Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 1 of 72
owers, Hospital Road, Upper Hill, P.O. Box 41362-00100, Nairobi
Landline telephone number: +254 (020) 4923000. Cellphone: 0722-201214, 0734-600624 Email: [email protected]. Website: www.kasneb.or.ke
Facebook: KASNEBOfficial Twitter:@KASNEBOfficial
INVITATION FOR TENDER
TENDER NO. KAS/DCLAN/011/2018/2019:
ESTABLISHMENT OF PRIMARY DATA CENTRE
AND LAN UPGRADE
CLOSING DATE: THURSDAY, 13 JUNE 2019 CLOSING TIME: 11:00 A.M
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 2 of 72
TABLE OF CONTENTS
Page SECTION I: INVITATION FOR TENDERS…………….…..………............................ 3 SECTION II: INSTRUCTION TO TENDERERS …………....……...………....….….… 4 Appendix to instructions to Tenderers ………………....……..……...….…...…....….. 13 SECTION III: GENERAL CONDITIONS OF CONTRACT………......….….…..…..... 17 SECTION IV: SPECIAL CONDITIONS OF CONTRACT ………...….…..…….....…. 20 SECTION V: SCHEDULE OF REQUIREMENTS ………………...….……..…..…..... 21 SECTION VI: TERMS OF REFERENCE …………............................................…... 22 SECTION VII: TECHNICAL SPECIFICATIONS ………………………….……............ 40 SECTION VIII: STANDARD FORMS ………………………….…………....….….....…. 58 FORM OF TENDER ………………………………………......………..…....….........…... 59 PRICE SCHEDULES…….............................………………………......…...…….......... 60 CONTRACT FORM………………………………………......……….……….........…..… 62 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM .....…...…..…...….....…....… 64 TENDER SECURITY FORM ………………………………......…………...….….…....… 65
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD…….........………....…..... 66
LETTER OF NOTIFICATION OF AWARD……………………..……..……......…..…..... 67
FORM 3 - CLIENT REFERENCE FORM. .……...…….........……………....... 68
ANTI-CORRUPTION DECLARATION……………………..…….….…...…..…....…........ 69 PERFORMANCE SECURITY FORM……………………..…….……....…..…....…........ 70 TENDER QUESTIONAIRE FORM……………………..…….……....…..…....…........... 71 MANUFACTURERS AUTHORISATION FORM……………………..…….……....…..... 72
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 3 of 72
SECTION I: INVITATION FOR TENDERS Date: ………………………………………….
TENDER NO. KAS/DCLAN/011/2018/2019: ESTABLISHMENT OF PRIMARY DATA CENTRE AND LAN UPGRADE
invites registered suppliers by Ministry of Information and Information Technology and/or accredited by Information Communication Technology Authority (ICTA) and to
submit sealed bids for the establishment of Primary Data Centre and Tower ILAN upgrade.
Interested firms may obtain further information from and inspect the tender documents at the
offices of situated in Towers, Hospital Road, Upper Hill, NAIROBI during
normal working hours between 8.00 a.m. and 4.00 p.m. every day from Monday to Friday. The Interested firms are invited for a site visit on Friday, 24 May 2019, 9:00 a.m.
Interested firms may obtain the tender documents from the Supply Chain Management Unit
office located at Towers, Hospital road, Upper Hill, Nairobi between 8:00 a.m and
4:00 p.m upon payment of a non-refundable fee of shillings of one thousand five hundred
(Sh.1,500) only per tender in form of cash or Bankers cheque payable to .
Alternatively, the tender documents may be downloaded from the website:
www.kasneb.or.ke at NO FEE. The bidders who download the tender documents must
register their details with the Supply Chain Management Office via email address: [email protected] so as to receive any clarifications and/or addenda.
Complete tender documents accompanied by a Tender Security of Shillings two million, (Sh.2,000,000) only of the tender sum in the form of a bank guarantee or guarantee from an insurance company approved by the Public Procurement Regulatory Authority (PPRA) must be enclosed in a plain sealed envelope marked with the tender number and tender name and addressed to:
Secretary and Chief Executive Officer,
Towers, Hospital Road, Upper Hill, P. O. Box 41362-00100, NAIROBI.
The tender documents must be submitted in two copies one marked “ORIGINAL” and the other marked “COPY.” The tender documents should be deposited in the Tender box placed next to
Supply Chain Management Unit Office at Towers or be sent to Secretary and Chief Executive Officer so as to reach him on or before the closing date and time on Thursday, 13 June 2019 at 11.00 a.m.
The tenders will be opened immediately after the closing date and time on Thursday,
13 June 2019 at 11.00 a.m. in the , Conference Hall. Bidders or bidder representatives
are invited to witness the opening.
Yours faithfully
SECRETARY AND CHIEF EXECUTIVE OFFICER
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 4 of 72
SECTION II: INSTRUCTIONS TO TENDERERS
2.1. Eligible Tenderers
2.1.1 This Invitation for Tenders is open to all Tenderers eligible as described in the Appendix to 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.
2.1.2 ‟s employees, Committee members, Board members and their relatives (spouse and children) are not eligible to participate in the tender unless where specially allowed under Public Procurement and Asset Disposal Act No.33 of 2015
2.1.3 Tenderers shall provide the qualification information statement that the Tenderer (including all members of a joint venture and Sub tenderers) 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 to provide consulting services for the preparation of
the design, specifications, and other documents to be used for the procurement of the services under this Invitation for tenders.
2.1.4 Tenderers involved in the corrupt or fraudulent practices or debarred from participating in public procurement shall not be eligible.
2.2 Cost of Tendering
2.2.1 The Tenderer shall bear all costs associated with the preparation and submission of its
tender, and will in no case be responsible or liable for those costs, regardless
of the conduct or outcome of the tendering process.
2.2.2 The Tenderer shall bear all costs associated with the preparation and submission of its
tender, and , will not be responsible or liable for those costs. Regardless of the
conduct or outcome of the tendering process.
2.2.3 shall allow the Tenderer to review the tender document free of charge before
purchase.
2.3 Contents of Tender Document
2.3.1 The tender documents comprise the documents listed below and addenda issued in accordance with clause 2.5 of these instructions to Tenderers. (i) Instructions to Tenderers
(ii) General Conditions of Contract
(iii) Special Conditions of Contract
(iv) Schedule of Requirements
(v) Specifications of the Data Centre and LAN Upgrade
(vi) Form of Tender
(vii) Price Schedules
(viii) Contract Form
(ix) Confidential Business Questionnaire Form
(x) Tender security Form
(xi) Performance security Form
(xii) Manufacturers Authorization Form
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 5 of 72
2.3.2 The Tenderer is expected to examine all instructions, forms, terms and specification in the tender documents. Failure to furnish all 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.
2.4 Clarification of Tender Documents
2.4.1 A Tenderer making inquiry of the tender documents may notify by post, fax or
by email at the ‟s address indicated in the Invitation for tenders. kasneb will respond in writing to any request for clarification of the tender documents, which it receives not later than seven (7) days prior to the deadline for the submission of the tenders, prescribed by the procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all candidates who have received the tender documents.
2.4.2 shall reply to any clarifications sought by the Tenderer within 3 days of receiving the request to enable the Tenderer to make timely submission of its tender.
