..........................................[insert month], 2 [insert year], whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No.758, except that the supporting statement under Article 15(a) is hereby excluded.

[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

Section VI. Technical Requirements

387

6. Installation and Acceptance Certificates (insert format)

Installation Certificate

Date: .................................................. [insert: date]

ITT: ................................................... [insert: title and number of ITT]

Contract: .......................................... [insert: name and number of Contract]

To: .................................................... [insert: name and address of Supplier]

Dear Sir or Madam:

Pursuant to GCC Clause 26 (Installation of the System) of the Contract entered into between yourselves and

the....................... [insert: name of Procuring Entity] (hereinafter the “Procuring Entity”) dated.............................

[insert: date of Contract], relating to the............................[insert: brief description of the Information System], we

hereby notify you that the System (or a Subsystem or major component thereof) was deemed to have been correctly

installed on the date specified below.

1. Description of the System (or relevant Subsystem or major component: .................................... [insert: description]

2. Date of Installation: ............................................................................................................ [insert: date]

Notwithstanding the above, you are required to complete the outstanding items listed in the attachment to this

certificate as soon as practicable. This Form shall not relieve you of your obligation to achieve Operational

Acceptance of the System in accordance with the Contract nor of your obligations during the Warranty Period.

For and on behalf of the Procuring Entity

Signed: ............................................................................................................

Date: ................................................................................................................

in the capacity of: ............................................................................................................[ state: “Project Manager” or

state the title of a higher-level authority in the Procuring Entity's organization]

1.1 Operational Acceptance Certificate

Date: ...............................[insert: date]

ITT: ................................[insert: title and number of ITT]

Contract: .......................[insert: name of System or Subsystem and number of Contract]

To: ................................[insert: name and address of Supplier]

Dear Sir or Madam:

Pursuant to GCC Clause 27 (Commissioning and Operational Acceptance) of the Contract entered into between

yourselves and the.......................[insert: name of Procuring Entity] (hereinafter the “Procuring Entity”)

dated....................... [ insert: date of Contract], relating to the.......................[insert: brief description of the

Information System], we hereby notify you the System (or the Subsystem or major component identified below)

successfully completed the Operational Acceptance Tests specified in the Contract. In accordance with the terms of

the Contract, the Procuring Entity here by takes over the System (or the Subsystem or major component identified

below), together with the responsibility for care and custody and the risk of loss thereof on the date mentioned below.

1. Description of the System (or Subsystem or major component): .............................[insert: description]

2. Date of Operational Acceptance: .............................[insert: date]

This Form shall not relieve you of your remaining performance obligations under the Contract nor of your obligations during the Warranty Period.

For and on behalf of the Procuring Entity

Signed: ..............................................................................................

Date: ..................................................................................................

in the capacity of: ............................................................................[state: “Project Manager” or higher-level authority in the Procuring Entity's organization]

Section VI. Technical Requirements

389

7. Change Order Procedures and Forms

Date: ...................................[ insert: date]

ITT: .....................................[ insert: title and number of ITT]

Contract: ............................[ insert: name or System or Subsystem and number of Contract]

General

This section provides samples of procedures and forms for carrying out changes to the System during the performance of the Contract in accordance with GCC Clause 39 (Changes to the System) of the Contract.

Change Order Log

The Supplier shall keep an up-to-date Change Order Log to show the current status of Requests for Change and

Change Orders authorized or pending. Changes shall be entered regularly in the Change Order Log to ensure that the

log is kept up-to-date. The Supplier shall attach a copy of the current Change Order Log in the monthly progress

report to be submitted to the Procuring Entity.

References to Changes

1) Request for Change Proposals (including Application for Change Proposals) shall be serially numbered CR-nnn.

2) Change Estimate Proposals shall be numbered CN-nnn.

3) Estimate Acceptances shall be numbered CA-nnn.

4) Change Proposals shall be numbered CP-nnn.

5) Change Orders shall be numbered CO-nnn. On all forms, the numbering shall be determined by the

original CR-nnn.

Annexes

7.1 Request for Change Proposal Form

7.2 Change Estimate Proposal Form

7.3 Estimate Acceptance Form

7.4 Change Proposal Form

7.5 Change Order Form

7.6 Application for Change Proposal Form

7.1 Request for Change Proposal Form

(Procuring Entity's Form head)

Date: .......................................[insert: date]

ITT: ........................................[insert: title and number of ITT]

Contract: ...............................[insert: name of System or Subsystem or number of Contract]

To: ........................................[insert: name of Supplier and address]

Attention: ...............................[insert: name and title]

Dear Sir or Madam:

With reference to the above-referenced Contract, you are requested to prepare and submit a Change Proposal for the Change noted below in accordance with the following instructions within [ insert: number] days of the date of this Form.

