Upload
others
View
15
Download
0
Embed Size (px)
Citation preview
COMMUNICATIONS AUTHORITY OF KENYA
Head of Procurement
Communications Authority of Kenya
Waiyaki Way
P.O. Box 14448
Westalands, 00800
Nairobi, Kenya Tel:+254 20 4242000
TENDER FOR FRAMEWORK AGREEMENT FOR
PROVISION OF EVENT MANAGEMENT AND
RELATED SERVICES DURING CORPORATE AND
CONSUMER EDUCATION OUTREACH ACTIVITIES
(RESTRICTED TO WOMEN OWNED FIRMS)
TENDER NO: CA/PROC/OT/37/2018-2019
tender
2
SECTION A: INVITATION TO BID
TENDER FOR PROVISION OF EVENT MANAGEMENT AND RELATED SERVICES
DURING CORPORATE AND CONSUMER EDUCATION OUTREACH ACTIVITIES
NO: CA/PROC/OT/37/2018-2019
The Communications Authority of Kenya (CA) is the regulatory authority for the ICT industry in
Kenya with responsibilities in telecommunications, e-commerce, cyber security, broadcasting
and postal/courier services, radio communications, broadcasting, and electronic transactions as
well as postal and courier services. CA is also responsible for managing the country’s numbering
and frequency spectrum resources as well as protecting the interests of consumers of ICT
services.
CA invites sealed tenders from interested and eligible firms for provision of event management
and related services as and when required during corporate events and consumer education
outreach activities for a framework contract of two (2) years renewable for a further one (1)
year subject to satisfactory performance
The event management tender is restricted to Women owned firms.
Eligible firms are invited to collect the tender documents from the Procurement Division,
Communications Authority of Kenya – CA Centre 2nd floor Wing A, along Waiyaki Way,
Nairobi, during normal working hours upon payment of a non-refundable fee of Kshs.1, 000.00
(hard copy of the tender document).
The Tender documents can also be accessed and downloaded from the IFMIS Supplier Portal:
http://supplier.treasury.go.ke and the Authority’s website: www.ca.go.ke for free. The firms that
download the document must arrange to forward their particulars/contacts to the Head of
Procurement, Communications Authority of Kenya, through email address [email protected]
before the closing date for records and for the purposes of receiving clarifications and/or
addendums, if any.
Bidders are required to undertake serialization of all bid documents as per requirements of the
Public Procurement and Asset Disposal Act (PPADA), 2015 clause 74(1) (i) to enable safeguard
loss of documentation during and after evaluation.
Duly completed tender documents, in a plain sealed envelope clearly marked:
CA/PROC/OT/37/2018-2019 “TENDER FOR PROVISION OF EVENT MANAGEMENT
AND RELATED SERVICES DURING CORPORATE AND CONSUMER EDUCATION
OUTREACH ACTIVITIES” should be deposited in our Tender Box at the Ground floor of CA
center along Waiyaki Way to be received on or before 6th March, 2019 at 10.30 a.m East
African Time.
3
The Head of Procurement
Communications Authority of Kenya
P.O Box 14448
Nairobi 00800
Tel: +254 (020) 4242000
Mobile: +254 703-042000
Website: www.ca.go.ke
Tenders will be opened immediately thereafter in the presence of the Bidders’ representative(s)
who choose to attend at the Authority’s meeting room meeting room 2 on ground floor.
Canvassing or lobbying for the tender shall lead to automatic disqualification.
Note:
There will be a pre-bidders conference on 19th February 2019 beginning at 2:30pm. The aim of
the conference is to give potential bidders the opportunity to learn more about the tender
document and clarify any concerns they may have with the solicitation documents, scope of
work and other details of the requirement.
Attendance to this pre-bid conference is MANDATORY as it is intended to provide clarity to all
bidders intending to participate in this tender. The pre-bid conference shall take place at CA
Center Waiyaki way Westlands at meeting room 2 ground floor.
Bidders are requested to register their participation by sending their details or that of their
representatives to [email protected].
Bidders are further required to submit questions if any regarding the tender to the email:
[email protected] , for consideration and response during the pre-bidders conference on or
before 19th February 2019.
4
TERMS OF REFERENCE ON CONCEPTUALISATION AND EXECUTION OF
CORPORATE EVENTS AND CONSUMER EDUCATION AND OUTREACH
ACTIVITIES
The Communications Authority of Kenya (CA) is the regulatory authority of the Information and
Communications Technology (ICT) sector in Kenya with regulatory oversight over the provision
of telecommunications, radio communications, broadcasting, electronic transactions, the
Country’s numbering and frequency spectrum resources as well as postal and courier services.
CA is also mandated to protect the interests of consumers of these services.
In fulfillment of its consumer protection mandate, the Authority, among other activities
empowers consumers of communication services with knowledge and skills to enable them make
informed purchase and use decisions in the market and specifically meet the following consumer
education objectives:
To enable consumers interpret available information and make informed discerning and
responsible consumer choices
To enable consumers to know their basic rights and responsibilities
To enable consumers analyze consumer information
To enable consumers develop confidence and skills to complain effectively and resolve
problems related to communication services
To provide information that will enable consumers to know where to seek help and
advice when necessary
To enable consumers recognize the wider social and economic impact of their decisions.
In light of the strategic regulatory role that CA plays in the ICT sector, it is important that it is
visible, well understood and highly regarded. These factors are crucial for maintaining
stakeholder’s confidence in the ICT sector and thus sustain and enhance investor confidence.
Visibility and good perception are critical in ensuring that consumers have sufficient confidence
in CA, and thus encourage aggrieved users of ICTs to, where necessary, seek regulatory redress.
It is thus crucial that any initiative that the Authority undertakes meets the highest set standards
so as to increase /maintain the current perception index.
In addition to the consumer protection mandate, the Authority, through the Consumer and Public
Affairs Department, undertakes reputation-building and promotional activities, including:
• Participating in relevant exhibitions and industry trade fairs.
• Availing ICT relevant information materials on the Authority and industry to the public
through public engagement forums, conferences and meetings
• Coordinating and managing corporate events, functions, official visits to other
organizations and by other visitors to the Authority
• Coordinating Corporate Social Responsibility Programmes, etc.
• Undertaking stakeholder consultations.
During any financial year, the Authority will undertake the following types of corporate and
consumer education activities. Some of these activities are scheduled while others are in support
5
of the Authority’s brand building activities and serve to increase visibility and an increase in the
level of awareness on the mandate of the Authority. These events include but are not limited to
1. International events, symposiums, meeting and conferences hosted locally
2. Stakeholder forums, meetings and conferences
3. Consumer Forums
4. Local and international Exhibitions
5. Launch Events
6. Road shows
7. Sporting events (games, marathons, charity walks and runs e.t.c)
8. Corporate Special Responsibility events
9. Presidential and VVIP events
10. Family Fun days
11. Staff parties
12. Retreats and team building activities
13. Dinners and cocktail events
14. Award ceremonies
The Authority thus seeks to engage providers of event management services to conceptualize
and execute the above-mentioned corporate events and consumer education and outreach
activities. The event organizer(s) shall be expected to work together with the Director/Consumer
and Public Affairs office (D/CPA) located at CA Headquarters or his/her representatives or the
Regional Managers as and when required. At the moment, the Authority has four (4) regional
offices i.e. Eldoret, Mombasa, Kisumu and Nyeri each having a jurisdiction that spans various
counties.
The event organizers’ shall in the very least be expected to understand and undertake the
following key elements:
1. The brief on the various events as presented by the Communications Authority of Kenya;
2. Conceptualize the execution of the events;
3. Designate a CA Account manager, to be main liaison for management of all event;
4. Participate in briefing meetings at the CA’s HQ Office on Waiyaki Way Westlands,
Regional Offices in Eldoret, Mombasa, Nyeri or Kisumu, or at the event venues, as may
be agreed upon;
5. Participate/ accompany the Authority staff to various preparatory meetings as required;
either at CA’s HQ Office, regional offices or where advised;
6. Provide professional advise and or raise any clarifications required from the brief of the
event;
7. Source for all items as required for event as per the brief;
8. Mobilize participants for various events as detailed in brief;
9. Conceptualize and provide event management services as per brief;
10. Prepare and present an events management plan for the execution of the each event for
approval by the Authority;
11. Undertake a dry-run when this is required;
6
12. Execute the event as per approved event management plan and write a report as per
predetermined format;
13. Prepare and present an outline of the event report to be prepared for approval by the
Authority;
14. Participate in evaluation meeting as required.
Procurement Schedule
No. Description Quantity Delivery
Schedule
1. Two Year framework contract for provision
of event management and related services
during corporate and consumer education
outreach activities
All parts of the
country (
categorized in
regions as
below)
On Need Basis
Bidders are required to bid for the conceptualization and execution of events in the regions listed
below:
NB: Costs quoted should apply to all Counties in the region cluster.
Region 1 Region 2 Region 3
Mandera County
Marsabit County
Wajir County
Isiolo County
Garissa County
Samburu County
Tana River County
Lamu County
Kilifi County
Kwale County
Taita Taveta County Mombasa
County
Makueni County
Narok County
Machakos County
Kitui County
Region 4 Region 5 Region 6
Meru County
TharakaNithi County
Embu County
Kirinyaga County
Nyeri County
Muranga County
Nyandarua County
Laikipia County
Nakuru County
Turkana County
Trans Nzoia County
West Ppokot County
Elgeyo Marakwet County
Baringo County
Uasin Gishu County
Bungoma County
Kakamega County
Busia County
Vihiga County
Nandi County
Kericho County
Bomet County
Nyamira County
Kisii County
Kisumu County
Migiro County
Homa Bay County
Siaya County
Region 7
Nairobi County
Kiambu County
Kajiado County
7
SECTION B: GENERAL INFORMATION
Introduction
1. Eligible Tenderers
1.1 This invitation to tender is open to all tenderers eligible as described in the instructions to
tenderers. Successful tenderers shall provide the services for the stipulated duration from
the date of commencement (hereinafter referred to as the term) specified in the tender
documents.
1.2 CA’s employees, Committee members, Board members and their relatives (Spouse or
Children) are not eligible to participate in the tender unless where specially allowed
under section 131 of the Act.
1.3 Tenderers shall provide the qualification information statement that the tenderer
(including all members of a joint venture and subcontractors) is not associated, or have
been associated in the past, directly or indirectly, with a firm or any of its affiliates which
have been engaged by CA to provide consulting services for the preparation of the
design, specifications, and other documents to be used for the procurement of the goods
under this invitation for tenders.