2.5 Amendment of Tender Documents
2.5.1 At any time prior to the deadline for submission of tenders, , 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 issuing an addendum.
2.5.2 All prospective Tenderers who have obtained the tender documents will be notified of the amendment by post, fax or email and such amendment will be binding on them.
2.5.3 In order to allow prospective Tenderers reasonable time in which to take the amendment into account in preparing their tenders, the Procuring entity, at its discretion may extend the deadline for the submission of tenders.
2.6 Language of Tenders 2.6.1 The tender prepared by the Tenderer, as well as all correspondence and documents
relating to the tender exchanged by the Tenderer and , shall be written in English language. 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.
2.7 Documents Comprising the Tender 2.7.1 The tender prepared by the Tenderers shall comprise the following components:
(a) A Tender Form and a Price Schedule completed in accordance with paragraph 2.8, 2.9, and 2.10 below.
(b) Documentary evidence established in accordance with paragraph 2.1.2 that the Tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted.
(c) Tender security furnished in accordance with paragraph 2.12 (if applicable) (d) Declaration Form.
2.8 Tender Forms
The Tenderer shall complete the tender form and the appropriate price schedule
furnished in the tender documents, indicating the services to be provided.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 6 of 72
2.9. Tender Prices 2.9.1 The Tenderer shall indicate on the form of tender and the appropriate Price Schedule
the unit prices and total tender price of the services it proposes to provide under the contract. Prices indicated on the Price Schedule shall be the cost of the services quoted including all customs duties and VAT and other taxes payable.
2.9.2 Prices quoted by the Tenderer shall remain fixed during the Term of the contract unless
otherwise agreed by the parties. A tender submitted with an adjustable price quotation
will be treated as non-responsive and will be rejected, pursuant to paragraph 2.20.5
2.10. Tender Currencies
2.10.1 Prices shall be quoted in Kenya Shillings.
2.11. Tenderers eligibility and qualifications
2.11.1 Pursuant to paragraph 2.1.of this document, the Tenderer shall furnish, as part of its tender, documents establishing the Tenderer eligibility to tender and its qualifications to perform the contract if it‟s tender is accepted.
2.11.2 The documentary evidence of the Tenderer‟s qualifications to perform the contract if its
tender is accepted shall establish to ‟s satisfaction that the Tenderer has the financial and technical capability necessary to perform the contract.
2.12 Tender Security
2.12.1 The Tenderer shall furnish, as part of its tender, a tender security for the amount and form specified in the Appendix to instructions to Tenderers.
2.12.2 The tender security shall be shillings six million (Percentage Not applicable. provide absolute figure.)
2.12.3 The tender security is required to protect against the risk of Tenderer‟s
conduct which would warrant the security‟s forfeiture, pursuant to paragraph 2.12.7 2.12.4 The tender security shall be denominated in Kenya Shillings and shall be in the form of:
(a) A bank guarantee. (b) Such insurance guarantee approved by the Public Procurement Regulatory Authority
(PPRA). 2.12.5 Any tender not secured in accordance with paragraph 2.12.1. and 2.12.3 shall be
rejected by kasneb as non-responsive, pursuant to paragraph 2.20.5. 2.12.6 Unsuccessful Tenderer‟s tender security will be discharged or returned as promptly as
possible as but not later than thirty (30) days after the expiration of the period of tender validity.
2.12.7 The successful Tenderer‟s tender security will be discharged upon the Tenderer signing the contract, pursuant to paragraph 2.29, and furnishing the performance security, pursuant to paragraph 2.30
2.12.8 The tender security may be forfeited: (a) if a Tenderer withdraws its tender during the period of tender validity.
(b) in the case of a successful Tenderer, if the Tenderer fails to:
(i) Sign the contract in accordance with paragraph 2.29 or
(ii) Furnish performance security in accordance with paragraph 2.30.
(c) If the Tenderer rejects correction of an arithmetic error in the tender.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 7 of 72
2.13 Validity of tenders
2.13.1 Tenders shall remain valid for one hundred and twenty (120) days after the date of
tender opening prescribed by pursuant to paragraph 2.18. A tender valid for a
shorter period shall be considered non responsive and will be rejected.
2.13.2 In exceptional circumstances, 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 tender security provided under paragraph 2.12 shall also be suitably
extended. A Tenderer may refuse the request without forfeiting its tender security. A
Tenderer granting the request will not be required nor permitted to modify its tender.
2.12 Format and signing of the tender
2.12.1 shall prepare one copy of the tender. The Tenderer shall submit the tender in
two copies in two separate envelopes. Technical Proposals separated from Financial
Proposals. One copy will be clearly marked “ORIGINAL” and the other one will be
clearly marked “COPY,” as appropriate. In the event of any discrepancy between them,
the original shall govern.
2.12.2 The original and the 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. All pages of the tender, except for un-amended printed literature, shall
be initialed by the person or persons signing the tender.
2.12.3 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.
2.15 Sealing and marking of tenders
2.15.1 The Tenderer shall seal the original and the copy of the tender in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be inserted and sealed in an outer envelope.
2.15.2 The inner and outer envelopes shall:
(a) Be addressed to the Secretary and Chief Executive Officer, , P. O. Box 41362-00100 NAIROBI.
(b) Bear the tender number and name.
2.15.3 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”.
2.15.4 If the outer envelope is not sealed and marked as required by paragraph 2.15.2,
will assume no responsibility for the tender‟s misplacement or premature
opening.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 8 of 72
2.16 Deadline for submission of tenders
2.16.1 Tenders must be deposited in the Tender box placed at the reception hall of ,
or be sent so as to be received at on or before the closing date and time on
Thursday, 13 June 2019 at 11.00 a.m.
2.16.2 may, at its discretion, extend this deadline for the submission of tenders by
amending the tender documents in accordance with paragraph 2.5.3, in which case all
rights and obligations of and candidates previously subject to the deadline will
therefore be subject to the deadline as extended.
2.16.3 Bulky tenders which will not fit the tender box shall be received by as provided
for in the appendix.
2.17 Modification and withdrawal of tenders
2.17.1 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 prior to the deadline prescribed for submission of tenders.
2.17.2 The Tenderer‟s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph 2.15.A withdrawal notice may also be sent by e-mail but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders.
2.17.3 No tender may be modified after the deadline for submission of tenders.
2.17.4 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 tender security, pursuant to paragraph 2.12.7.
2.17.5 may at any time terminate procurement proceedings before contract award
and shall not be liable to any person for the termination.
2.17.6 shall give prompt notice of the termination to the Tenderers and on request
give its reasons for the termination within fourteen (14) days of receiving the request from any Tenderer.
2.18. Opening of Tenders 2.18.1 The tenders will be opened immediately after the closing date and time on Thursday,
13 June 2019 at 11.00 a.m. in the Towers Conference Hall in the presence of
Tenderers‟ representatives present.
2.18.2 The Tenderers‟ representatives present shall sign a register evidencing their attendance.
2.18.3 The Tenderers names, tender modifications or withdrawals, the presence or absence of requisite tender security and such other details as at its discretion may consider appropriate, will be announced at the opening.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 9 of 72
2.18.4 will prepare minutes of the tender opening, which will be submitted to
Tenderers that signed the tender opening register and will have made the request.
2.19 Clarification of Tenders
2.19.1 To assist in the examination, evaluation and comparison of tenders may, at its
discretion, ask the Tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance of the tender shall be sought, offered, or permitted.