1. Title of Change: [insert: title]

2. Request for Change No./Rev.: [insert: number]

3. Originator of Change: [select Procuring Entity / Supplier (by Application for Change Proposal), and add: name of originator]

4. Brief Description of Change: [insert: description]

5. System (or Subsystem or major component affected by requested Change): [insert: description]

6. Technical documents and/ or drawings for the request of

Change: Document or Drawing No. Description

7. Detailed conditions or special requirements of the requested Change: [insert: description]

8. Procedures to be followed: a) Your Change Proposal will have to show what effect the requested Change will have on the Contract Price. b) Your Change Proposal shall explain the time it will take to complete the requested Change and the impact,

if any, it will have on the date when Operational Acceptance of the entire System agreed in the Contract. c) If you believe implementation of the requested Change will have a negative impact on the quality,

operability, or integrity of the System, please provide a detailed explanation, including other approaches that might achieve the same impact as the requested Change.

d) You should also indicate what impact the Change will have on the number and mix of staff needed by the Supplier to perform the Contract.

e) You shall not proceed with the execution of work related to the requested Change until we have accepted and confirmed the impact it will have on the Contract Price and the Implementation Schedule in writing.

9. As next step, please respond using the Change Estimate Proposal form, indicating how much it will cost you to prepare a concrete Change Proposal that will describe the proposed approach for implementing the Change, all it’s elements, and will also address the points in paragraph 8 above pursuant to GCC Clause 39.2.1. Your Change Estimate Proposal should contain a first approximation of the proposed approach, and implications for schedule and cost, of the Change.

For and on behalf of the Procuring Entity

Signed: ........................................................................................

Date: ........................................................................................

in the capacity of: ................[ state: “Project Manager” or higher-level authority in the Procuring Entity's organization]

Section VI. Technical Requirements

391

7.2 Change Estimate Proposal Form

(Supplier's Form head)

Date: ....................................................[insert: date]

ITT: ....................................................[ insert: title and number of ITT]

Contract: ............................................[insert: name of System or Subsystem and number of Contract]

To: ..................................[insert: name of Procuring Entity and address]

Attention: .................................. [insert: name and title]

Dear Sir or Madam:

With reference to your Request for Change Proposal, we are pleased to notify you of the approximate cost of preparing

the below-referenced Change in accordance with GCC Clause 39.2.1 of the Contract. We acknowledge that your

agreement to the cost of preparing the Change Proposal, in accordance with GCC Clause 39.2.2, is required before

we proceed to prepare the actual Change Proposal including a detailed estimate of the cost of implementing the

Change itself.

1. Title of Change: .......................................................................[insert: title]

2. Request for Change No./Rev.: .................................................[insert: number]

3. Brief Description of Change (including proposed implementation approach): .................[insert: description]

4. Schedule Impact of Change (initial estimate): .....................[insert: description]

5. Initial Cost Estimate for Implementing the Change: .....................[insert: initial cost estimate]

6. Cost for Preparation of Change Proposal: .....................[insert: cost in the currencies of the Contract], as detailed below in the breakdown of prices, rates, and quantities.

For and on behalf of the Supplier Signed:

.............................................................................

Date: ..................................................................................

in the capacity of: ......................[state: “Supplier's Representative” or other higher-level authority in the Supplier's organization]

7.3 Estimate Acceptance Form

(Procuring Entity's Form head) Date: .......................[insert: date]

ITT.......................[insert: title and number of ITT]

Contract: .......................[insert: name of System or Subsystem and number of Contract]

To: .......................[insert: name of Supplier and address]

Attention: ........................................[insert: name and title]

Dear Sir or Madam:

We hereby accept your Change Estimate and agree that you should proceed with the preparation of a formal Change Proposal.

1. Title of Change: [insert: title]

2. Request for Change No./ Rev.: [insert: request number /revision]

3. Change Estimate Proposal No./ Rev.: [insert: proposal number/ revision]

4. Estimate Acceptance No./ Rev.: [insert: estimate number/ revision]

5. Brief Description of Change: [insert: description]

6. Other Terms and Conditions:

In the event that we decide not to order the Change referenced above, you shall be entitled to compensation for the cost of preparing the Change Proposal up to the amount estimated for this purpose in the Change Estimate Proposal, in accordance with GCC Clause 39 of the General Conditions of Contract.

For and on behalf of the Procuring Entity

Signed: ..................................................