1.4 Tenderers involved in corrupt and fraudulent practices or debarred from participating in
Public Procurement shall not be eligible.
1.5 Tenderers shall bid for the supply of items as per specifications (as outlined in the
schedule of requirements) and the fabrication of the items as specified in the technical
specifications.
2. Eligible Goods
2.1 All goods to be provided under this contract shall have their origin in eligible source
countries.
3. Cost of Tendering
3.1 The Tenderer shall bear all costs associated with the preparation and submission of its
tender, and CA, will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the tendering process.
8
4. Contents
4.1 The tender document comprises the documents listed below and addenda issued in
accordance with Clause 6 of these instructions to tenders.
(i) Invitation for Tenders
(ii) General Information
(iii) General Conditions of Contract
(iv) Special Conditions of Contract
(v) Schedule of Requirements
(vi) Technical Specifications
(vii) Tender Form and Price Schedules
(viii) Bid Security Form
(ix) Contract Form
(x) Performance Security Form
(xi) Bank Guarantee form
(xii) Manufacturer’s Authorization Form
4.2 The Tenderer is expected to examine all instructions, forms, terms, and specifications in
the tender documents. Failure to furnish information required by the tender documents or
to submit a tender not substantially responsive to the tender documents in every respect
will be at the tenderers risk and may result in the rejection of its tender.
5. Clarification of Documents
5.1 A prospective tenderer requiring any clarification of the tender document may notify CA
in writing or by cable (hereinafter, the term cable is deemed to include telex and
facsimile) at the address indicated in the invitation for tenders. CA will respond in
writing to any request for clarification of the tender documents, which it receives no later
than seven (7) days prior to the deadline for the submission of tenders, prescribed by CA.
Written copies of CA response (including an explanation of the query but without
identifying the source of inquiry) will be sent to all prospective tenderers that have
received tender documents.
6. Amendment of Documents
6.1 At any time prior to the deadline for submission of tender, CA, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective tenderer,
may modify the tender documents by amendment.
6.2 All prospective candidates who have received the tender documents will be notified of
the amendment in writing or by cable, and will be binding on them.
6.3 In order to allow prospective tenderers reasonable time in which to consider the
amendment in preparing their tenders, CA, at its discretion, may extend the deadline for
the submission of tenders.
9
Preparation of Tenders
7. Language of Tender
7.1 The tender prepared by the tenderer, as well as all correspondence and documents
relating to the tender exchanged by the tenderer and CA, shall be written in English
language, provided that any printed literature furnished by the tenderer may be written in
another language provided they are accompanied by an accurate English translation of the
relevant passages in which case, for purposes of interpretation of the tender, the English
translation shall govern.
8. Documents Comprising the Tender
8.1 The tender prepared by the tenderer shall comprise the following components: -
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 9,
10 and 11 below including
(b) Documentary evidence established in accordance with paragraph 12 that the
tenderer is eligible to tender and is qualified to perform the contract if its
tender is accepted.
(c) Documentary evidence established in accordance with paragraph 13 that the
goods and ancillary services to be supplied by the tenderer are eligible goods and
services and conform to the tender documents; and
9. Tender Form
9.1 The tenderer shall complete the Tender Form and the appropriate Price Schedule
furnished in the tender documents, indicating the goods to be supplied, a brief description
of the goods, documentation certifying their country of origin, quantity, and prices.
10. Tender Prices
10.1 The tenderer shall indicate on the appropriate Price Schedule the unit prices and total
tender price of the goods/ services it proposes to supply under the contract.
10.2 Prices indicated on the Price Schedule shall be the cost of the services quoted including
all custom duties and VAT and other taxes payable.
10.3 Prices quoted by the tenderer shall be fixed during the term of the contract unless
otherwise agreed by the parties. A tender submitted with and adjustable price quotation
will be treated as non-responsive and will be rejected, pursuant to paragraph 22.
10
10.4 Contract price variations shall not be allowed for contracts not exceeding one year (12
months)
10.5 Where a contract price variation is allowed, the variation shall not exceed 10% of the
original contract price.
10.6 Price variation request shall be processed by CA within 30 days of receiving the request.
11. Tender Currencies
11.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in the appendix to
instructions to tenderers
12. Tenderers Eligibility and Qualifications
12.1 Pursuant to paragraph 1 (1.1 – 1.4) of Section C, the tenderer shall furnish, as part of its
tender, documents establishing the tenderers eligibility to tender and its qualifications to
perform the contract if its tender is accepted.
12.2 The documentary evidence of the tenderers eligibility to tender shall establish to CA’s
satisfaction that the tenderer, at the time of submission of its tender, is from an eligible
source country as defined under paragraph (1.1 – 1.4 of Section C documentary evidence
of the tenderers qualifications to perform the contract if its tender is accepted shall
establish to CA satisfaction:
(a) that, the case of a tender offering to supply goods under the contract which the
tenderer did not manufacture or otherwise produce, the tenderer has been duly
authorized by the goods’ Manufacturer or producer to supply the goods;
(b) That the tenderer has the financial, technical, and production capability necessary
to perform the contract;
(c) that, in the case of a tenderer not doing business within Kenya, the tenderer is or
will be (if awarded the contract) represented by an Agent in Kenya equipped, and
able to carry out the Tenderer’s maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or Technical
Specifications.
13. Goods’ Eligibility and Conformity to Tender Documents
13.1 Pursuant paragraph 2 of this Section, the tenderer shall furnish, as part of its tender,
document establishing the eligibility and conformity to the tender documents of all
goods, which the tenderer proposes to supply under the contract.
13.2 The documentary evidence of the eligibility of the goods shall consist of a statement in
the Price Schedule of the country of origin of the goods and services offered which shall
be confirmed by a Certificate of Origin issued at a time of shipment as stated above in
paragraph 2.
11
13.3 The documentary evidence of conformity of the goods to the tender documents may be in
the form of literature, drawings, and data, and shall consist of:
(a) A detailed description of the essential technical and performance characteristics of
the goods;
(b) A list giving full particulars, including available sources and current prices of
spare parts, special tools, etc., necessary for the proper and continuing functioning
of the goods for a period of ten (10) years, following commencement of the use of
the goods by CA; and
(c) A clause-by-clause commentary on CA’s Technical Specifications demonstrating
substantial responsiveness of the goods and services to those specifications, or a
statement of deviations and exceptions to the provisions of the Technical
Specifications.
13.4 For purposes of the commentary to be furnished pursuant to paragraph 13.3(c) above, the
tenderer shall note that standards for workmanship, material, and equipment, as well as
references to brand names or catalogue numbers designed by CA in its Technical
Specifications, are intended to be descriptive only and not restrictive. The tenderer may
substitute alternative standards, brand names, and/or catalogue numbers in its tender,
provided that it demonstrates to CA’s satisfaction that the substitutions ensure substantial
equivalent to those designated in the Technical Specifications.
15. Validity of Tenders
15.1 Tenders shall remain valid during the contract period or as specified in the tender
documents after date of tender opening prescribed by CA, pursuant to paragraph 18. CA
shall reject a tender valid for a shorter period as non-responsive.
15.2 In exceptional circumstances, CA may solicit the Tenderer’s consent to an extension of
the period of validity. The request and the responses thereto shall be made in writing.
The Bid Security provided under paragraph 14 shall also be suitably extended.
16. Format and Signing of Tender
16.1 The tenderer shall prepare one original and one copy of the tender, clearly marking
“ORIGINAL TENDER” and “COPY OF TENDER” as appropriate. In the event of any
discrepancy between them, the original shall govern.
16.2 The original and copy of the tender shall be typed or written in indelible ink and shall be
signed by the tenderer or a person or persons duly authorized to bind the tenderer to the
contract. Written power-of-attorney accompanying the tender shall indicate the letter
12
authorization. The person or persons signing the tender shall initial all pages of the
tender, except for un-amended printed literature.
16.3 The tender shall have no interlineations, erasures, or overwriting except as necessary to
correct errors made by the tenderer, in which case such corrections shall be initialed by
the person or persons signing the tender.
Submission of Tenders
17 Sealing and Marking of Tenders
17.1 The tenderer shall submit two sealed documents, one original document and a copy
containing both technical and financial proposals in separate envelopes, the two
documents shall then be sealed in an outer envelope. And addressed as shown below
17.2 The inner and outer envelopes shall:
(a) Be addressed to CA at the following address
The Head of Procurement
Communications Authority of Kenya
P.O. Box 14448
Westlands 00800
Nairobi
KENYA
Tel NO: 254703042000
(b) Bear, the Tender Number and words: “DO NOT OPEN BEFORE 6th
March, 2019 at 10.30 a.m.
17.3 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”.
17.4 If the outer envelope is not sealed and marked as required by paragraph 17.2, CA will
assume no responsibility for the tender’s misplacement or premature opening.
18. Deadline for Submission of Tenders
18.1 CA must receive tenders at the address specified under paragraph 17.2 not later than 6th
March 2019 at 10:30 a.m.
18.2 CA may, at its discretion, extend this deadline for the submission of tenders by
amending the tender documents in accordance with paragraph 6, in which case all rights
and obligations of CA and candidates previously subject to the deadline will thereafter be
subject to the deadline as extended.
13
19. Modifications and Withdrawal of Tenders
19.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided
that written notice of the modification, including substitution or withdrawal of the
tenders, is received by CA prior to the deadline prescribed for submission of tenders.
19.2 The tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and
dispatched in accordance with the provisions of paragraph 17. A withdrawal notice may
also be sent by cable, but followed by a signed confirmation copy, postmarked no later
than the deadline for submission of tenders.
19.3 No tender may be modified after the deadline for submission of tenders.
19.4 No tender may be withdrawn in the interval between the deadline for submission of
tenders and the expiration of the period of tender validity specified by the tenderer on the
Tender Form. Withdrawal of a tender during this interval may result in the Tenderer’s
forfeiture of its Bid Security, pursuant to paragraph 14.7.
Opening and Evaluation of Tenders
20. Opening of Tenders
20.1 CA will open all tenders in the presence of tenderers’ representatives who choose to
attend, at CA Headquarters meeting Room.
The tenderers’ representatives who are present shall sign a register evidencing their
attendance.
20.2 The tenderers’ names, tender modifications or withdrawals, and the presence or absence
of requisite Bid Security and such other details as CA, at its discretion, may consider
appropriate, will be announced at the opening.
