ADDENDUM FOR TENDER NO.: EACC/T34/2014-2015
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISSIONING OF A WIRELESS NETWORK (WI-FI)
APPENDIX TO INSTRUCTIONS TO TENDERERS
INSTRUCTIONS TO TENDERERS REFERENCE
PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
2.1.1 See Evaluation Criteria at the appendix
2.8
Documents Comprising the Tender C) Documentary evidence will also include: Schedule of compliance listing every sub – clause of these instruction to bidders with the words “Agreed”, “Not Agreed”, “Complied”, “Not Complied” as appropriate against each sub clause. Failure to provide a schedule of compliance to anyone of these conditions may result in the rejection of the bid.
2.12 • Tenderers Eligibility and Qualifications See Evaluation Criteria at the appendix
2.13 • Good eligibility and conformity to Tender Document See Evaluation Criteria at the appendix
2.14.1 Tender security
Ksh. 100,000. Validity period - 150 days after date of tender opening.
Form in format provided from either of the following (a) cash; (b) a bank guarantee; (c) such insurance company guarantee as may be
approved by the Authority; (d) a letter of credit; or
(e) guarantee by a deposit taking microfinance institution, Sacco society, the Youth Enterprise Development Fund or the Women Enterprise Fund.
2.15 Validity of Tenders
Validity period of tender is 120 days after date of tender opening
2.16 Format and Signing of Tender The tenderer shall prepare two copies of the tender (One
original and one copy), clearly marking each “ORIGINAL TENDER” and “COPY
OF TENDER,” as appropriate. NB/ All pages of the tender, except for unamended printed
literature, shall be initialed by the person or persons Signing the tender.
2.17
Sealing and Marking of Tenders The Tenderer shall seal the original and each copy of the tender in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall:
(a) be addressed to the Procuring entity at the address:
The Secretary/Chief Executive Officer Ethics and Anti-Corruption Commission
P. O. Box 61130-00200 NAIROBI
(b) bear the tender number and name in the Invitation to Tender: TENDER REF NO. EACC/T34/2013-2014 - Supply, Delivery, Installation, Configuration and Commissioning of a Wireless Network (WI-FI) and the words: “DO NOT OPEN BEFORE 17th April, 2015 at 11.00 a.m.
The inner envelopes shall also indicate the name and address of
the tenderer to enable the tender to be returned unopened in case it is declared “late”.
2.18.1 Deadline for Submission of Tenders 17th April, 2015 at 11.00 a.m.
2.20.1 Venue for Tender Opening: First Floor Board Room, Integrity Centre.
2.22 Preliminary Examination and Responsiveness Evaluation Criteria The following requirements must be met by the tenderer not withstanding other requirements in the tender documents:- Mandatory Requirements (MR)
No. Requirements Responsive or
Not Responsive MR1 Must Submit a copy of certificate of
Registration/Incorporation
MR2 Must Submit a copy of a valid Tax Compliance certificate
MR3 Must provide Bid Security of Ksh. 100,000 (or Dully filled Tender security declaration form for small and micro business enterprises in the format provided).
MR4 Must Fill the Price Schedule in the format provided
MR5 Must Fill the Form of Tender in the Format provided
MR6 Must submit a dully filled up self-declaration form in format provided
MR7 Must submit a dully filled up Confidential Business Questionnaire in format provided
MR 8 Evidence of attending site survey for all the listed offices
At this stage, the tenderer’s submission will either be responsive in all the mandatory (MR) requirements above or non-responsive. The non-responsive submissions will be eliminated from the entire evaluation process and will not be considered further.
2.24 Evaluation and Comparison of Tenders
Technical Scores (T.S.) This section (Technical Evaluation) will carry a total of 80% of the whole evaluation
No. Evaluation Attribute
Tenderer’s
Response
Weighting Score Max. Score
T.S.1
Number of years in Supply, Delivery, Installation, Configuration and Commissioning of a Wireless Network (WI-FI)
• 2 years and above (10 marks )
• 1 – below 2 years (5 marks)
• Below 1 Year (3marks )
10
T.S.2
Provide a list of clients and references, LPOs to which the company has provided similar services in the last 3 years.
• 3 or more Clients with references (15 marks)
• Others prorated at: Number of Clients’ x 20
3
15
T.S.3
Qualifications of key personnel on the proposed system
• With Cvs and relevant certificates attached – 10 marks
• Not attached – 0 marks
10
T.S.4
Please indicate minimum time required to Supply, Install, Configure and Commission a Wireless Network (WI-
• One week and below – 10 marks
• One – two weeks –
8 marks
• Two – Four weeks – 6 marks
10
FI) after an LPO is issued. (Please note that this will be used in performance evaluation for the successful bidder)
Four weeks and above – 4 marks
T.S.5
Physical Facilities • Provide
details of physical address and contacts – attach evidence
• Details of physical address and contacts with copy of title or lease documents or latest utility bill – 5 marks
• Not provided – 0 mark
5
T.S.6
The supplier meeting the required Wi-Fi requirements / specifications
If the product meets all the required specifications – 40 marks If not – 0 marks
40
T.S.7
Manufacturer’s authorization on the proposed systems.
• Authorization provided – 10 marks
• Not provided – 0 marks
10
Bidders are required to attend a site survey and sign the attendance register at the Commission’s Headquarters at Integrity Centre (Mandatory).
Only bidders who score 80% and above will be subjected to financial evaluation. Those who score below 80% will be eliminated at this stage from the entire evaluation process and will not be considered further. Award Criteria: Award will be made to the lowest evaluated bidder.
