Friday, October 14, 2011

IFB Supply of Computers and accessories (7th December 2011)

KENYA NATIONAL HIGHWAYS AUTHORITY

NORTHERN CORRIDOR TRANSPORT IMPROVEMENT PROJECT (NCTIP)

PROJECT ID: P082615, CREDIT IDA 45710

Supply of Computers and accessories

1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this project that appeared in Development Business No. 615 (vol.26) of 301h September 2003 and updated on 16th February 2006 and 1161 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 and accessories.

3. The Kenya National Highways Authority now invites sealed bids from eligible and qualified bidders for Supply of Computers and accessories as below:

LOT

Description of Goods

Unit

Quantity

LOT 1

Standard Desktop Computers

No

110

Workstation Computers

No

16

Server_Racks/Accessories

Set

3

Computer Servers (Rack-mount type)

No

17

Tape Drives (Rack mout type)

No

3

Laptop Computers

No

20

Notebook Computers

No

50

LOT 2

Laserjet Printers (Heavy duty, light duty, color, b/w)

No

84

LCD Overhead Projectors

No

4

Scanners (Heavy duty, light duty)

No

90

Large-format Printer/Plotters

No

3

Large Format Scanners ..

No

4

Uninterruptible Power Supplies

No

134

LOT 3

Multifunction Photocopiers

No

3

Shredders

No

9

Fax machines

No

3


 


 

Bidders may bid for any or all lots. However, bidders are required to quote for ALL ITEMS in each lot for which they are bidding.

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, Edition of May 2004 Revised October 1,2006 & May 1,2010, and is open to all 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

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):

For Lot 1: Turnover of at least Kshs 60,000,000 per annum or an equivalent amount in a freely convertible currency as evidenced by audited accounts for each of the last five years

For Lot 2: Turnover of at least Kshs 75,000,000 per annum or an equivalent amount in a freely convertible currency as evidenced by audited accounts for each of the last five years

For Lot 3: Turnover of at least Kshs 5,000,000 per annum or an equivalent amount in a freely convertible currency, as evidenced by audited accounts for each of the last five years

The financial capability requirement for post qualification for more than one lot in this tender will be assessed as the sum of the respective financial capability requirements for the lots under consideration.

(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 computer accessories in Kenya.

For Lot 2: 5 years experience in sales and support of printers, scanners and UPSs in Kenya.

For Lot 3: 5 years experience in sales and support of office equipment in Kenya. The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement as specified in the Technical Specifications.

A margin of preference for certain goods manufactured domestically shall not be applied Additional details are provided in the Bidding Documents

7. 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 non-refundable 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 purchaser shall be borne by the purchaser. Kenya National Highways Authority shall not be held liable for non-delivery or incomplete delivery of bidding documents so transmitted.

8. Bids must be delivered to the address below on or before 7th December 2011 at 11.00 hours. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of Bidders' representatives who choose to attend in person at the address below at 11.30 hours on 7th December 2011. All bids must be accompanied by a Bid Security of:

For Lot 1 - Kenya Shillings Four hundred thousand

For Lot 2 - Kenya Shillings One hundred and fifty thousand

For Lot 3 - Kenya Shillings Fifty thousand

or an equivalent amount in a freely convertible currency


 

9. The address for bid submission is:

Secretary/Tender Committee

Kenya National Highways Authority

BlueShield Towers, Upper Hill, 1" Floor, Procurement Office

Hospital Road, P.O. Box 49712-00100, NAIROBI, KENYA

10. 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) pttI@kenha.coke


 

Felix Koske

FOR: DIRECTOR GENERAL

No comments:

Post a Comment