20.3 CA will prepare minutes of the tender opening
21. Clarification of Tenders
21.1 To assist in the examination, evaluation and comparison of tenders CA may, at its
discretion, ask the tenderer for a clarification of its tender. The request for clarification
and its response shall be in writing and no change in the prices or substance of the tender
shall be sought, offered, or permitted.
21.2 Any effort by the tenderer to influence CA in its tender evaluation, tender comparison or
contract award decision may result in the rejection of the tenderers’ tender.
22. Evaluation criteria
The evaluation will be undertaken through a three-stage process as detailed below:
14
i. Mandatory Evaluation- Pass/Fail basis
ii. Technical Capacity Evaluation- weighted scores with a pass mark of 75 out of 100
iii. Financial Evaluation- Lowest Evaluated bidder
Stage 1: General Pre-Qualification (Mandatory Requirements)
The Bids shall undergo a general pre-qualification process in order to determine the bid
compliance to the following preliminary qualification merits:
No. Requirement Pass/Fail
1. Submit a copy of Certificate of business registration/Incorporation
2. Must possess a valid Tax Compliance Certificate from the Kenya
Revenue Authority. Attach a copy of a VALID Tax Compliance
Certificate
3. The bidder must submit a CR12 Form obtained from Attorney General’s
office showing the shareholders/Trustees of the firm or Partnership deed
showing the partnership The tender is exclusively reserved to firms that
are one hundred percent Kenyan- owned
4. The bidder must submit a copy of certificate of registration as a Youth,
Women and Persons with Disabilities group issued by Ministry of
Finance. Attach the copy of AGPO certificate.
5. Dully filled, signed tender declaration form in the provided format
6. Must have attended the pre- bidders conference.
7. Duly filled and signed self-declaration that the person/tenderer is not
debarred in the matter of the public procurement and asset disposal act
2015 in the format provided.
1.
8. Certified Audited Accounts for the last 3 years (2015, 2016 and 2017) or
a line of credit of Kshs 20 million
9. Duly filled, form of tender in the format provided.
10. Duly filled Confidential Business Questionnaire in the format provided.
Bid evaluation shall be on the basis of pass/fail system and any bid failing in any of the general
pre-qualification (mandatory requirements) will not proceed to the technical capacity evaluation
stage.
15
Notes: -
i. The firm with the AGPO certificate and who is bidding for this tender MUST meet ALL
the Mandatory requirements stipulated in the tender document. Firms that have entered
into a joint venture/ consortium with the bidding firm will not be allowed to submit a
separate bid for this tender.
ii. In the case of a joint venture, the agreement between the two parties MUST be provided
together with other submission of the tender document.
BRIEF OF THE LAUNCH AND CELEBRATION OF AUTHORITY’S 20TH
ANNIVERSARY (HYPOTHETICAL CASE)
This brief has been provided for the sole purpose of this tender. Technical evaluation does
not in any way imply that the Authority intends to undertake this activity.
The Communications Authority of Kenya regulates the local ICT sector, which is characterized
by fast changes in technology, new and innovative applications and services. Subsequently, the
reliability on ICTs is increasing at an equally fast pace with all sectors looking at the Authority
for direction. The significance of ICT development in Kenya is high. ICT is now recognized as
a pillar /enabler of other sectors as outlined in Kenya’s economic blue print, Vision 2030 and the
Big Four Agenda. By July 2019, CA will have existed for 20 years and therefore plans to carry
out a number of activities to mark the 20th anniversary celebrations.
The anniversary celebrations are aimed at showcasing:
Promoting public awareness on CA’s mandate;
Promoting public confidence and a favorable perception of the CA Brand;
Reflection of the Authority’s achievements in 20 years of regulating the ICT sector, the
service given to Kenyans and the greater socio-economic impact to the sector/economy;
Sector and CA’s Staff visibility and participation will be key in these celebrations.
The 20th Anniversary celebrations are scheduled to commence/be unveiled in March 2019. They
will be accompanied by other publicity activities to meet the objectives set above, all of which
will culminate in a grand event on the date of the anniversary in July 2019.
The grand event will be a premier high level occasion attended by local, regional and
international dignitaries and stakeholders..
As part of the celebrations the Authority also intends to hold a three-day National ICT Centric
Exhibition that showcases legacy ICT systems and technologies as well as modern and future
technologies.
It is therefore expected, that the event organizer shall conceptualize, plan, organize and co-
ordinate the launch/unveil of the celebrations, the exhibition and the grand event.
16
The Bidder shall be expected to:
1. Conceptualize the unveil, and grand event as well as the exhibition in line with the brief
above. This should include the pictorial/graphical representation of the concepts to help
all parties involved in the planning to understand.
2. Organize and mobilize the required resources /manpower to manage the event. These
should be commensurate with the concepts developed
3. Create a theme for the events in alignment to the objectives. The theme should make the
events stand out, compelling, attention catching and fun while remaining purposeful.
This should be reflected in the planning and execution of the events.
4. Provide a master plan comprising all aspects of the event. This should include the venue
selection, all activities leading up to the events, suppliers involved, timelines,
planning/organizing structures , responsibility matrix, budgets etc.
5. Provide an evaluation process for the events
6. Provide the templates for the event reports
The bidder should show value addition considering the nature of the celebrations, envisaged
guests, airport reception plans, protocol arrangements, management of the registration of
participants, etc. The bidder may also provide (in their event concepts) a breakdown of other
mini events that may add value and meet the objective and expectation of the various
stakeholders of the Authority.
Stage 2: Technical Capacity Evaluation stage
In this stage, bids will be subjected to scoring and weighting system based on the parameters
below: -
CRITERIA MAXIMU
M
SCORE
1) Experience of firm (bidder) as a corporate entity engaged in Event
Management and Consumer Outreach Activities
a) Demonstration of the organization’s experience in undertaking event
management services. Bidder MUST provide a detailed description of at least
five (5) previous assignments carried out in the last three (3) years. The
Authority may contact the listed to verify information provided. For each
event in the various categories the Bidder MUST at the very least detail the
following:
Name of client
Dates of event
Contact person(s)
Number of participants
Description of the event
Letters of recommendation on clients letterhead
17
CRITERIA MAXIMU
M
SCORE
Pictorial and other evidence of previous works done
Category 1: Presidential and VVIP events (Max 6 Marks)
National, County or Government Agency events (Max 5 Marks)
6
Category 2:International events, symposiums, meeting and conferences,
Stakeholder forums, meetings and conferences, Consumer
Forums, Pre-bidders conferences or similar events (Max 5
Marks)
5
Category 3: Launch Events, Opening of Regional offices or other corporate-
sponsored projects in different parts of the country, Corporate
Special Responsibility events, award events (Award of
Licenses, employee award ceremonies etc.) or similar events
Category 4: Retreats and team building activities, Sporting events (games,
marathons, charity walls and runs), Fun days, Holiday and staff
parties, Dinners and cocktail events or similar events
(Max 4 Marks)
4
Category 5: Exhibitions (Max 5 Marks) 5
Category 6: Road shows (Max 5 Marks) 5
b) Demonstration of strategic partnership (s) with other contractors/ suppliers or
the possession of equipment required in the following key categories. The
Bidder MUST submit at least two (2) suppliers in each of the categories
below they have worked with as reference contacts. In cases where supplier
owns the equipment/production capabilities, they MUST clearly state/provide
the list of equipment/facilities owned.. The Authority is at liberty to consult
the listed contacts to verify information provided.
Item/
Service
Minimum Service
agreement
Least acceptable
Number of Supplier
Contracts/agreements
1. Venue
Items
Staging, PA systems,
Generator, Sound and
Lighting, indoor and
outdoor LCD screens
etc.
2
2. Event
furniture
and
Décor
Decor services, Chairs,
Tables, linen, Tents
(Dome) and Mobile
toilets, lounge furniture
etc.
2
3. Entertain Band, dancers, DJ, 2
10
18
CRITERIA MAXIMU
M
SCORE
ment skaters and
chirographers, MCs
4. Catering Hotels and outdoor
Caterers
2 suppliers per Region
(Minimum 4-star)
Region 7 (Nairobi
County) - Caterers
MUST be Four (4) star
and Above
Region 1-6; Caterers
MUST be reputable
Hotels/caterers
5. Road
show
40 ft. and 20 ft. Road
Show Rig, serviced and
equipment
2
6. Event
Footage
Photography and
videography services
2
c) Scope of projects undertaken (Stated in value terms against each client
detailed in section 1 a above)
Cumulative average value of 4 events: Above KShs. 10 Million -Score 4
Marks
Cumulative average value out of 4 events: Between Kshs. 4 Million to 9.9
Million -Score 3 Marks
Cumulative average value out of 4 events: Above KShs. 1 Million to KShs.
4M – Score 2 Marks
Cumulative average value out of 4 events: Less than KShs. 1,000,000.00 –
Score 1 Mark
4
Sub-total 39
2) Expertise to undertake Corporate and Consumer Education Events
a) Understanding of work to be undertaken (responses in this part should be
aligned hypothetical case provided above for the sole purpose of this tender).
i. Description of the events concepts, for the unveil of the
anniversary celebration, exhibition and grand event for the
anniversary. This should include the pictorial/graphical
representation of the concepts to help all parties involved in the
planning to understand. It should also include the venue set up
(8 marks)
ii. Master Plan of the organization of the three events from
beginning to the end (8 marks)
iii. Proposed theme for the events and demonstration of the
execution (4 marks)
iv. Proposed budget for the events (2 marks )
24
19
CRITERIA MAXIMU
M
SCORE
v. Description for the evaluation of the events (2 marks)
vi. Template for the events reports(2 marks)
vii. Any value added activity to support the event in line with the
objectives (5 marks)
viii. Plans for other communication and marketing support that the
event management can provide for the event (5 marks)
Sub-total
36
3) Human resource capacity
a) Event Director: This will be the team leader who MUST posses the
following qualifications (CVs to be provided)
i. Possess at least five (5) years of professional experience in corporate
event management services stating five (5) previous events they have
personally been involved in. The information should indicate: Name of
the client, location and description of events and value of the contract and
list events that may have been managed concurrently. The event director
should be capable of managing at least two (2) concurring events. (Max
Score: 5 Marks)
5
b) Other Staff Professional Qualifications: Attach CVs detailing their
qualifications functions in the organization.
i. Overall Program coordinator - Must posses at least 5 years professional
experience stating previous events they have personally been involved in
especially in organizing Conferences, road shows, exhibitions, activations
and other similar events. The information should indicate: Name of the
client, location and description of event and value of the contract (Max
Score: 4 Marks) ii. Equipment coordinator: Must posses at least 3 years professional
experience in the set up and management of indoor and outdoor audio
visual equipment in large events especially Conferences, road shows,
exhibitions and similar events. The information should indicate: Name of
the client, location and description of event and value of the contract
(Max Score: 2 Marks)
iii. Hospitality coordinator: Must posses at least 3 years professional
experience coordinating the management of banqueting and events
management, food and beverage service supervision, hospitality
management having been personally involved in corporate launches,
meetings, forums, workshops, other similar events. The information
should indicate: Name of the client, location and description of event and
value of the contract (Max Score: 3 Marks)
iv. Exhibition co –coordinator: Must posses at least 3 years professional
experience in exhibition management, stating previous events they have
12
20
CRITERIA MAXIMU
M
SCORE
personally been involved and responsible for venue selection, scouting
and management of all other venue auxiliary services. The information
should indicate: Name of the client, location and description of exhibition
event and value of the contract (Max Score: 3 Marks)
c) Submit a simple organogram detailing the structure, functions and staff
assigned from the event management firm / partners firm. Bidder to provide
structure bearing in mind that bidder may be required to organise and manage
at least two concurring events at any given time that may be at different
locations.