2.19.2 Any effort by the Tenderer to influence in the tender evaluation, tender
comparison or contract award decisions may result in the rejection of the Tenderers‟ tender.
2.20 Preliminary examination and Responsiveness
2.20.1 will examine the tenders to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the tenders are generally in order.
2.20.2 The tender sum as submitted and read out during the tender opening of the financial proposals shall be absolute and final and shall not be the subject of correction, adjustment, or amendment in any way by any person or entity. If there is a discrepancy between words and figures, the amount in words will prevail.
2.20.3 may waive any minor informality or non-conformity or irregularity in a tender
which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Tenderer.
2.20.4 Prior to the detailed evaluation, pursuant to paragraph 2.20 will determine the
substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one which conforms to all the
terms and conditions of the tender documents without material deviations. ‟s
determination of a tender‟s responsiveness will be based on the contents of the tender itself without recourse to extrinsic evidence.
2.20.5 If a tender is not substantially responsive, it will be rejected and may not subsequently be made responsive by the Tenderer by correction of the non conformity.
2.21 Conversion to single currency
Where other currencies are used, will convert those currencies to Kenya
Shillings using the selling exchange rate on the date of tender closing provided by the Central Bank of Kenya.
2.22 Evaluation and Comparison of Tenders
2.22.1 will evaluate and compare the tenders which have been determined to be
substantially responsive, pursuant to paragraph 2.20.
2.22.2 ‟s evaluation of a tender will take into account, in addition to the tender price,
the following factors, in the manner and to the extent indicated in paragraph 2.22.3.
(a) Operational plan proposed in the tender.
(b) Deviations in payment schedule from that specified in the Special Conditions of Contract.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 10 of 72
2.22.3 Pursuant to paragraph 2.22.2, the following evaluation methods will be applied.
(a) Operational Plan
requires that the services under the Invitation for Tenders shall be
performed at the time specified in the Schedule of Requirements. Tenders‟ offering
to perform longer than ‟s required delivery time will be treated as non-
responsive and rejected.
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment on the schedule outlined in the special conditions of contract. Tenders will be evaluated on the basis of this base price. Tenderers are, however, permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such
alternative payment schedule. may consider the alternative payment
schedule offered by the selected Tenderer.
2.22.3 The Tender Evaluation Committee shall evaluate the tender within 30 days from the date of opening the tender.
2.23 Contacting
2.23.1 Subject to paragraph 2.19 no Tenderer shall contact on any matter related to
its tender, from the time of the tender opening to the time the contract is awarded.
2.23.2 Any effort by a Tenderer to influence the members of staff of in its decisions
on tender evaluation, tender comparison, or contract award may result in the rejection of the Tenderer‟s tender.
2.24 Post-qualification
2.24.1 will verify and 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.
2.24.2 The determination will take into account the Tenderer is financial and technical capabilities. It will be based upon an examination of the documentary evidence of the Tenderer's qualifications submitted by the Tenderer, pursuant to paragraph 2.11.2, as well as such other information as kasneb deems necessary and appropriate.
2.24.3 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 will proceed to the next lowest evaluated tender to make a similar
determination of that Tenderer‟s capabilities to perform satisfactorily.
2.25 Award Criteria
2.25.1 Subject to paragraph 2.29 will award the contract to the successful Tenderer
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.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 11 of 72
2.25.2 To qualify for contract awards, the Tenderer shall have the following:-
(a) Necessary qualifications, capability, experience, services, equipment and facilities to provide the services being procured.
(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up
and is not the subject of legal proceedings relating to the foregoing. (d) Shall not be debarred from participating in public procurement.
2.26 ’s Right to accept or Reject any or all Tenders
2.26.1 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.
2.26.2 If determines that none of the tenders is responsive, shall notify each
Tenderer who submitted a tender.
2.26.3 shall give prompt notice of the termination to the Tenderers and on request
give its reasons for termination within 14 days of receiving the request from any Tenderer.
2.26.4 A Tenderer who gives false information in the tender document about his qualification or who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.
2.27 Notification of Award
2.27.1 Prior to the expiry of the period of tender validity, will notify the successful
Tenderer in writing that its tender has been accepted.
2.27.2 The notification of award will signify the formation of the contract subject to the signing
of the contract between the Tenderer and pursuant to clause 2.9.
Simultaneously the other Tenderers shall be notified that their tenders were not successful.
2.27.3 Upon the successful Tenderer‟s furnishing of the performance security pursuant to
paragraph 2.29, will promptly notify each unsuccessful Tenderer and will
discharge its tender security, pursuant to paragraph 2.12.
2.27.4 If you do not receive any official communication within 120 days after the tenders closing date and time of Thursday,13 June 2019 at 11.00 a.m. Kindly consider that your tender application was unsuccessful.
2.28 Signing of Contract.
2.28.1 Within fourteen (14) days of receipt of the Contract Form, the successful Tenderer shall sign and date the contract and return it to the Procuring entity.
2.28.2 The contract will be definitive upon its signature by the two parties.
2.28.3 The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 12 of 72
2.29 Performance Security
2.29.1 The successful Tenderer may be required to furnish the performance security in
accordance with the Conditions of Contract, in a form acceptable to .
2.29.2 Failure by the successful Tenderer to comply with the requirement of paragraph 2.29.1 or paragraph 2.30.1 shall constitute sufficient grounds for the annulment of the award
and forfeiture of the tender security, in which event may make the award to the
next lowest evaluated tender or call for new tenders.
2.30 Corrupt or Fraudulent Practices
2.30.1 requires that Tenderers observe the highest standard of ethics during the
procurement process and execution of contracts. A Tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices.
2.30.2 will reject a proposal for award if it determines that the Tenderer
recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. Further a Tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public Procurement in Kenya.
Please note that: The Tender Documents (Technical Proposal and Financial Proposal ) submitted SEPARATELY should be accompanied by a clear Table of Contents and the Documents must be clearly serialized/numbered/paged.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 13 of 72
Appendix on the Instructions to Tenderers
The following information regarding the particulars of the tender shall complement supplement or amend the provisions of the instructions to tenderers. Wherever there is a conflict between the provision of the instructions to tenderers and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to tenderers.
Instructions To Tenderers Reference
Particulars of Appendix to Instructions To Tender
2.1.1 The tender is open to qualified MOICT registered firms who have written (verifiable) authorisation for Establishment of Primary Data Centre and LAN upgrade
2.10 Tender prices shall be quoted in kenya shillings
2.11 The technical specifications and conformity requirements are given in the subsequent sections of the tender document including Sections V,VI and VII among others
2.12 This tender is based on a two-envelope bid system. The bidder must submit a bid with separate technical proposal and a financial proposal in separate sealed and marked envelopes.
2.13 The tenders shall remain valid for 120 days Tenderers who would not have received any communication within the 120 days after opening of tenders should consider themselves unsuccessful.
2.18 Date, Time and place of bid opening:
Thursday,13 June 2019 at 11.00 a.m. Towers, Conference Hall
2.22 (a) Preliminary evaluation criteria (mandatory) A preliminary evaluation will be carried out and bidders who will be missing any of
the following items shall be considered non-responsive and hence will not be
considered for further evaluation. The bidders are required to submit the following
documents, failure to which they shall not be considered for further evaluation.