2.29.1 Performance Security
10% of contract price to be submitted by winning bidder after contract award
SITE SURVEY The tender document has been adjusted as follows Bibbers shall understate site visits at their own time and cost. Site survey is to be undertaken between 31st March 2015 and 14th April 2015 and bidders must sign the survey register for each site as follows: The survey is for the purposes of: Identifying the location where the WAN signals are terminated (WAN Routers) Identifying appropriate mount points for the access points as per the specification numbers and to cover areas identified below. Establishing the amounts of cables (power, data etc) and works required to mount the access points. Expected WiFi coverage areas per office The a bidder may contact the person listed below to assist in the site visit
Region Office Location Contact Person Phone
Nairobi
Integrity Centre
Gichuru Riria 724283244
Milimani / Valley Road Junction (Boardroom x 2, meeting room x 5, ICT area x 1, Third Floor Commissioners x 3, CEO x 1, D/CEO x 2, Ground Floor x 2
Nairobi
Kenya Leadership and Integrity Forum Jirmo Buke 729231452 Nairobi Business Park, Wing B, Ngong Road
JKIA New Arrivals Top Floor David Kangara 720391295
Malindi Pine Court, Ground Floor,
George Ojowi 720302050 Lamu Road, opposite Nakumatt
Mombasa ACK Mombasa Memorial Complex, 3rd Floor Alfred
Mwachugha 722339247 Nkrumah Road
Garissa Province Road opposite Almond Hotel
Abraham Kemboi 725546622
Machakos Kiamba Mall, 4th Floor Enock Otiko 720679851
Nyeri Advocates Plaza next to the Law Courts, Ground Floor Elijah Njiru 721779608
Isiolo Plot No. 52 – (Single Story House) Ignatius
Wekesa 722957436 Kiwanjani Low Density next to IEBC Offices
Eldoret Imperial Court Building, Wing A, Uganda Road Rose Otuoma 701039772
Nakuru Shiv Plaza, 4th Floor, Kenyatta Avenue
Martin Linus Chomba 721713811
Kisumu Jubilee Insurance House, 3rd Floor, Ang’awa / Oginga Odinga Street Junction
Gladys Amutavy 724962996
Malaba Boder Point Motel Buildling, 1st Floor
Sambai Kipsang 722236006
ADDENDUM FOR TENDER No.: EACC/T38/2013-2014
PROVISION OF GENERAL INSURANCE COVER FOR FINANCIAL YEAR 2015/2016
The document has been amended as follows EVALUATION CRITERIA AND WEIGHTS Mandatory Requirements (MR)
No. Requirements Responsive or
Not Responsive MR1 Must Submit a copy of Certificate of
Registration/ Incorporation
MR2 Must Submit a copy of Valid Tax Compliance certificate
MR3 Must Fill the Price Schedule in the format provided
MR4 Must Fill the Form of Tender in the Format provided
MR5 Must submit evidence of the firm location eg. (single business permit)
MR6 Must submit a dully filled up self-declaration form in format provided
MR7 Must submit a Tender security of Kes .100, 000 valid for 150 days after date of tender opening.
MR8 Must submit a dully filled up Confidential Business Questionnaire in the format provided.
MR 9 Must be registered with the Insurance Regulatory Authority for the year 2015 and a copy of the current license be submitted.
MR10 Must submit Audited accounts for the last three years (2012 to 2014)
MR11 Evidence of the company being un underwriter
MR 12 Must have done annual gross premiums in previous year of Kes s.700 Million
MR 13 Must have paid up capital of at least Kes s.200 Million.
ADDENDUM FOR TENDER DOCUMENT
FOR
TENDER NO. EACC /35/2014-2015 SUPPLY AND DELIVERY OF BRIEFCASES
The tender document has been amender as follows
Appendix to Instructions to Tenderers
The following information regarding the particulars of the tender shall complement, supplement or amend the provisions of the instructions to tenderers. Wherever there is a conflict between the provision of the instructions to tenderers and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to tenderers
Instructions to tenderers
Particulars of appendix to instructions to tenderers
2.1 Particulars of eligible tenders: As per the evaluation criteria 2.2.2 Price to be charged for tender documents. Kes. 1000 2.10 Particulars of other currencies allowed. None 2.11 Particulars of eligibility and qualifications documents of evidence
required. Copies of: i) Certificate of Registration ii) Certificate of valid tax compliance iii) Form of Tender iv) Fully Filled Confidential Business Questionnaire
2.12.2 Particulars of tender security if applicable. Kes. 50,000 Form in
format provided from either of the following (f) cash; (g) a bank guarantee; (h) such insurance company guarantee as may be
approved by the Authority; (i) a letter of credit; or (j) guarantee by a deposit taking microfinance institution,
Sacco society, the Youth Enterprise Development Fund or the Women Enterprise Fund.
2.13 Validity of Tenders: Tenders Shall remain valid for 120 days
2.16.3 Bulky tenders which do not fit in the tender box shall be delivered to the Supply Chain Unit situated at Integrity Centre ground floor.
2.22 Evaluation Criteria The following requirements must be met by the tenderer not withstanding other requirements in the tender documents:- a) Mandatory Requirements (MR)
No. Requirements Responsive
or Not Responsive
MR1 Must Submit a copy of certificate of Registration/Incorporation
MR2 Must Submit a copy of a valid Tax Compliance certificate
MR3 Must Fill the Price Schedule in the format provided
MR4 Must Fill the Form of Tender in the Format provided
MR5 Must submit a tender security of Kes. 50,000
MR6 Must submit a dully filled up self-declaration form in format provided
MR7 Must submit a dully filled up Confidential Business Questionnaire in the format provided
MR8 The Tenders Shall remain valid for 120 days from the date of tender opening
MR9 Must provide a manufacture brochure for the item proposed
At this stage, the tenderer’s submission will either be responsive in all the mandatory (MR) requirements above or non-responsive. The non-responsive submissions will be eliminated from the entire evaluation process and will not be considered further.