NORTHERN CORRIDORTRANSPORT IMPROVEMENT PROJECT (NCTIP)
PROJECTID: P082615, CREDIT IDA 45710
SUPPLY OF COMPUTERS, COMPUTER ACCESSORIES AND SOFTWARE FOR THE KENYA INSTITUTE OF HIGHWAYS AND BUILDING TECHNOLOGY
ICB NO: KENHA/524/2012
INVITATION FOR BIDS
1. This Invitation for Bids (IFB) follows theGeneral Procurement Notice (GPN) for this project that appeared in Development Business No. 615 (vol.26) of 30th September 2003 and updatedon 16th February 2006 and 11th July 2007.
2. The Government of Kenya has received a credit from the International Development Association toward the cost of the Northern Corridor Transport Improvement Project and it intends to apply part of the proceeds of this credit to payments under the Contract for Supply of Computers, Computer Accessories and Software for the Kenya Institute of Highways and Building Technology.
3. The Kenya National Highways Authority now invites sealed bids from eligible and qualified bidders for supply of computers and computer accessories as below:
Lot 1 | Desktop computers (150 No.), Desktop UPS(100 No.), Laptops (30 No.), TFT Monitors (50 No.), N-Series Connector (6 No.), A3 Flat bed Scanner (3 No.), |
Lot 2 | TINA (Multimedia Electronic Design Suite(5 licences), AutoCAD (5 licences), ArcGIS (5 licences), Visual Studio (5 licences), EDSON Multimedia Electronic Design Suite (5 licences), ArchiCAD (5 licences), Windows 7 Ultimate 64 bit (30 licences), Microsoft Office 2010 Pro (30 licences) |
Lot 3 | Heavy Duty colour laser printer (2 No.),Medium Duty laser printer (10 No.), Photo printer (2 No.), Plotter (1No.), LCD Projector (6 No.), DLP Projector (6 No.), Smart Board (5 No.) |
Bidders have the option tobid for one or more Lots. Bidders must quote complete quantities of the Lot (s). Bids quoting incomplete quantities will be considered non-responsive and rejected. Bids will be evaluated on a Lot-by-Lot basis and contracts will be awarded to the Lowest Evaluated Bidder in each Lot.
4. Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, Editionof May 2004 Revised October 1, 2006 & May 1, 2010, and is open toall Bidders from eligible source countries as defined in the Guidelines.
5. Interested eligible Bidders may obtain further information from the Kenya National Highways Authority and inspect the bidding documents at the address given below from 0800 to 1700 hours (excluding lunch hour from 1300 to 1400 hours) between Monday and Friday.
6. Qualifications requirements include:
(a) Financial Capability
Bidders must prove their financial soundness as evidenced by audited accounts for each of the last five years indicating:
For Lot 1: Turnover of at least KShs40,000,000 or USD 471,000 per annum, as evidenced by audited accountsfor each of the last five years
For Lot 2: Turnover of at least KShs6,000,000 or USD 71,000 per annum, as evidenced by audited accounts for each of the last five years
For Lot 3: Turnover of at least KShs15,000,000 or USD 176,000 per annum, as evidenced by audited accountsfor each of the last five years
(b) Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):
For Lot 1: 5 years' experience in sales and support of computers and/or accessories in Kenya.
For Lot 2: 5 years' experience in sales and support of genuine and licensed software products in Kenya.
For Lot 3: 5 years' experience in sales and support of officeequipment in Kenya
Additional details are provided in the Bidding Documents.
7. A margin of preference for certain goods manufactured domestically shall not be applied.
8. A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of KES 10,000 or an equivalent amount in a freely convertible currency. The method of payment will be a banker's cheque or certified cheque drawn in favour of the Kenya National Highways Authority.Bidding documents will be sent to the purchasers(s) or bidder(s) who so request, or can be collected by appointed representatives from First Floor, Blue Shield Towers, Hospital Road, Upper Hill, Nairobi. The cost of transmission of payment for purchase of bidding documents and delivery thereof by post or courier to the purchasor shall be borne by the purchasor. Kenya National Highways Authority shall not be held liable for non-delivery, or incomplete delivery of bidding documents so transmitted.
9. Bids must be delivered to the address below on or before 7th December 2012 at 1100 hours. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in thepresence of Bidders' representatives who choose to attend in person at the address below at 1100 hours on 7th December 2012. All bids must be accompanied by a Bid Security as follows:
For Lot 1 - Kenya Shillings Three hundred thousand
For Lot 2 - Kenya Shillings Fifty thousand
For Lot 3 - Kenya Shillings One hundred and twentyfive thousand
10. The address for bid submission is:
Secretary/Tender Committee
Kenya National Highways Authority
Blueshield Towers, Upper Hill, 1st Floor, Procurement Office
Hospital Road,
P.O. Box 49712-00100,
NAIROBI, KENYA
11. The address for clarifications is:
Attention: General Manager (Special Projects)
Street Address: Kenya National Highways Authority
Blueshield Towers, Hospital Road
Floor/Room Number: Second Floor
City: NAIROBI, KENYA
Telephone: +254 20 8013842, Fax No. 020 8042928
Email addresses: (1) dg@kenha.co.ke (2) gmsp@kenha.co.ke (3) pttl@kenha.co.ke
Felix Koske
FOR: DIRECTOR GENERAL