No. Criteria Priority 1. Tax compliance certificate. Mandatory 2. Certificate of Incorporation/Registration. Mandatory
3. Complete Confidential Business Questionnaire. Mandatory
4. Completed Anti-corruption declaration form. Mandatory
5. Audited accounts for the last 3 financial years. Mandatory
6. Original and copy of the technical and financial proposals as specified in the tender document.
Mandatory
7. Letter/Certificate of accreditation from ICT Authority and/or Registration by MOICT
Mandatory
8. National Construction Authority Certificate, Structured cabling and computer networking (NCA 1 - NCA 5)
- Structured cabling and computer networking (NCA 4 and 5)
Mandatory
9. Valid Manufacturers‟ Authorisations for all active equipment.
Mandatory
10. CR 12 from Registrar of Companies Mandatory
11. ERC category A1 Certification for Electrical works Mandatory
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 14 of 72
(b) Technical evaluation
This will be a two stage evaluation involving examination of fulfillment of the mandatory technical requirements for the success of the proposed solution and a detailed evaluation of the proposals‟ ability to meet the set specifications. Those submissions that do not meet any of the mandatory technical requirements will not be considered for the detailed evaluation.
(i) Mandatory technical evaluation
No. Mandatory technical requirement Priority
1. Switches routers, network controller and wireless access devices must be from one manufacturer.
Mandatory
2. All IP phones supplied must be from one manufacturer.
Mandatory
3. Cabling subsystem must be from the one manufacturer
Mandatory
4. Evidence of at experience in setting up at least one (1) data centre.
Mandatory
5. All switches and wireless access points to support PoE
Mandatory
6. The bidder must be certified in the proposed structured cabling. Proof of this is required.
Mandatory
7. Certificates of site visits (DC and LAN) issued by
Mandatory
8. At least one installer in the project team is certified in the proposed structured cabling.
Mandatory
9. One of the project staff must have a background in electrical/ electronic engineering or equivalent and must have valid registration with the Engineers Board of Kenya as a professional member.
Mandatory
(ii) Detailed technical evaluation
During detailed evaluation, the proposal shall be subjected to a more thorough evaluation to check if it meets the technical requirements as stated in the bid documents. The pass mark for this evaluation stage is seventy percent (70%). Bidders who fail to meet the pass mark of 70% shall be disqualified from continuing to the next stage of financial evaluation. Each of the requirements in the bids shall be scored as weighted below:
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 15 of 72
No. Item Description Marks
1 Specific experience of the firm in the last five (5) years (attach evidence – certificate of completion or equivalent )
[20]
Have expertise and skills in undertaking five (5) similar projects by providing evidence of projects undertaken in the public and private sector in the last five (5) years. At least one of the projects must have entailed the setup of a data centre (4 marks for each similar project within the last five (5) years).
20
No similar nature of assignment.
0
2 Adequacy of the proposed network upgrade and
work plan in responding to the TOR
[25]
(a) Availability of a network topology to be adopted so as to avoid single point of failure 7
(b) Availability of the proposed network design by the bidder including name and models of equipment to install. 8
(c) Capability of the routers in supporting BGP, OSPF, VPN IPSec and
SFP modules (Specifying make and model) 4
(d) Clearly identified areas (network layout design) for the installation of
Wireless Access Points and design to ensure all areas within the
building are covered.
6
3 Adequacy of the proposed data centre and work plan in responding to the TOR
[25]
(a) Availability of Very Early Smoke Detection Apparatus (VESDA) and suppression mechanism
3
(b) Proper zoning and availability of the proposed layout design incorporating equipment installations and locations.
5
(c) Adequacy of the wall, floor and door design proposed 5
(d) Availability of heating, ventilation, and air conditioning (HVAC) systems
4
(e) Availability of a web-based data centre monitoring tool. 3
(f) Adequacy of the access control and surveillance design. 5
4 Competence and capacity of the key staff for the assignment [25]
(a) The team leader should have a minimum of five (5) years‟
experience in undertaking similar projects (LAN and DC) with a
demonstrable level of acceptance of the results.
8
(b) The team leader has relevant and valid professional certifications
in Networking and/ or Data Centre installations (e.g. CCIE).
8
(c) One of the team members to be certified in networking. One of
the team member to be certified in electrical engineering. Team
associates/support consultants must have a minimum of three
(3) years‟ experience in undertaking similar works in either the
private or public sector.
(i) At least one team member has a valid certification in networking. 3
(ii) No member of the team has a valid certification in networking. 0
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 16 of 72
(iii) At least one team member has a valid certification in electrical engineering.
3
(iv) No member of the team has a valid certification in electrical engineering.
0
(v) Three (3) years‟ experience and above (for each associate/ support consultant)
3
(vi) One or two years‟ experience (for each associate/ support consultant 1 mark)
(vii) Less than 1 years‟ experience (for each associate/ support consultant)
0
5 Availability of a maintenance proposal 5
Total 100
(iii) Final Evaluation
The evaluation of the responsive bids will take into account technical factors by bidders in addition to financial factors. An Evaluated Bid Score (B) will be calculated for each responsive bid using the following formula, which permits a comprehensive assessment of the bid price and the technical merits of each bid as:
B= (x) + (y)
Where: C = Evaluated Bid Price
= the lowest of all evaluated bid prices among responsive bids
T = the total Technical Score awarded to the bid
= the Technical Score achieved by the bid that was scored highest among
all responsive bids x= weight for the Price (20%) y= weight for the Technical Score (80%) The bid with the highest Evaluated Bid Score (B) among responsive bids shall be eligible for post qualification site visit.
(iv) Due diligence will visit the reference sites of bidder with the highest evaluated Bid score (B)
to ascertain the authenticity of the sites and scope of past work by the bidder before
award of contract. In addition, will also visit the bidder‟s office to verify the
location and organisational composition. If finds the bidder to have given misleading information in the bid, this will lead to a disqualification of the bidder and the second highest evaluated bid will be considered for due diligence.
(v) Costing
Bidders are required to make a comprehensive list of all the materials that will be required to carry out both the DC setup, LAN and other installations in the format presented in this tender. It is the responsibility of the bidder to provide all critical materials in sufficient quantities.
It should however be noted that this list is only for purposes of tender evaluation and does not relieve the successful bidder of the responsibility to carry out the task at the quoted price. Consequently, all materials necessary for performance of this project
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 17 of 72
SECTION III: GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
shall be deemed to be included in the submitted bid even if they are not explicitly listed.
The on page 60 and 61 gives the format to be adopted by the bidder in costing for the materials and services in execution of the project.
2.22 The bid evaluation will take into account technical factors in addition to cost factors. The weight for the technical evaluation is 70%. Bidders must conform to the specific Technical Requirements. Only bidders who would have scored above 70% shall be considered for further evaluation.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 18 of 72
In this contract, the following terms shall be interpreted as indicated:-
(i) “The contract” means the agreement entered into between 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 all of goods, works and services to be provided by the Tenderer including any documents, which the Tenderer is required to provide to
under the Contract.
(iv) “The Tenderer’ means the individual or firm supplying the goods under this contract (v) “The GCC” means the General Conditions of Contract contained in this section (vi) “The SCC” means the Special Conditions of Contract (vii) “Day” means calendar day
3.2 Application
These general conditions shall apply in all contracts made by for the procurement of goods and services.