3
Sub-total
20
4) Financial capacity: The Bidder must demonstrate financial capability to
undertake at least two (2) concurrent events at any given time. The bidder
MUST provide either
a) Certified Audited Accounts for at least 3 years (2015, 2016, 2017) . More
marks will be awarded for firms with an average annual turnover of Kshs.
100,000,000
b) Give evidence demonstrating a line of credit from a reputable bank for a
minimum of KShs. 20,000,000.
5
Sub-total 5
GRAND TOTAL 100
The firms that score 75 marks and above out of 100 marks in the technical capacity evaluation
shall proceed to the financial evaluation stage.
Stage 3: Financial Evaluation stage
The bids that qualify at the technical capacity evaluation stage will be subjected to financial evaluation to determine the winner.
This is a single contract agreement whereby the Authority will compare all the rates submitted by bidders and the Authority will
engage one event organizer who proposes the most competitive rates to provide services/goods required during the contract period at
the rates provided.
Based on the above, bidders shall provide the rates associated with the provision of the item/service(s) listed below. Bidders MUST
submit a breakdown of cost and submit rates. It should be noted that the lowest bidder will be selected for provision of services on a
framework agreement for a period of two years renewable for a further one year subject to satisfactory performance
All bidders are required to quote for ALL the items listed. For comparative evaluation purposes, bidders who will not have quoted for
ALL the items will have bid considered as non responsive and the bid will not be subject to financial comparison. The financial Bids
shall be submitted in the format provided and MUST be inclusive of all taxes.
Bidders must break down the financial bid for each of the items as detailed below:
Item
Specification Qty
Option 1 Option 2
Unit Cost per item per day (KES. Incl. VAT)
Unit Cost
per item per
day (KES.
Incl. VAT)
Regio
n No.
1
Regio
n No.
2
Regio
n No.
3
Regio
n No.
4
Regio
n No.
5
Re
gio
n
No.
6
Region No. 7
Pre-Event
Scouting
22
Conceptualiz
ation of
event
1. The development of event concept to
facilitate the successful execution of event.
Develop event plan, schedule of event,
program, event management plan
Job
2. The design, development and execution of
an unveil concept Job
3. The design, development and execution of
a visual/animated, 3D video unveil
concepts
Job
Scouts
4. Wages for scouts to undertake planning
prior to event at venue location/county to
facilitate identification of venue, guests,
invitation delivery, guests mobilization and
confirmations (RSVP)- (Wage per person
per day)
1
Logistics
Vehicle
5. Hire of vehicle for use by scouting team
prior to event for use within event
location/county (car hire per day of upper
limit of 1800cc)
1
County and
Government
Agency
Permits
6. Obtaining permits from the County
Government and relevant Government
Agency’s for carrying out the event
(Especially outdoor events such as road
shows, exhibitions, outdoor forums etc.)
7. Obtaining permits from National
Environmental Management Agency,
Kenya Copyrights Board, Music Society of
Kenya etc.
8. Branded Personnel publicizing the event:
Obtaining, payment and approval from the
county Government for the roadshow staff
publicizing the event.
23
9. Fliers: Obtaining (and stamping) county
permit for the distribution of CA fliers per
county based on the approve route plan
10. Truck Funfair: Obtaining, payment and
approval from the county Government for
the truck funfair as per approved route
map.
11.
Road Show personnel branding: The
branding of all roadshow personnel as per
brief
Job
Transport
12. Provision of transport for all set up items
(Quote per KM. Costing shall be done
based on the brief that shall detail the
venue of the event with CA Center as the
reference point)
Per
KM
Invitation
and RSVP of
guests
13. The printing, hand delivery and RSVP of
guest invitation cards, letters and/or
publicity materials
1
14. Printing of invitation cards on A5
glossy/matte art paper 350 GSM printed on
both sides and branded envelope printed in
full color
1
15. Design and production of hand made
invitation cards as per brief Each
16. Design, production and transmission of
electronic invitation e-cards as per brief Lot
17. Hand delivery of invitation cards to guests
identified by the scouts/CA as per event
brief (0-100 cards)
Lot
18. Hand delivery of invitation cards to guests
identified by the scouts/CA as per event
brief (0-100 cards)
Lot
24
19. Hand delivery of invitation cards to guests
identified by the scouts/CA as per event
brief
Lot
20. Hand delivery of invitation cards to guests
identified by the scouts/CA as per event
brief
Lot
21. Confirmation of Guests and preparation of
final confirmation list Job
22. The design, production and delivery of
badges and lanyards for participants and
events crew (each)
1
Event
Administrati
on
23. Administration of the events as per brief of
the event (A percentage of the total value
of the event). This should cater for all
event management costs execution of the
event.
Percen
tage
Event
Logistics
24. Costs for organization, planning and
logistical meetings in the county (A
percentage of the total value of the event).
This should cater for all personnel costs for
staff required for set up of the event.
Percen
tage
Venue Set-
up
Venue Hire
25. Fees for hire of indoor public venue for 1
day (Inclusive of costs for set up and
setting down days)
1
26. Fees for hire of outdoor public venue for 1
day (Inclusive of costs for set up and
setting down days)
1
27. Fees for exclusive hire of outdoor public
venue for 1 day (Inclusive of costs for set
up and setting down days)
1
25
28. Fees for exclusive hire of route
course/route inclusive of traffic/security
clearance (Inclusive of costs for set up and
setting down days)- rate per day
1
Tents
29. Hire, supply, delivery and mounting of 500
seater high peak dome tent with ceiling and
side walls
1
30. Hire, supply, delivery and mounting of 300
seater high peak dome tent with ceiling and
side walls
1
31. Hire, supply, delivery and mounting of
300-500 seater high peak dome tent with
ceiling and side walls
1
32. Hire, supply, delivery and mounting of
300-800 seater high peak hexagonal tent
with ceiling and side walls
1
33. Hire, supply, delivery and mounting of 100
seater white tent 1
34. Hire, supply, delivery and mounting of 50
seater white stretch tent 1
35. Hire, supply, delivery and mounting of 100
seater white stretch tent 1
36. Hire, supply, delivery and mounting of 200
seater white stretch tent 1
37. Hire, supply, delivery and mounting of 300
seater white stretch tent 1
38. Hire, supply, delivery and mounting of
300-500 seater white stretch tent 1
39. Hire, supply, delivery and mounting of 500
seater white stretch tent 1
40. Hire, supply, delivery and mounting of 100
seater marque tent with ceiling and side
walls
1
26
41. Hire, supply, delivery and mounting of 200
seater marque tent with ceiling and side
walls
1
42. Hire, supply, delivery and mounting of
300-500 seater marque tent with ceiling
and side walls
1
43. Hire, supply, delivery and mounting of 100
seater alluhall tent with ceiling and side
walls
1
44. Hire, supply, delivery and mounting of 200
seater alluhall tent with ceiling and side
walls
1
45. Hire, supply, delivery and mounting of
300-500 seater alluhall tent with ceiling
and side walls
1
46. Hire, supply, delivery and mounting of 50
seater gazebo tent with ceiling and side
walls
1
47. Hire, supply, delivery and mounting of 50
seater igloo tent with ceiling and side walls 1
48. Hire, supply, delivery and mounting of 100
seater igloo tent with ceiling and side walls 1
49. Hire, supply, delivery and mounting of 200
-300 seater igloo tent with ceiling and side
walls
1
50. Hire, supply, delivery and mounting of
300-500 seater igloo tent with ceiling and
side walls
1
51. Hire, supply, delivery and mounting of
300-500 seater tent (Other types) with
ceiling and side walls
1
52. Hire, supply, delivery and mounting of 50
seater tent (Other types) with ceiling and 1
27
side walls
53. Hire, supply, delivery and mounting of 100
seater tent (Other types) with ceiling and
side walls
1
54. Hire, supply, delivery and mounting of 200
seater tent (Other types) with ceiling and
side walls
1
55. Hire, supply, delivery and mounting of 300
seater tent (Other types) with ceiling and
side walls
1
56. Hire, supply, delivery and mounting of
300-400 seater tent (Other types) with
ceiling and side walls
1
57. Hire, supply, delivery and mounting of
400-500 seater tent (Other types) with
ceiling and side walls
1
58. Hire, supply, delivery and mounting of
>500 seater tent (Other types) with ceiling
and side walls
1
Tables
59. Hire, supply and delivery of dressed
rectangular tables 2Mx 0.8M (Various
Colors and shall be based on brief)
1
60. Hire, supply and delivery of dressed
rectangular conference tables (Various
Colors and shall be based on brief)
1
61. Hire, supply and delivery of dressed
rectangular food service tables (Various
Colors and shall be based on brief)
1
62. Hire, supply and delivery of dressed round
tables - 10 seater (Various Colors and shall
be based on brief)
1
28
63. Hire, supply and delivery of dressed round
tables - 8 seater (Various Colors and shall
be based on brief)
1
64. Hire, supply and delivery of dressed square
pedestal tables (Various Colors and shall
be based on brief)
1
65. Hire, supply and delivery of dressed square
hydraulic pedestal tables (Various Colors