Date: .......................................................

in the capacity of: ..............[state: “Project Manager” or higher-level authority in the Procuring Entity's organization]

Section VI. Technical Requirements

393

7.4 Change Proposal Form

(Supplier's Form head)

Date: ..............[insert: date] ITT: .....................[insert: title and number of ITT] Contract: ...................[insert: name of System or Subsystem and number of Contract]

To: ........................................[insert: name of Procuring Entity and address]

Attention: .................................[insert: name and title]

Dear Sir or Madam:

In response to your Request for Change Proposal No. [insert: number], we here by submit our proposal as

follows:

1. Title of Change: [insert: name]

2. Change Proposal No./ Rev.: [insert: proposal number /revision]

3. Origin at or of Change: [select: Procuring Entity /Supplier; and add: name]

4. Brief Description of Change: [insert: description]

5. Reasons for Change: [insert: reason]

6. The System Subsystem, major component, or equipment that will be affected by the requested Change: [insert: description]

7. Technical documents and/ or drawings for the requested Change: Document or Drawing No. Description

8. Estimate of the increase/ decrease to the Contract Price resulting from the proposed Change: [insert: amount in currencies of Contract], as detailed below in the breakdown of prices, rates, and quantities. Total lump sum cost of the Change:

Cost to prepare this Change Proposal (i. e., the amount payable if the Change is not accepted, limited as provided by GCC Clause 39.2.6):

9. Additional Time for Achieving Operational Acceptance required due to the Change: [insert: amount in days/ weeks]

10. Effect on the Functional Guarantees: [insert: description]

11. Effect on the other terms and conditions of the Contract: [insert: description]

12. Validity of this Proposal: for a period of ..........[insert: number] days after receipt of this Proposal by the Procuring Entity

13. Procedures to be followed: a) You are requested to notify us of your acceptance, comments, or rejection of this detailed Change

Proposal within......[insert: number] days from your receipt of this Proposal. b) The amount of any increase and / or decrease shall be taken into account in the adjustment of the

Contract Price.

For and on behalf of the Supplier

Signed: ...................................................

Date: .......................................................

in the capacity of: …… [state: “Supplier's Representative” or other higher-level authority in the Supplier's

organization]

7.5 Change Order Form

(Procuring Entity's Form head)

Date: .......................................[insert: date]

ITT: .......................................[insert: title and number of ITT]

Contract: ...............................[insert: name of System or Subsystem and number of Contract]

To: .......................................[insert: name of Supplier and address]

Attention: ............................[insert: name and title]

Dear Sir or Madam:

We hereby approve the Change Order for the work specified in Change Proposal No. [insert: number], and agree to

adjust the Contract Price, Time for Completion, and/ or other conditions of the Contract in accordance with GCC

Clause 39 of the Contract.

1. Title of Change: [insert: name]

2. Request for Change No./ Rev.: [insert: request number/ revision]

3. Change Order No./ Rev.: [insert: order number/ revision]

4. Origin at or of Change: [select: Procuring Entity / Supplier; and add: name]

5. Authorized Price for the Change: Ref. No.: [insert: number] Date: [insert: date]

[ insert: amount in foreign currency A] plus [ insert: amount in foreign currency B] plus [ insert: amount in foreign currency C] plus [ insert: amount in local currency]

6. Adjustment of Time for Achieving Operational Acceptance: [insert: amount and description of adjustment]

7. Other effects, if any: [state: “none” or insert description]

For and on behalf of the Procuring Entity

Signed: ..........................................................................

Date: ...............................................................................

in the capacity of: .................[state: “Project Manager” or higher-level authority in the Procuring Entity's organization]

For and on behalf of the Supplier

Signed: ..........................................................................

Date: ...............................................................................

in the capacity of: .........[ state “Supplier's Representative” or higher-level authority in the Supplier's organization]

Section VI. Technical Requirements

395

7.6 Application for Change Proposal Form

(Supplier's Form head)

Date: ............................................[insert: date]

ITT: ..............................................[insert: title and number of ITT]

Contract: .....................................[ insert: name of System or Subsystem and number of Contract]

To: ...........................[insert: name of Procuring Entity and address]

Attention: ...........................[insert: name and title]

Dear Sir or Madam:

We hereby propose that the below-mentioned work be treated as a Change to the

System.

1. Title of Change: ...........................[insert: name]

2. Application for Change Proposal No./ Rev.: .................[insert: number/ revision] dated: [insert: date]

3. Brief Description of Change: ...........................[insert: description]

4. Reasons for Change: ...........................[insert: description]

5. Order of Magnitude Estimation: ...........................[insert: amount in currencies of the Contract]

6. Schedule Impact of Change: ...........................[insert: description]

7. Effect on Functional Guarantees, if any: ...........................[insert: description]

8. Appendix: ...........................[insert: titles (if any); otherwise state “none”]

For and on behalf of the Supplier

Signed: ..........................................................................

Date: ..............................................................................

in the capacity of: .........................................[state: “Supplier's Representative” or higher-level authority in the Supplier's organization]

Annex :

Public Procurement Regulatory Authority (PPRA)

National Bank Building, 11th Floor, Harambee Avenue

P.O Box 58535- 00200, Nairobi Kenya

Telephone: +254 020 3244000, 2213106/7

Email: [email protected]

Website: www.ppra.go.ke