3.3 Standards
The services provided under this contract shall conform to the standards mentioned in the specifications.
3.4 Use of contract documents and information
3.4.1 The Tenderer shall not, without ‟s prior written consent, disclose the contract,
or any provision thereof, or any specification, plan, drawing, pattern, sample, or
information furnished by or on behalf of in connection therewith, to any person
other than a person employed by the Tenderer in the performance of the contract.
3.4.2 The Tenderer shall not, without ‟s prior written consent, make use of any
document or information enumerated in paragraph 2.4.1 above. 3.4.3 Any document, other than the contract itself, enumerated in paragraph 2.4.1 shall
remain the property of and shall be returned (all copies) to on completion
of the Tenderer‟s performance under the contract if so required by .
3.5 Patent rights
3.5.1 The Tenderer shall indemnify against all third-party claims of infringement of
patent, trademark, or industrial design rights arising from use of the goods or any part
thereof by
3.6 Performance security 3.6.1 Within fourteen (14) days of receipt of the notification of contract award, the successful
Tenderer shall furnish to the performance security of 2% of the contract value in
the form of a bank guarantee or a bank draft issued by a reputable bank located in Kenya in the
form provided in the tender document or any other form acceptable to
3.6.2 The proceeds of the performance security shall be payable to as compensation for any loss resulting from the Tenderer‟s failure to complete its obligations under the Contract.
3.6.3 The performance security shall be denominated in the currency of the contract and shall be in the form of: (a) A bank guarantee.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 19 of 72
(b) Such insurance guarantee approved by the Public Procurement Regulatory Authority (PPRA).
3.6.4 The performance security will be discharged by and returned to the candidate
not later than thirty (30) days following the date of completion of the Tenderer‟s
performance obligations under the contract, including any warranty obligations, under the contract.
3.7. Delivery of services and documents Delivery of the services shall be made by the Tenderer in accordance with the terms
specified by in the schedule of requirements and the special conditions of
contract
3.8 Payment 3.8.1 The method and conditions of payment to be made to the Tenderer under this Contract
shall be specified in SCC.
3.8.2 Payment shall be made promptly by , but in no case later than thirty (30) days after submission of a valid invoice or claim by the Tenderer, upon full implementation of the whole project,SLA signed and certificate of acceptance issued.
3.9 Prices 3.9.1 Prices charged by the Tenderer for services performed under the Contract shall not, with
the exception of any price adjustments authorized in SCC vary from the prices quoted by
the Tenderer in its tender or in ‟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 consent signed by the parties.
3.9.2 Contract price variations shall not be allowed for contracts not exceeding one year (12 months).
3.9.3 Where contract price variation is allowed the variation shall not exceed 25% of the original contract price.
3.9.4 Price variation requests shall be processed by within 30 days of receiving the request.
3.10 Assignment The Tenderer shall not assign, in whole or in part, its obligations to perform under this
Contract, except with ‟s prior written consent.
3.11 Termination for default
3.11.1 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 deliver any or all of the services within the period(s) specified in the contract,
or within any extension thereof granted by . (b) If the Tenderer fails to deliver the services of the specified quality. (c) If the Tenderer fails to perform any other obligation(s) under the contract.
(d) If the Tenderer, in the judgment of , has engaged in corrupt or fraudulent practices in competing for or in executing the contract.
3.11.2 In the event 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 un-delivered and the
Tenderer shall pay for any excess costs for such similar services. However the Tenderer shall continue performance of the contract to extent not terminated.
3.13 Termination for Convenience
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 20 of 72
3.13.1 by written notice sent to the Tenderer, may terminate the contract in whole or in
part, at any time for its convenience. The notice of termination shall specify that the termination is for the procuring entities convenience, the extent to which performance of the Tenderer of the contract is terminated and the date on which such termination becomes effective.
3.13.2 For the remaining part of the contract after termination may elect to cancel the
services and pay to the Tenderer an agreed amount for partially completed services.
3.14 Resolution of Disputes
3.14.1 and the Tenderer shall make every effort to resolve amicably by direct informal
negotiations and disagreement or disputes arising between them under or in connection with the contract.
3.14.2 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.
3.15 Liquidated Damages If the tenderer fails to deliver or provide any or all of the goods, works or services within the
period(s) specified in the contract, shall, without prejudice to its other remedies
under the contract, deduct from the contract prices liquidated damages sum equivalent to 0.5% of the delivered price of the delayed items up to a maximum deduction of 10% of the delayed goods. After this the termination of the contract may be considered.
3.16 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.
3.17 Applicable Law
The contract shall be interpreted in accordance with the laws of Kenya unless otherwise expressly specified in the SCC.
3.18 Force Majeure
The Tenderer shall not be liable for forfeiture of its performance security, or termination for default if and to the extent that it‟s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
3.19 Notices
3.19.1 Any notices given by one party to the other pursuant to this contract shall be sent to the other party by post or or Email and confirmed in writing to the other party‟s address specified in the SCC.
3.19.2 A notice shall be effective when delivered or on the notices effective date, whichever is later.
SECTION IV: SPECIAL CONDITIONS OF CONTRACT
Special Conditions of Contract as relates to the General Conditions of Contract
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 21 of 72
Reference of General
Conditions of Contract
Special Condition Of Contract
3.6 Performance security 10% of tender sum
3.7 Delivery of Services Delivery of the services shall be made by the Tenderer
in accordance with the terms specified by in
the schedule of requirements and the special conditions of contract.
3.8 (i) Payment
(ii)Payment mode/criteria
As per details in the Form of Tender/Price
Schedule/Financial Proposal and Section VI of the
tender Document and/or any other mutually discussed
and agreed criteria.
3.9 Price adjustment
No price adjustments allowed. However, the contract
should be able to provide for provision of any approved
goods, works or services and or reduction of the same
at similar price guided by the provisions of Public
Procurement and Asset Disposal Act, No.33 of 2015.
3.15 Liquidated damages If the tenderer fails to deliver or provide any or all of the goods, works or services within the period(s) specified
in the contract, shall, without prejudice to its
other remedies under the contract, deduct from the contract prices liquidated damages sum equivalent to 0.5% of the delivered price of the delayed items up to a maximum deduction of 10% of the delayed goods, works and or services. After this the termination of the contract may be considered.