and shall be based on brief)
1
66. Hire, supply and delivery of dressed
rectangular banquet tables 2Mx 0.8M
(Various Colors and shall be based on
brief)
1
67. Hire, supply and delivery of acrylic box
with LED (Various Colors shall be based
on brief)
1
68. Hire, supply and delivery of coffee table
(Various Colors shall be based on brief) 1
69. Hire, supply and delivery of side stool
(Various Colors shall be based on brief) 1
70. Hire, supply and delivery of glass top
coffee table (Various Colors shall be based
on brief)
1
71. Hire, supply and delivery of glass top side
stool (Various Colors shall be based on
brief)
1
72. Hire, supply and delivery of lounge side
stool (Various Colors shall be based on
brief)
1
73. Hire, supply and delivery of round lounge
table (Various Colors shall be based on
brief)
1
29
74. Hire, supply and delivery of rectangular
lounge table (Various Colors shall be based
on brief)
1
75. Hire, supply and delivery of ottoman
lounge side stool (Various Colors shall be
based on brief)
1
Chairs
76. The Supply and delivery of branded Ghost
Chairs with arms and with cushion/pad 1
77. The Supply and delivery of branded
armless Ghost Chairs and with cushion/pad 1
78. Supply and Delivery of Chiavari Chairs
(Various Colors) with covered cushion/pad 1
79. Supply and Delivery of dressed plastic
chair with arms (Various Colors shall be
based on brief)
1
80. Supply and Delivery of dressed plastic
armless chair (Various Colors shall be
based on brief)
1
81. Supply and Delivery of draped white
folding chairs (Various Colors shall be
based on brief)
1
82. Supply and Delivery of draped banquet
chairs (Various Colors shall be based on
brief)
1
83. Supply and Delivery of high back
executive leather swivel chair 1
84. Supply and Delivery of high back
executive leather chair 1
85. Supply and Delivery of seven seater leather
sofa set 1
86. Supply and Delivery of seven seater lounge
ottoman armless couch 1
30
87. Supply and Delivery of seven seater lounge
ottoman couch 1
88. Supply and Delivery of seven seater lounge
ottoman benches 1
Stools
89. Supply and Delivery of Chiavari Barstool
(Various Colors) with covered cushion/pad 1
90. Supply and Delivery of hydraulic bombo
bar stools (Various Colors shall be based
on brief)
1
91. Supply and Delivery of hydraulic Ale bar
stools (Various Colors shall be based on
brief)
1
92. Supply and Delivery of standard side stools
(Various Colors shall be based on brief) 1
Podium and
Lectern
93. Supply and delivery of branded aluminum
truss lectern (branded as per brief) 1
94. Supply and delivery of branded
Lectern/podium (branded as per brief) 1
95. Supply and delivery of branded dressed
winner podium (branded as per brief) 1
Audio-
Visual
Equipment
96. Hire, supply and delivery of PA system,
speakers and 2 Wireless mics with one
stand- 50 Pax
1
97. Hire, supply and delivery of PA system,
speakers and 2 Wireless mics with one
stand- 50 -100 Pax
1
98. Hire, supply and delivery of PA system,
speakers and 2 Wireless mics with one
stand- 100- 300 Pax
1
31
99. Hire, supply and delivery of PA system,
speakers and 2 Wireless mics with one
stand- 300- 500 Pax
1
100. Hire, supply and delivery of wireless
microphone 1
101. Hire, supply and delivery of table
microphone (per piece) 1
102. Hire, supply and delivery of lapel pin
microphones/ lavalier microphones, with
receivers and transmitters - with additional
cabling (XLR cabling to cameras) (per
piece)
1
103. Hire, supply and delivery of headset
microphone 1
104. Hire, supply and delivery of wireless
microphone with stand 1
105. Hire, supply and delivery of LCD
Projector: 2500-3000 Lumens 1
106. Hire, supply and delivery of LCD
Projector: 3000 -4000Lumens 1
107. Hire, supply and delivery of LCD
Projector: 4000 -5000Lumens 1
108. Hire, supply and delivery of LCD
Projector: 5000 -6000Lumens 1
109. Photography- 300 Photos, 20 printed, 300
on DVD per day Job
110. Videography (Per Video Camera): Deliver
video on DVD, Broadcast quality Job
111. The supply and delivery of video camera
with complete ENG kit (HD camera- with
batteries and charger, lenses, camera
support, monitoring, on board light and
audio package - 2 lapel mics, shotgun
Set
32
microphone, boom pole, mixer,
headphones)
112. The supply delivery, mounting and use of
Video Camera Crane (Each) 1
113. Hire, supply delivery of video and audio
data mixing and switching with capacity to
Live Streaming on projection screens per
event
Set
114. Live Web Streaming per event Job
115. Live Feeds to Screen to facilitate
simultaneous display of speaker,
presentation and sign language interpreter
Job
116. Hire, Supply delivery and mounting of
LED Screens 1
117. Hire, Supply, delivery and mounting of
Touch Screens 32" with stand 1
118. Hire, Supply, delivery and mounting of
Touch Screens 46" with stand 1
119. Hire, Supply, delivery and mounting of
Touch Screens 55" with stand 1
120. Hire, Supply, delivery and mounting of
seamless plasma wall (per square meter) 1
121. Hire, Supply, delivery and mounting of
semi-seamless plasma wall (per square
meter)
1
122. Hire, Supply delivery and mounting of
backdrop LED Screen (4x6M) 1
123. Hire, Supply delivery and mounting of
outdoor backdrop LED Screen (per square
meter)
1
124. Hire, Supply delivery and mounting of
outdoor LED Screen (per square meter) 1
33
125. Hire, Supply delivery and mounting of
indoor LED Screen (per square meter) 1
126. Hire, Supply delivery and mounting of
plasma screens 46" with stand 1
127. Hire, supply and delivery of projector
screen (96"x96") 1
128. Hire, supply and delivery of projector
screen (120"x120") 1
129. Hire, supply and delivery of projector
screen (< 96"x96") 1
130. Hire, supply and delivery of Desktop
computer (Minimum Specifications: Type:
Workstation; Cabinet Form Factor: Tower;
Processor Type: 2nd Generation Core i5;
Number of Cores: Quad-Core; Processor
speed: Minimum 2.9GHz; RAM:
Minimum 4 GB; Hard Drive: Fixed; Hard
Drive Formatted Capacity: Minimum 500
GB; Optical Storage: DVD±RW; Screen
Size (inches): Flat screen 17" TFT; Screen
Technology: TFT active matrix; Audio
Output: Sound card; Networking Data Link
Protocol: Minimum 1 x Network - Ethernet
10Base-T/100Base-TX/1000Base; OS
Provided: Minimum Genuine Windows 8 -
64 Bit , Running MS Office; I/O ports:
Minimum of 6 Hi-Speed USB ports, one-
serial port, Media Card Reader, Audio
line out, RJ-45 port ; Key board: USB
Standard keyboard with enhanced Quiet
Keys; Mouse: 2 -Button USB Optical
Mouse. The Computer should be supplied
with associated cables.
1
34
131. Hire, supply and delivery of Laptop
(Minimum Specifications; Type: Laptop
Computer; Processor Type: Intel Core i5
processor; Memory: Minimum 4 GB
DDR3 memory; Hard Drive: Minimum
500GB; Optical Storage: DVD (+/-R);
Screen Size: Between 13” and 15”; Audio
Output: Sound card with standard stereo
speakers, Microphones jack, Headphone
jack (stereo); Networking: RJ-45 port that
supports 10/100/1000BASE-T networks;
Communication: Webcam and microphone
built into LCD; Battery Technology:
Lithium Ion Battery at least 6 Hours (6
cell) back up time; Power adapter to fit into
the British standard 3-pin socket; I/O Ports
: At least 3 USB,VGA, Audio I/ , RJ45, S-
video, one serial port, HDMI port; Input
devices: One USB Optical mouse; OS
Provided: Genuine windows 8 - 64-bit ;
Build- in devises : Wireless LAN card,
Bluetooth; Security: Please provide a
Security Lock for the laptop computer. The
Computer should be supplied with
associated cables.
1
132. Audio Visual cabling VGA cables, Power
cables, Audio cables, splitters, distribution
points etc. (per meter)
1
133. Numerous power sources for portable
audiovisual equipment. 1
134. Numerous power sources for each
exhibition tent audiovisual equipment. 1
35
135. Numerous power sources for each table at
conference rooms 1
136. The supply delivery and use of wide-angle
broadcast cameras with CCUs (XDCam or
similar) Std Lenses - Format 1920 X 1080
FULL HD (PAL) with tripods and all
necessary cabling
1
137. The supply and delivery of Studio lights
(with stands and diffusers) of variable
intensity, LED or fluorescent Kino-flo
Diva-Lite, or Tungsten, quartz, HMI.
1
138. The supply and delivery of secondary filler
lights and spots, with diffusers and
reflectors for background and filling
1
Equipment
139. The supply, delivery and installation of
indoor fan and A/C 1
140. The supply, delivery and installation of
indoor fans 1
141. The supply, delivery and installation of
indoor fans or A/C (able to be controlled
directly in the studio).
1
Generator
and power
distribution
142. Supply and delivery of Power Generator
(100KVA) to provide uninterrupted
silenced power supply
1
143. The design and deployment of power
distribution system to support
entertainment stages, PA systems, lighting,
audio visual and refreshment areas for both
indoor and outdoor events as per event
brief
Lot
36
Stage set up
144. Hire, supply, delivery and assembly of
raised outdoor stage (per square meter) and
risers/steps and ramp
1
145. Hire, supply, delivery and assembly of
raised indoor stage (per square meter) and
risers/steps and ramp
1
146. Hire, supply, delivery and assembly of
concert outdoor stage (per square meter)
and risers/steps and ramp
1
147. Hire, supply, delivery and assembly of
indoor conference stage (per square meter)
and risers/steps and ramp
1
148. Hire, supply, delivery and assembly of
stage trussing/ rigging for Sound and
Lighting
1
149. Hire, supply, delivery and assembly of
stage lighting (moving lights, spotlights,
effects lighting, mood lights etc.)