3.16 Applicable law Laws of Kenya
3.18 Notices Secretary and Chief Executive Officer
P. O. Box 41362-00100 NAIROBI
SECTION V: SCHEDULE OF REQUIREMENTS
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 22 of 72
Bidders are required to make a comprehensive list of all the components. It is the responsibility of the bidder to provide all critical components in sufficient quantities. Bidders are required to take to the technical specifications in section VII and note of the following requirements among others:
No Description Quantity
COMPONENT I: LOCAL AREA NETWORK UPGRADE
1 Routers 1
2 Layer 3 PoE gigabit management switches 1
3 Layer 2 PoE 48 port gigabit Ethernet switches To be determined during site visit
4 Layer 2 PoE 24 port gigabit Ethernet switches To be determined during site visit
5 CAT 6A Ethernet cables Lot
6 CAT 6A patch panels- 48 ports To be determined during site visit
7 CAT 6A patch panels- 24 ports To be determined during site visit
8 42U network cabinet 1
9 9U network cabinet To be determined during site visit
10 CAT 6A wall plates To be determined during site visit
11 3 metre patch cords 250
12 5 Metre patch cords 70
13 Fibre cables for SFP optics Lot
14 Rackmount smart-ups 1500VA 2U LCD To be determined during site visit
15 Ceiling mount wireless access point 9
16 Wireless LAN (WLAN) controller 1
17 Senior executive IP Phone 1
18 Executive IP phones 10
19 Standard IP phones 123
20 2U 4 inches deep horizontal cable manager with cover 6
21 1U 4 inches deep horizontal cable manager with cover 4
22 Metallic perimeter trunking
23 Installation , configuration , tests and commissioning charges
24 Training costs
26 Any other material or service required to complete works as specified (each extra material or service should be itemised individually)
COMPONENT II: PRIMARY DATA SETUP
1 Display units 2
2 Wall mountable air conditioner To be determined during site visit
3 IPCCTV camera (indoor) 5
4 8 channel NVR 1
5 Uninterrupted Power supply (UPS) [servers and storage] 1
6 LCD KVM Switch (IP-based) 2
7 Rodent repellent system
8 False floor
9 Smoke detector
10 VESDA
11 Partitioning works
12 Clean agent based fire suppression system
13 Installation , configuration , tests and commissioning charges
14 Training costs
15 Any other material or service required to complete works as specified (each extra material or service should be itemised individually)
Note: All prices shall be documented only in the financial bid document(s)/Price Schedules/Form of Tender
submitted in a separate envelope.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 23 of 72
SECTION VI: TERMS OF REFERENCE FOR THE ESTABLISHMENT OF PRIMARY DATA CENTRE AND LAN UPGRADE
6.1 BACKGROUND
6.1.2 Legal framework
was established by the Government of Kenya on 24 July 1969. The operations
of are governed by the following main Acts:
(a) The Accountants Act, No. 15 of 2008 of the Laws of Kenya. (b) The Certified Public Secretaries of Kenya Act Cap 534 of the Laws of Kenya. (c) The Investment and Financial Analysts Act, No 13 of 2015 of the Laws of Kenya.
6.1.3 Mandate
The mandate of kasneb is the development of syllabuses, conduct of professional, diploma and certificate examinations, and certification of candidates in accountancy, finance, credit, governance and management, information technology and related disciplines; promotion of its qualifications nationally, regionally and internationally and the accreditation of relevant training institutions.
6.1.4 Vision
Global leader in examination and certification of business professionals.
6.1.5 Mission
Empowering professionals globally by offering quality examinations and undertaking research and innovation.
6.1.6 Qualifications of
currently offers five (5) professional examinations, three (3) diploma
examinations and one (1) certificate examination that lead to the following qualifications:
(a) Professional qualifications
(i) Certified Public Accountants (CPA) (ii) Certified Secretaries (CS) (iii) Certified Information Communication Technologists (CICT) (iv) Certified Investment and Financial Analysts (CIFA) (v) Certified Credit Professionals (CCP)
(b) Diploma qualifications
(i) Accounting Technicians Diploma (ATD) (ii) Diploma in Information Communication Technology (DICT) (iii) Diploma in Credit Management (DCM)
(c) Certificate qualification Certificate in Accounting and Management Skills (CAMS)
The examinations are administered throughout the Republic of Kenya and in Kenya missions abroad.
The examinations are offered twice a year in May and November.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 24 of 72
6.2. PROJECT OVERVIEW
6.2.1 Current Local Area Network
The Local Area Network (LAN) at Towers I is in need of an upgrade. Up to third
floor, the building is served by a common trunking supplemented by both plastic and
metal trunking. The active network components are 10/100 switches, 10/100/1000
switches and a Unified Threat Management (UTM) appliance. The inactive components
are a combination of Cat 5 and Cat 6 cabling subsystem.
6.2.2 Data Centre
intends to implement a Data Centre (DC) to guarantee continuity and availability
of its services to achieve zero data loss for critical services in case of an un-scheduled
disruption, downtime or a disaster. This is meant to avoid disruptions to ‟s
operations considering the strategic nature of its operations.
In this regard, seeks to setup a DC that meets recognised standards such as the
Government of Kenya standards on Data centre as well as ANSI /TIA 942 Data Centre
standards.
This document is divided into two sections, namely PROJECT COMPONENT I and
PROJECT COMPONENT II. COMPONENT I will comprise the LAN requirements while
COMPONENT II will comprise the Data Centre requirements.
The equipment specifications are captured under the following Annexes:
(a) Annex A- Upgrading of Towers I LAN. (b) Annex B- Primary Data Centre.
6.3. PROJECT COMPONENT I: UPGRADE OF kasneb TOWERS I LOCAL AREA NETWORK
6.3.1 Overall objective
The overall objective of this project component is to upgrade the existing Towers
I local area network (LAN).
6.3.2 Project component objectives
(a) To design and implement a LAN based on the current Government of Kenya (GoK) ICT Network Standard.
(b) To implement a backbone routing infrastructure incorporating flexible network access support and access points.
(c) To increase the performance (bandwidth) available on the backbone and its links with other Local Area Networks (LANs) and Wide Area Networks (WANs).
(d) To provide improved capabilities for traffic management and security including quality of service, traffic control, traffic measurement and traffic flow recording.
(e) To improve network security and traffic measurement. (f) To enable the network to handle more than 200 users simultaneously at gigabit
speeds within the LAN.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 25 of 72
(g) To ensure the workload of multiple servers can be balanced for better efficiency. (h) To ensure neat and proper trunking of cables and wall plates within the network. The
bidder must be certified by the manufacturer in the proposed cabling. A minimum warranty period of fifteen (15) years will be expected from the bidder before a certificate of completion can be issued. In addition, at least one of the technicians must be certified by the manufacturer.
(i) To implement the network upgrade based on best practice. The bidder must provide detailed network layout diagrams of the proposed solutions.
(j) To ensure proper installation of network cabinets, routers, switches, cables, patch panels, wall plates, patch cords, fibre cables, wireless WiFi hotspots and rackmount UPS.
6.3.3 Scope of services
The scope of work for the project component will involve upgrading of the existing
network and provision of maintenance services for a period of one year after
commissioning.
This will include but not limited to:
(i) Upgrading and maintaining Towers I LAN.
(ii) Providing support and advice to the ICT staff at . (iii) Delivering training and documentation on the management of the upgraded network
infrastructure. The training should be grouped into two: (i) Detailed technical training. (ii) Support training. The detailed technical training will involve training at least two (2) members of staff on the proposed technology and should be practical based. At the end of the training, the members of staff should be equipped with the requisite skills required to competently address any issues in regards to configuration and maintenance of the network. A certificate of competency should also be issued at the end of the training by the institution that owns the technology. The trainer should have relevant experience and certification in the said technology. The proposed training should cover both the cabling subsystem and the active equipment.
(iv) To provide high-quality support services backed up by a detailed Service Level Agreement (SLA).
(v) Proactively monitor the upgraded LAN to identify fault occurrences and resolve any incidences within the stipulated turnaround times.
(vi) Acknowledge, check, and respond to Towers I upgraded LAN fault reports. (vii) Perform timely and accurate diagnostics, ensuring fault clearance wherever
possible. (viii) Provide maintenance for LAN, wide area network (WAN) hardware, software and
peripherals for a period of one year after commissioning. Bidders are requested to submit with their detailed specifications, network topology
drawings and catalogues for the products they intend to supply. Deviations from the basic
requirements, if any, shall be explained in detail in writing with the offer, with supporting
data. reserves the right to reject these products, if such deviations shall be found
critical to the use and operation of the products.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 26 of 72
The bidders must provide detailed specifications of all items and components necessary
to accomplish the project. All components must be new, unused and of the most recent or
current models. They should incorporate the latest improvements in design and materials.
The bidder must provide a manufacturers‟ authorisation of all active equipment to be
supplied under the contract.
The successful bidder is expected to be vastly experienced in networking technologies and possess proven abilities in the supply and installation of the solution proposed. In addition, the bidder must have a local presence in terms of support with 24-hour availability. The bidder is expected to have deployed similar solutions in the last 5 years proof of which is mandatory. The implementation of the solution is also expected to be planned to cause the least disruption to production services.
The successful bidder will be expected to demonstrate a clear understanding of 's infrastructure and the critical aspects of its network. A site visit MUST be conducted for better understanding of the proposed network. The site visit will be conducted between Friday, 24 May 2019 at 9:00 a.m. The site visit will involve assessing the current infrastructure and identifying proposed trunking routes that will be incorporated in the bidder‟s final design proposal as well as determining the length of cables. Upon completing the site visit, a certificate of site visit will be issued and must be submitted as proof together with the final proposal. Costs to the site surveys will be borne by the
prospective bidder and should be done in such a way to limit disruptions to operations.
6.3.4 Desired Network
(i) The Total Cost of Ownership of the LAN should be minimal and hence a consistent architecture is desired. Efficiency, robustness, manageability and scalability must be inbuilt within the design.
(ii) All switches, routers, controllers and wireless access points must be from the same manufacturer for seamless integration.
(iii) For integration to the WAN, the supplied active components must support management from remote locations and centralisation of all components. All active components must have the latest firmware at the date of supply and must be actively supported by the manufacturer by the said date. In addition, the active components should have the necessary licenses for all functionalities necessary for delivery of the solution proposed.
(iv) The bidder should be certified in the structured cabling proposed. Lack of certification will lead to automatic disqualification. Third party certifications will not be accepted and will lead to disqualification as only manufacturers‟ certifications will
be considered. Documentary evidence should be provided. will validate each of the evidence provided.
6.3.5 Installation of the Structured Cabling
(a) Proper colour coding for easy identification must be adhered to and all connections originating from switches should be terminated at data points that are clearly marked. There should be an appropriate cable from the data point to the network interface card (NIC) of the user device terminated at both points with RJ45. The number of these cables will be determined during site survey after establishing those that need replacement.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 27 of 72
(b) Each faceplate must accommodate two (2) data points and good cable management practice must be followed.
(c) For each cable terminations to a face plate, one of the ports will be active and the second one inactive.
(d) All connections from the data points should be terminated on patch plates. No loose and or unsightly cables will be allowed.
(e) Where the common trunking or existing supplementary trunking is not enough, metal trunking will be provided by the bidder. The trunking should not allow spill over of cables and should accommodate future growth.
(f) The manufacturer‟s recommendations should be followed in the installation of the structured cabling and the bidder will be required to install cabling in accordance with International Structured Cabling System designs and in conformance to GoK Network Standard. Each subsystem will be implemented using Category 6A compliant components and be deployed according to ANSI/TIA/EIA-568-B and ISO/IEC 11801 standards.
(g) All cables and connectors must be labelled and patch cords must have rubber boots at the end.
(h) No splicing of patch cables will be allowed. (i) Data outlets shall be flash mounted on the trunking and cables shall not be crushed
using cable ties. (j) Each cable installed will be required to move through the tier when pulled firmly and
be terminated with a RJ45 pin. (k) Connection between switches shall be through fibre cables while those between
switches and data points shall be CAT6A. (l) All cables must be able to transmit at gigabit speeds.
6.3.6 Patch Panels (i) All patch panels must be equipped with RJ45 of category 6 contacts for 48 or 24
ports. (ii) All patch panels must be rack mounted and earthed according to the manufacturer‟s
recommendations. (iii) All patch cables must be labelled at each end with a soft PVC support indelible
marking. The labels are to be stiff PVC material. 6.3.7 Network devices, cabinets and UPS
(i) The bidder will be responsible for the supply, installation and commissioning of all network devices as well as the cabinets. All network devices must be rack mounted.
(ii) All switches supplied shall support Power over Ethernet (PoE) and must support minimum speeds of 1Gbps.
(iii) All VLANs shall be configured by the vendor. VLAN specifications shall be provided
by to the successful bidder. (iv) Cabinets must have an integrated electrical grounding, castors and adjustable
levelling feet (for the 42U cabinet) and cable management channels. (v) The supplied cabinets should allow the mounting of UPS and have all the necessary
accessories to support the mounted devices together with power supply to the devices.
(vi) The 9U cabinet should be wall mountable. (vii) The UPS supplied shall be smart, online with a capacity of 1500VA for the 9U
cabinet.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 28 of 72
6.3.8 Relocation, re-configuration and re-testing Coral IPX 800 PABX system and
telephony network devices
Structured cabling accommodation for coral IPX 800 PABX system at new data centre for IP extension
No. Description Quantity
(a) Cat 6A UTP 48 Data Port Patch Panel 4
(b) 2U Metallic Horizontal Cable Manager couple with cage nut set 4
(c) Factory fabricated 1M Cat 6A, 4 pair UTP patch leads 150
(d) 42U Network Cabinet 1
(e) Labour for installation, testing and commissioning Lot
(f) Supply of IP phones
(a) Senior executive IP phone =1 (b) Executive IP phones =10 (c) Standard IP phones =123
134
6.3.9 Deliverables for project component I The main deliverables will be: (a) Upgraded network backbone routing service in order to provide a high performance,
scalable, reliable, secure and manageable service that will support core IT infrastructure.
(b) Measurable improvements in network applications performance, for instance client/server response times and bulkdata transfer completion times amongst others.
(c) Measurable improvements in network security. (d) Measurable improvements in providing deterministic support for real time
applications. (e) Proper cabling, trunking and mounting of ICT equipment at designated locations. (f) Installation of Wireless Access Points within the building. (g) Relocation and reconfiguration of telephony network devices. (h) Training and support services.
6.3.10 PROJECT COMPONENT II: PRIMARY DATA CENTRE (DC)
6.3.10.1 Scope of work
The scope of work includes:
(a) Designing the DC layout plan.
(b) Undertaking civil works for the DC, erection of partitions, false flooring, among
others.
(c) Demolition of the existing partitions/structure in the identified DC location.
(d) Carrying out electrical power distribution works for supplying power to the DC.
(e) Supplying, installing and integrating an online Uninterrupted Power Supply (UPS) solution.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 29 of 72
(f) Providing access control system to the server room.
(g) Providing clean agent based fire suppression system.
(h) Installing Very Early Smoke Detection Apparatus (VESDA) and suppression mechanism.
(i) Installing heating, ventilation and air conditioning (HVAC). (j) Installing rodent repellant system.
(k) Installing DC surveillance system.
(l) Obtaining statutory approvals where applicable.
(m) Site clearance after works.