1
150. The supply and delivery of 50 seater
audience risers/bleachers for the placement
of banqueting seats to ensure elevated
platforms for seating (Per piece)
1
151. The supply delivery and stage fabrication
of a 9.6 M x 3.6 M raised stage 1
Carpets,
Flooring and
Dance floors
152. The supply delivery and installation of
runner 2 Meter width carpet (per meter) 1
153. The supply delivery and set up of red VIP
walkway 2Meter width carpet (per meter) 1
154. The supply delivery and installation of
cord tile carpet (per square meter) 1
155. The supply delivery and installation of
raised exhibition flooring (per square 1
37
meter)
156. The supply delivery and installation of
velour executive floor in various color
carpet (per square meter)
1
157. The supply delivery and installation of
portable modular temporary poly-
propylene outdoor flooring (per square
meter)
1
158. The supply delivery and installation of
wooden vinyl carpet (per square meter) 1
159. The supply delivery and installation of
dance floor (per square meter) 1
Mineral
Water
160. Supply and delivery of branded mineral
water (<500ml Each)- Max 2 logos in full
color
1
161. Supply and delivery of branded mineral
water (500ml Each)- Max 2 logos in full
color
1
162. Supply and delivery of branded mineral
water (1 Liter Each)- Max 2 logos in full
color
1
163. Supply and delivery of branded mineral
water (10 Liter Each)- Max 2 logos in full
color
1
164. Supply and delivery of branded mineral
water (20 Liter)- Max 2 logos in full color 1
165. Supply and delivery of branded white
water dispenser 1
166. Supply and delivery of branded disposable
200ml water caps- Max 2 logos in full
color
1
38
Mobile
Toilets
167. Hire and set up of VIP Mobile Toilets
(double units- male and female) with
adequate lighting, hand wash sink, with
soap, hand towels, mirror and maintenance
staff and toiletries (per day)
Unit
168. Hire and set up of Executive Mobile
Toilets (double units- male and female)
with adequate lighting, hand wash sink,
with soap, hand towels, mirror and
maintenance staff and toiletries (per day)
Unit
Ambulance
with
Paramedics
169. The hire of ambulance and paramedic
services per day 1
Security and
Crowd
Control
170. The supply and delivery of crowd control
barriers and barricade tape (per barrier)
171. The hire of security services and personnel
to provide security for event (rate per
personnel per day)
172. The hire of security services and armed
personnel to provide security for event
(rate per personnel per day)
173. The supply, delivery and installation of
security screening machine to screen both
event participants and language
1
Exhibition
set up
174. The supply, delivery, mounting and
labeling of 3m x 3m x 2.5mH white
exhibition shell scheme with 3 sides made
with aluminum framing system into which
the white lightweight panels slid, name
Panels/Board, the design, printing and
39
placement of signage on name panel/
board. The booth will be mounted on a
carpeted floor and have 2 power sockets
and adequate exhibition lighting
175.
The design and fabrication of exhibition
hall, booth/area as per brief (3x3M
exhibition area)
176. The design, fabrication of exhibition hall,
booth/area as per brief. For the design of
exhibition area, logo’s, logo placement,
paintwork, electrical and lighting, exterior
branding, banner branding (cost per square
meter)
Transport
Full Day hire and branding of courtesy bus
to transport guests, panelists and other
persons as per brief
177. 9 seater van
1
178. 25 seater shuttle bus
1
179. 25-33 Seater shuttle bus
1
180. 33-65 seater shuttle bus
1
Decor
181. The supply and provision of decor services
that should have in the very least
backdrops, canopies, fabric draping, banner
branding, chair covers, cushions, tie backs,
full room/tent fabric draping, ceremony
décor, floral designs and arrangements,
café; Lighting, up-Lighting, golden canopy
Lot
40
lighting, fairy lighting, Edison lighting,
flood lights, gobo projection / monogram
lighting, lanterns with LED lights, crystal
chandeliers, potted plants, table linen and
overlays, branded napkin rings, branded
tablemats centerpieces, sliver tray, tray
cushion and scissors with bows and ribbon,
party favors and giveaways, appropriate
branded signage, banner branding, posters
and snapper frames, buntings, media
banners, branding of lifts floors, branding
of walls, windows and other surfaces as
appropriate in CA Corporate Colors (Royal
Blue, Black, White) Digital migration
Colors (Red, Black), Kikao Kikuu
(Yellow, Black, Blue, White) Service
charter colour (Mangenta, Cyan and Egg
Yolk Yellow) or as per brief
182. The branding of buildings, surfaces and
outdoor spaces in full colour as per brief
and and may include include exterior
branding, signage/signboards, hand
painting of exterior walls, arena roofs,
pillars, crowd barricades, access gates e.t.c.
Lot
183. The design supply, delivery and mounting
of standard size corporate flag and pole
(Cost per flag)
1
184. The design supply, delivery and mounting
of standard size country flag and pole (Cost
per flag)
1
185. The design supply, delivery and mounting
of standard size corporate table flag and
pole (Cost per flag)
1
41
186. The design supply, delivery and mounting
of standard size country table flag and pole
(Cost per flag)
1
187. The design supply, delivery and mounting
of standard size corporate hand flag and
pole (Cost per flag)
1
188. The design supply, delivery and mounting
of standard size country hand flag and pole
(Cost per flag)
1
189. The design supply, delivery and mounting
of standard size flag and pole as per
designs in full colour (Cost per flag)
190. The design supply, delivery and placement
of country name board holders and name
cards
1
191. The design, supply, delivery and mounting
of double sided heavy duty PVC buntings
printed in Full color (cost per 10 m)
1
192. The supply delivery, branding and
mounting of inflatable finish line arches
with appropriate arch accessories
1
193. The purchase and placement of
presidential portrait as per brief 1
Unveil
Concept 194.
The design, production and mounting of
embossed/engraved brass plaque 24’x18’ 1
195. The design, production and mounting of
branded metal tags printed/
engraved/embossed in full colour 2’x1’
1
196. The development, presentation and
execution of unveil concept for event as
per brief (Cost per concept per event)
1
42
Unveil Kit
197. The freestanding standing plaque unveil kit
with curtains with pull cord operation at a
comfortable height
1
198. The mounting of full length unveiling
curtains fitted to a circular rail to facilitate
the unveiling any stand alone artwork
1
199. The supply, delivery and mounting of
spectacular unveil including but not limited
to release of cluster of balloons,
multicolored confetti, smoke, bubbles,
lighting e.t.c
1
Road Show
Truck
200. Hire and branding of 40ft road show truck
to create publicity as per brief and based on
preapproved route plan. Truck to be
branded by supplier as per approved
designs (cost of hire per day) 1
201. Hire and branding of 20ft road show truck
to create publicity as per brief and based on
preapproved route plan. Truck to be
branded by supplier as per approved
designs (cost of hire per day) 1
202. Hire and mounting of Public Address
system in Road show truck and installation
of Generator to power all equipment in
road show 1
County and
Government
Agency
Permits
203. Obtaining permits from the County
Government and relevant Government
Agency’s for carrying out indoor and
outdoor events as per brief e.g. NEMA,
KCB, KFC, KFCB etc. 1
204. Obtaining permits from the County
Government and relevant Government 1
43
Agency’s for payment for branded staff
publicizing the event (cost per branded
personnel)
205. Obtaining permits from the County
Government and relevant Government
Agency’s for payment and stamping of CA
fliers for distribution (cost per flier) 1
206. Obtaining permits from the County
Government and relevant Government
Agency’s the funfair (cost per roadshow) 1
Catering
207. The outsourcing of catering to include 5-
course menu, food, drinks and service from
five star hotels. For the purpose of this
tender, the proposed menu should in the
very least comprise of: Salads, soup,
proteins, carbohydrates, vegetables, dessert
and drink (Cost per pax)
1
208. The outsourcing of catering to include 3- 5-
course food, drinks and service from highly
reputable hotels. For the purpose of this
tender, the proposed menu should in the
very least comprise of: Salads, soup,
proteins, carbohydrates, vegetables, dessert
and drink (Cost per pax)
1
209. The outsourcing of outside catering to
include 5 course menu, food, drinks and
service from reputable hotels outside
catering fee. For the purpose of this tender,
the proposed menu should in the very least
comprise of: Salads, soup, proteins,
carbohydrates, vegetables, dessert and
drink (Cost per pax)
1
44
210. The outsourcing of outside catering to
include 3- 5 course food, drinks and
service from reputable hotels outside
catering fee. For the purpose of this
tender, the proposed menu should in the
very least comprise of: Salads, soup,
proteins, carbohydrates, vegetables, dessert
and drink (Cost per pax)
1
211. The outsourcing of 5 star continental/
English breakfast (cost per pax) 1
212. The outsourcing of enhanced breakfast
(high tea) to include 5 star continental/
English breakfast (Cost per pax)
1
213. The outsourcing and provision of full
conference package to include writing
materials, water, mints, teas and lunch
from a highly reputable hotel (cost per pax)
1
214. The outsourcing of cocktail with enhanced
menu including curving, bitings including
vegetarian menu and drinks as per
consumption highly reputable hotel (cost
per pax)
1
215. The outsourcing of catering to include 5-
course dinner menu, food, drinks and
service from five star hotels. For the
purpose of this tender, the proposed menu
should in the very least comprise of:
Salads, soup, proteins, carbohydrates,
vegetables, dessert and drink (Cost per
pax)
1
216. The outsourcing of catering to include 3- 5
course dinner menu, food, drinks and
service from reputable hotels. For the
1
45
purpose of this tender, the proposed menu
should in the very least comprise of:
Salads, soup, proteins, carbohydrates,
vegetables, dessert and drink (Cost per
pax)
Entertainmen
t
217. The outsourcing of live band with
knowledge of wide range of music to
entertain guests that cut across all age
brackets to play in the very least
contemporary, soul, country, rock and
rumba music etc. per day
1
218. The outsourcing dancers/ acrobats per day
1
219. The outsourcing skaters per day
1
220. The outsourcing of DJ services per day
guests that cut across all age brackets to
play in the very least contemporary, soul,
country, rock and rumba music etc. per day
1
221. The outsourcing of children’s
entertainment to include puppets,
jumpsuits, dress-up, gamming stations,
bouncing castles, camel and horse ride e.t.c
Lot
222. The hire and set up of photo booth and
photo booth props and instant print out of
photos on predesigned, preapproved design
background for full day hire
Lot
223. The outsourcing of stand up comedian per
day 1
224. The outsourcing of a choir to entertain
guests that cut across all age brackets to
play in the very least contemporary, soul,
1
46
country, rock and rumba music etc. per day
Moderator
(Conferences
, meetings,
forums)
225. The scouting and securing of moderator
based on brief of the event. Indicate fees.
(Provide names of 3 proposed moderators
and indicate the rates of the one with
heighted charges/fees). In the very least,
the moderator should posses the following
characteristics: Is Neutral: Possess ability
to respect open dialogue and encourage a
balanced view of the subject matter under
discussion: Authoritative: Ability to
manage the speakers and control the
audience: Confident: Ability to present
matters confidently and be at ease with
various medium (TV/ radio coverage):
Spontaneous and flexible: Knowledgeable:
Posses hands on knowledge on ICT
regulation, Consumer protection,
communication technology and services
and ability to acquire requisite in depth
knowledge on the forum subject matter:
Understanding—the moderator should take
time to familiarize him/herself with the
goals of the forum: Prepare report of the
forum as per terms of reference in this
document
1
226. Moderator Transport cost per day 1
227. Moderator Accommodation Cost per day 1
47
Master of
Ceremony
228. The scouting and securing of MC based on
brief of the event and specifically provision
of MC Services during CA Corporate
events Indicate fees (Allowances) (Provide
names of 3 proposed MC's and indicate the
rates of the one with heighted
charges/fees). In the very least, the MC
should posses the following characteristics:
Is time conscious: Possess ability to respect
proposed program and progress activities
as scheduled. Humorous: is sociable and
able to engage participants. Confident:
Ability to present matters confidently and
be at ease with various medium (TV/ radio
coverage): Spontaneous and flexible:
Knowledgeable: Posses hands on
knowledge on ICT regulation,
communication technology and services
and ability to acquire requisite in depth
knowledge on the theme of the event:
Understanding: the MC should take time to
familiarize him/herself with the objectives
of the event. Stand up comedy would be an
added advantage
1
229. MC Transport cost per day 1
230. MC Accommodation Cost per day 1
Panelists:
231. Fees (Allowances). The disbursement to
panelists shall be made as and when
directed by CA. A nominal fee of KShs.
10,000.00 per panelist. Issue payment
7
48
vouchers/receipt confirming panelist has
been facilitated.
232. Accommodation and transport allowance
for 2 nights. A nominal fee of Kshs.
10,000.00 per night to be disbursed upon
arrival and as directed by CA. Issue
Payment vouchers/receipt confirming
panelist has been facilitated.
7
Sign
Language
Interpreters
233. Interpreters Fees: The provision of
professional Kenya sign language
interpretation services The interpreters
should in the very least be members of the
Kenya Sign Language Association and
recommended by the Kenya National
Association of the Deaf. Please note that
the interpretation will be carried out in both
English and Kiswahili and may be
technical in nature.
2
234. Accommodation and transport for Sign
language interpreters per night 2
Hostesses
235. Identification and provision of hostess
services (per day) to direct guests in venue
location, airport reception, event reception,
provision of hospitality service, collection
of feedback forms participants etc.
5
236. Hostess Attire- The design, production and
delivery of decently designed attire to suit
the occasion and stitched on cotton/
polyester fabric and shoes (Designs and
accessories MUST be approved by CA)
5
Road Show
Personnel 237.
Supervisor: The costs associated with
supervising the day to day execution of the 1
49
roadshow plans and as approved road show
plan
238. MC: The provision of MC Services during
the roadshow route as to publicize the
County ICT Forum as per the brief. The
MC should be popular personality and
preferably known by the County residents
and shall be stationed on the Roadshow
truck/rig 1
239. Entertainers/ Dancers/ skaters: Provision of
professional entertainment services in the
very least incorporate dancers, professional
skaters during roadshow to draw crowds to
roadshow as per brief. 1
240. Road Show Staff: The distribution of fliers
and provision of information to the public
about the forum at road show route Job
241. Security: The provision of security services
during the road shows and co-ordination of
security with Law enforcement as and
when required. Job
242. DJ: Provision of DJ services to draw
crowds to the road show and publicize
about the County ICT Forum as per brief 1
Event
personnel
243. Casuals for the execution of various
assignments as per brief e.g. cleaning of
venue e.t.c
Airport
reception
Services (
Meet and
greet for VIP
244. Provision of airport reception services per
day, these are costs over and above the cost
of hostesses
Job
50
guests)
Grand total unit cost inclusive of all taxes
51
ORDERING
1. The Authority will procure the items/services mentioned above as and when required during the
contract period through call offs orders when necessary.
(2) Individual orders shall clearly describe all services to be performed or goods to be delivered or
works to be done so that the full cost or price for the performance of the work can be established when
the order is placed..
(3) Orders may be placed by using any means, e.g. electronically (faxed, etc), as specified in the
contract.
Notes: -
i. All the unit cost submitted should be inclusive of all applicable taxes
23. Contacting Communications Authority of Kenya
23.1 Any communication to CA by a bidder in regard to this tender shall be in writing and any
response by the latter regarding the same shall also be in writing
24. Post-qualification
24.1 CA will determine to its satisfaction whether the tenderer that is selected as having submitted the
lowest evaluated responsive tender is qualified to perform the contract satisfactorily.
24.2 The determination will take into account the Tenderer’s production capabilities. It will be based
upon an examination of the documentary evidence of the Tenderer’s qualifications submitted, as
CA deems necessary and appropriate.
24.3 An affirmative determination will be a prerequisite for award of the contract to the tenderer. A
negative determination will result in rejection of the Tenderer’s tender, in which event CA will
proceed to the next lowest evaluated tender to make a similar determination of the Tenderer’s
capabilities to perform satisfactorily.
25. Award Criteria
25.1 Subject to paragraph 10, 23 and 28 CA will award the contract to the successful tenderer(s) whose
tender has been determined to be substantially responsive and has been determined to be the lowest
evaluated tender, provided further that the tenderer is determined to be qualified to perform the
contract satisfactorily.
26. Communications Authority of Kenya’s Right to Vary Quantities
52
26.1 CA reserves the right at the time of contract award to increase or decrease the quantity of items
originally specified in the Schedule of requirements without any change in unit price or other terms
and conditions.
27. CA Reserves Right to Accept or Reject Any or All Tenders
27.1 CA 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 thereby incurring any liability to the
affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the
grounds for CA’s action.
28. Notification of Award
28.1 Prior to the expiration of the period of tender validity, CA will notify the successful tenderer in
writing that its tender has been accepted.
28.2 The notification of award will constitute the formation of the Contract
28.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to paragraph 31,
CA will promptly notify unsuccessful Tenderer and will discharge its Bid Security, pursuant to
paragraph 14.
29. Signing of Contract
29.1 At the same time as CA notifies the successful tenderer that its tender has been accepted, it will
send the tenderer the Contract Form provided in the tender document, incorporating all
agreements between the parties.
29.2 Within thirty (30) days of receipt of the Contract Form, the successful tenderer shall sign and
date the contract and return it to CA.
30 Performance Security- where applicable
30.1 The performance contract will be issued in accordance with the Conditions of the Contract, in the
Performance Security Form provided in the tender documents. The performance security shall be
in the form of letter of credit issued by a reputable bank carrying on business within Kenya and
acceptable to the Authority and the supplier,
30.2 Failure of the successful tenderer to comply with the requirement of paragraph 30 or paragraph
31 shall constitute sufficient grounds for the annulment of the award and forfeiture of the, in
which event CA may make the award to the next lowest evaluated Candidate or call for new
tenders.
53
SECTION III GENERAL CONDITIONS OF CONTRACT
31. Definitions
In this contract the following terms shall be interpreted as indicated
(i) “The contract” means an agreement entered into between CA and the tenderer as
recorded in the contract form signed by the parties, including all attachments and
appendices thereto and all documents incorporated by reference therein.
(ii) “The contract price” means the price payable to the tenderer under the contract for
the full and proper performance of its contractual obligations
(iii) “ The services” means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to CA under
the contract.
(iv) “CA” means organization sourcing for the services under this contract.
(v) “The Contractor” means the individual or firm providing the services under this
contract.
(vi) “Day” means calendar day
(vii) “SCC” means special conditions of contract
(viii) “corrupt practice” means the offering, giving, receiving or soliciting of anything
of value to influence the action of a public official in the procurement process or
in contract execution; and
(ix) “fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of CA, and
includes collusive practice among tenderer (prior to or after tender submission)
designed to establish tender prices at artificial non-competitive levels and to
deprive CA of the benefits of free and open competition;
32 Application These General Conditions shall apply to the extent that provisions of other part of contract do not
supersede them.
54
33. Standards
33.1 The services provided under this Contract shall conform to the standards mentioned in the
Schedule of requirements
34 Patent Right’s The tenderer shall indemnify CA against all third-party claims of infringement of patent,
trademark, or industrial design tights arising from use of the services under the contract or any
part thereof.
35 Inspections and Tests
35.1 CA or its representative shall have the right to inspect and/or to test the services to confirm their
conformity to the Contract specifications. CA shall notify the tenderer in writing, in a timely
manner, of the identity of any representatives retained for these purposes.
35.2 The inspections and tests may be conducted on the premises of the tenderer or its
subcontractor(s). If conducted on the premises of the tenderer or its subcontractor(s), all
reasonable facilities and assistance, including access to drawings and production data, shall be
furnished to the inspectors at no charge to CA.
35.3 Should any inspected or tested services fail to conform to the Specifications, CA may reject the
services, and the tenderer shall either replace the rejected services or make alterations necessary
to meet specification requirements free of cost to CA.
35.4 Nothing in paragraph 3.7 shall in any way release the tenderer from any warranty or other
obligations under this Contract.
36 Payment
36.1 The method and conditions of payment to be made to the tenderer under this Contract shall be
specified in SCC
37 Prices
Prices charged by the contractor for services performed under the Contract shall not, with the
exception of any Price adjustments authorized in SCC , vary from the prices by the tenderer in its
tender or in CA’s request for tender validity extension as the case may be. No variation in or
modification to the terms of the contract shall be made except by written amendment signed by
the parties.
38. Assignment
The tenderer shall not assign, in whole or in part, its obligations to perform under this contract,
except with CA’s prior written consent.
55
39 Termination for Default
CA may, without prejudice to any other remedy for breach of Contract, by written notice of
default sent to the tenderer, terminate this Contract in whole or in part:
a) if the tenderer fails to provide any or all of the services within the period(s) specified in the
Contract,
b) if the tenderer fails to perform any other obligation(s) under the Contract.
c) if the tenderer, in the judgment of CA has engaged in corrupt or fraudulent practices in
competing for or in executing the Contract.
In the event CA terminates the Contract in whole or in part, it may procure, upon such terms and
in such manner, as it deems appropriate, services similar to those undelivered, and the tenderer
shall be liable to CA for any excess costs for such similar services.
40. Termination of insolvency
CA may at the any time terminate the contract by giving written notice to the contractor if the
contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the contractor, provided that such termination will not produce or affect any
right of action or remedy, which has accrued or will accrue thereafter to CA.
41. Termination
41.1 CA by written notice of 30 days sent to the contractor may terminate the contract in whole at any
time for its convenience. The notice of termination shall specify that the termination is for CA
convenience, the extent to which performance of the contractor of the contract is not satisfactory
and the date on which such termination becomes effective.
41.2 For the remaining part of the contract after termination CA may elect to cancel the services and
pay to the contractor on agreed amount for partially completed services.
42. Resolution of disputes
CA’s and the contractor shall make every effort to resolve amicably by direct informal
negotiations any disagreement or dispute arising between them under or in connection with the
contract.
If after thirty (30) days from the commencement of such informal negotiations both parties have
been unable to resolve amicably a contract dispute either party may require that the dispute be
referred for resolution to the formal mechanisms specified in the SCC.
56
43. Governing Language
The contract shall be written in the English language. All correspondence and other documents
pertaining to the contract, which are exchanged by the parties, shall be written in the same
language.
44. Force Majeure
The contractor shall not be liable for forfeiture of its performance security, or termination for
default if and to the extent that its delay in performance or other failure to perform its obligations
under the Contract is the result of an event of Force Majeure.
45. Applicable Law.
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise specified
in the SCC
46. Notices
Any notices given by one party to the other pursuant to this contract shall be sent to the other
party by post or by fax or E-mail and confirmed in writing to the other party’s address specified
in the SCC
A notice shall be effective when delivered or on the notices effective date, whichever is later.
57
SECTION IV SPECIAL CONDITIONS OF CONTRACT
4.1 Special conditions of contract shall supplement the general conditions of contract, wherever
there is a conflict between the GCC and the SCC, the provisions of the SCC herein shall prevail
over those in the GCC.
4.2 Special conditions of contract with reference to the general conditions of contract.
General conditions of contract
reference
Special conditions of contract
3.6 Fill, sign Tender Security Declaration
Form and stamp.
3.8 The terms of payment shall be within 30
days from the date of inspection
and acceptance of the goods and upon
receipt of an official invoice
3.9 There is no Price adjustments within
the contract period
3.14 Resolution of disputes shall be through
Arbitration. Appointment of arbitrator to
be conducted as per the Arbitration Act
3.17 Kenyan laws are applicable
58
SECTION V – SCHEDULE OF REQUIREMENTS
The resultant framework contract shall be serviced through LPO’s on “as need arise basis”
59
SECTION VI - STANDARD FORMS
SECTION VI - STANDARD FORMS
1. Form of tender (To be filled )
2. Contract form
3. Bank guarantee for advance payment
4. Confidential Questionnaire form (To be filled )
5. Tender Security Declaration form (To be filled )
6. Self-declaration that the person/tenderer is not debarred in the matter of the
public procurement and asset disposal act 2015. (To be filled )
7. RB1 form
60
FORM OF TENDER
Date____________________________
Tender No._______________________
To……………………..
…………………………..
[Communications Authority of Kenya P.O. Box 14448Nairobi 00800]
Gentlemen and/or Ladies,
1. Having examined the tender documents including Addenda
No…………………………..Insert numbers.
the of which is hereby duly acknowledged, wed, the undersigned, offer to provide.
[Provision of event management services].
in conformity with the said tender documents for the sum of . [Total tender amount in words and
figures………………………………………..…………................................................].
or such other sums as may be ascertained in accordance with the Schedule of Prices attached
herewith and made part of this Tender.
2. We undertake, if our Tender is accepted, to provide the services in accordance with the services
schedule specified in the Schedule of Requirements.
3. If our Tender is accepted, we will obtain the tender guarantee in a sum equivalent to _____ percent
of the Contract Price for the due performance of the Contract, in the form prescribed by (Procuring
entity).
4. We agree to abide by this Tender for a period of [number] days from the date fixed for tender
opening of the Instructions to tenderers, and it shall remain binding upon us and may be accepted at
any time before the expiration of that period.
5. Until a formal Contract is prepared and executed, this Tender, together with your written acceptance
thereof and your notification of award, shall constitute a binding Contract between us.
Dated this _________________ day of_________________ 20
[signature] [In the capacity of]
Duly authorized to sign tender for and on behalf of___________
61
CONTRACT FORM
THIS AGREEMENT made the ___day of _____20____between…………[CA] of
……………….[KENYA]( hereinafter called “CA”) of the one part and ……………………[name of
tenderer] of ……….[city and country of tenderer](hereinafter called “the tenderer”) of the other part.
WHEREAS CA invited tenders for certain materials and spares. Viz……………………..[brief
description of materials and spares] and has accepted a tender by the tenderer for the supply of those
materials and spares in the spares in the sum of ………………………………………[contract price in
words and figures]
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned
to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this Agreement, viz.:
(a) the Tender Form and the Price Schedule submitted by the tenderer;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) CA’s Notification of Award.
3. In consideration of the payments to be made by CA to the tenderer as hereinafter mentioned, the
tenderer hereby covenants with CA to provide the services in conformity to all respects with the
provisions of the Contract
4. CA hereby covenants to pay the tenderer in consideration of the provision of events management
services, the Contract Price or such other sum as may become payable under the provisions of the
contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by___________the _________(for CA)
Signed, sealed, delivered by___________the __________(for the tenderer)
In the presence of_______________.
62
CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2(b) or 2(c) whichever
applied to your type of business.
You are advised that it is a serious offence to give false information on this form.
Part 1 General
Business Name ...........................................................................................................................
Location of Business Premises .................................................................................................
Plot No, ............................................................ Street/Road ......................................................
Postal address ........................ Tel No. ................................... Fax Email ................................
Nature of Business ....................................................................................................................
Registration Certificate No. .......................................................................................................
Maximum value of business which you can handle at any one time – Kshs. ........................
Name of your bankers ................................................................................................................
Branch .........................................................................................................................................
Part 2 (a) – Sole Proprietor
Your name in full……………………….Age………………………………………….
Nationality……………………………Country of Origin……………………………..
Citizenship details
……………………………………………………..
Part 2 (b) – Partnership
Given details of partners as follows
Name Nationality Citizenship details Shares
1. …………………………………………………………………………………………
2. …………………………………………………………………………………………
3. …………………………………………………………………………………………
4. …………………………………………………………………………………………
Part 2 (c) – Registered Company
Private or Public
State the nominal and issued capital of company
Nominal Kshs.
Issued Kshs.
Given details of all directors as follows
Name Nationality Citizenship details Shares
1. …………………………………………………………………………………………
2. …………………………………………………………………………………………
3. …………………………………………………………………………………………
4. …………………………………………………………………………………………
Date……………………………………….Signature of Candidate………………………..
63
BANK GUARANTEE FOR ADVANCE PAYMENT
To…………………………
[name of tender]………………………………………
Gentlemen and/or Ladies:
In accordance with the payment provision included in the special conditions of contract, which amends
the general conditions of contract to provide for advance payment,
…………………………………………………………………
[name and address of tenderer][hereinafter called “the tenderer”] shall deposit with CA a bank guarantee
to guarantee its proper and faithful performance under the said clause of the contract in an amount
of …………………………………………………………………………………………
[amount of guarantee in figures and words].
We, the ………………………………………………………………………………
[bank or financial institution], as instructed by the tenderer, agree unconditionally and irrevocably to
guarantee as primary obligator and not as surety merely, the payment to CA on its first demand without
whatsoever right of objection on our part and without its first claim to the tenderer, in the amount not
exceeding [amount of
guarantee in figures and words].
We further agree that no change or addition to or other modification of the terms of the Contract to be
performed thereunder or of any of the Contract documents which may be made between CA and the
tenderer, shall in any way release us from any liability under this guarantee, and we hereby waive notice
of any such change, addition, or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
received by the tenderer under the Contract until [date].
Yours truly,
Signature and seal of the Guarantors
____________________________________________________________
[name of bank or financial institution]
_____________________________________________________________
[address]
________________________________________________________________
[date]
64
LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity
_____________________
_____________________
To:
RE: Tender No.
Tender Name
This is to notify that the contract/s stated below under the above-mentioned tender have been awarded to
you.
1. Please acknowledge receipt of this letter of notification signifying your acceptance.
2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter but
not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject matter of this letter
of notification of award.
(FULL PARTICULARS)
SIGNED FOR ACCOUNTING OFFICER
65
TENDER-SECURING DECLARATION FORM
The Bidders should complete in this Form in accordance with the instructions indicated
Date: ………………….. ..Of Bid Submission] Tender No……….
To: Communications Authority of Kenya.
We, the undersigned, declare that:
1 We understand that, according to your conditions, bids must be supported
By a Bid-Securing Declaration.
2 We accept that we will automatically be suspended from being eligible for
Bidding in any contract with CA for the period of time of one (1) year starting on 6th February
2019, if we are in breach of Our obligation(s) under the bid conditions, because we –
(a) Have withdrawn our Bid during the period of bid validity specified
By us in the Bidding 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 ITT.
3 We understand that this Bid Securing Declaration shall expire if we are
Not the successful Bidder, upon the earlier of
(i) Our receipt of a copy of your notification of the name of the
Successful Bidder; or
(Ii) twenty-eight days after the expiration of our Tender.
4 We understand that if we are a Joint Venture, the Bid 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 Bid Securing Declaration shall be in the names of all future
Partners as named in the letter of intent.
Signed:……………………………………………………………………….. In the
Capacity of ……………………………………………………………………………….
[Insert legal capacity of person signing the Bid Securing Declaration]
Name: …………………………………………………………………………………….
Duly authorized to sign the bid for and on behalf of:………………………………………. [Insert
complete name of Bidder]
Dated on …………………. day of ……………., ………………. [Insert date of signing
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 herein above is true to the best of my
knowledge, information and belief.
…………………………………. ……………………………….
………………………
(Title) (Signature) (Date) Bidder
Official Stamp
67
FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity) of
……………dated the…day of ………….20……….in the matter of Tender No………..…of
…………..20…
REQUEST FOR REVIEW
I/We……………………………,the above named Applicant(s), of address: Physical
address…………….Fax No……Tel. No……..Email ……………, hereby request the Public
Procurement Administrative Review Board to review the whole/part of the above mentioned
decision on the following grounds , namely:-
1.
2.
etc.
By this memorandum, the Applicant requests the Board for an order/orders that: -
1.
2.
etc
SIGNED ……………….(Applicant)
Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
68
Lodged with the Secretary Public Procurement Administrative Review Board on ………… day
of ………....20….………
SIGNED
Board Secretary