(n) Migrating the optical fibre and cable terminations as well as LAN connections from the present server room to the proposed DC area.
6.3.10.2 PHYSICAL LAYOUT AND MANAGEMENT
6.3.10.2.1 HEATING, VENTILATION AND AIR CONDITIONING (HVAC)
Component Requirements
A. Data Centre Air
Conditioner (DCAC)
Unit
(a) Cooling and related equipment must be sized to account for:
(i) The size of the cooling load of all equipment.
(ii) The size of the cooling load of the building (lighting, power
equipment, personnel, building envelope).
(iii) Humidification effects.
(iv) Redundancy should a unit fail.
(v) Appropriate future growth projections.
(b) Automatic monitoring and control of cooling, heating, humidification, dehumidification and air-filtration among others must be installed.
(c) Criteria in determination of the air conditioner placement should be effective in addressing the current planned load, and their adaptability to change in configuration.
(d) The air flow patterns of the hardware installed must be considered ensuring that units are not laid out in a manner that exhausts air from one unit into the intake of the next.
(e) In case a fire threat is sensed, immediate action has to be initiated so as to avoid the impetus of a potential fire hazard and most important to maintain Business Continuity.
B. Humidity/temperature control
Humidity and temperature must be maintained at a level that is compliant with the equipment installed on the data centre.
C. Pipe system (a) Pipes must be constructed of high quality rust and coolant-resistant material.
(b) Pipe loops must have valves in several locations that allow sections of the loop to be isolated without interruption to the rest of the loop.
(c) Pipe loops must have isolation valves for the DCAC unit.
D. Air delivery and
return management
(a) Cold air delivery must be managed such that the required amount of air can be delivered to any necessary equipment location.
(b) Hot air return must be managed to extract air directly to DCAC unit without mixing with cold air delivery
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 30 of 72
E. System monitoring (a) All infrastructure systems supporting machine space services
must be monitored on a continual basis.
Monitoring must be at a central location, that is, Network
Operations Centre (NOC).
(b) Monitoring system must support a master reporting console that
can also be accessed remotely (including history logs) and must
notify the ICT staff of alarms at the Data Centre.
(c) Systems monitoring must incorporate the offsite backup location
6.3.10.2.2 ELECTRICAL SYSTEMS
Component Requirements
A. UPS systems (a) UPS systems in the data centre shall be sized to meet
current and future needs, with sufficient backup to allow for
a controlled shutdown of primary servers.
(b) UPS systems must have bypass capability to allow for periodic maintenance.
B. Sub-panels (a) Must be sized to meet current and future needs.
(b) Must be located in the data centre to minimize power runs
to desired equipment.
(c) Panel maps must be maintained to reflect their most
current usage.
(d) All materials must be at least three feet away from sub-panels.
C. Power strips (a) Must be sized to meet the power requirements of the cabinet in which they are installed.
(b) Must have surge protection
D. Power cable layout (a) The power pathways must maintain a minimum separation
from data cable pathway in accordance with ANSI/TIA-469-
B Standards.
(b) Equipment power cables should be the minimum required
length and slack/strain management must be employed.
(c) Cables must be arraigned to minimize air flow disruptions.
E. Grounding systems
(a) All data centre equipment must be grounded in compliance
with IEEE Standard 142.
(b) Data centre equipment grounds must be independent of all
other building grounds (such as lightning protection
systems).
(c) All metal objects must be bonded to ground including
cabinets, racks, PDUs, DCAC, cable pathway and any
raised floor systems.
F. Monitoring system
(a) Monitoring systems must be IP capable.
(b) System must have a central monitoring console located in
NOC.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 31 of 72
(c) System must be able to report alarms at the central
console by email.
(d) Monitoring system must have analysis and reporting
function.
(e) System must be able to retain log files of equipment
performance and incident history.
G.
Electrical power distribution unit
(a) All equipment, materials and system shall conform to the
latest edition of relevant national and international codes and standards.
(b) The maximum temperature in any part of the equipment at specified rating shall not exceed the permissible limits as stipulated in the relevant standards.
(c) The equipment shall be capable of withstanding the dynamic and thermal stresses of short circuit current without any damage or deterioration.
(d) The safety clearances of all live parts of the equipment shall be as per relevant standards.
(e) There shall be no straight through joints in power and control cables.
(f) All cable terminations shall have double compression cable gland with armour holding system.
(g) The lighting fixture shall have loop in and loop out facility. (h) For lighting fixtures, connection shall be teed off through
suitable round conduit or junction box so that the connection can be attended without taking down the fixture.
(i) Normal and emergency circuits shall not be run in the same conduit.
6.3.10.2.3 ACCESS CONTROL AND SAFETY
Component Requirements
A. Door security (a) Door access control must be maintained 24/7 and should
conform to ISO-27001 standards.
(b) An electronic access control system should be in place and
log all access to secure data centre areas.
(c) Access logs should be maintained for a minimum of one
year.
(d) Ability to enforce access polices and sign in/out logs is
mandatory.
B. Video security (a) Allow for local and remote surveillance of secured and
public spaces.
(b) Recording device (hard disk) must be located in a secure
area.
(c) All security recordings must be saved for no less than thirty (30) days.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 32 of 72
C. Fire alarm and suppression systems
(a) Must be designed specifically for use in a data centre.
(b) Must comply with BS 5839, BS EN 15004, BS 5266 and
BS 5306 standards.
(c) Suppression systems must use chemicals that do not
damage sensitive equipment.
(d) Suppression systems must not pose harm to building
occupants.
(e) Discharge of the extinguishing agent shall only occur when a detector on the second zone alarms activates confirming a fire condition. “Double knock” procedure shall be used to ensure that there is an actual fire condition prior to the extinguishing agent release. It should also be possible to isolate the system before discharge should for instance a fire have been put out in the meantime with the use of portable fire extinguishers. The system should be able to automatically switch off air conditioning during the release of the extinguishing agent.
(f) Addressable fire alarm panel shall be provided. (g) All voids of the rooms shall be provided with fire detection
systems. (h) Inert gas based fire suppression system shall be used for
the DC with provision for hand held fire suppression system.
D. IP CCTV Surveillance System
(a) The scope shall cater for the surveillance requirements of the DC.
(b) The location of the cameras shall be such that there is no blank spot observed for the entire data centre.
(c) The IP based closed circuit surveillance system shall use state of the art technology and shall comply with the industry standards.
(d) All the cameras proposed shall be Power over Ethernet (PoE) supported.
(e) The system shall support open architecture and shall not have any proprietary equipment to ensure future compatibility with third party systems.
E. 8 Channel network video recorder (NVR)
Should support : (a) third-party network cameras. (b) At least 5 Megapixels resolution recording. (c) HDMI and VGA output at 1920×1080P resolution. (d) 8 channel network cameras with at least 50Mbs incoming
bandwidth. (e) At least two (2) SATA interfaces. (f) plug and play with 8 independent PoE network interfaces. (g) network detection, including network delay and packet loss
F. Rodent Repellent System (a) The system proposed should protect all the equipment with relevant type of transducers. Once powered up, these transducers should produce very high frequency variable sound waves (above 20 Kilo Hertz) continuously which irritate the rodents and are forced to evacuate .The plinth area to be covered shall be based on the site survey visit.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 33 of 72
(b) The sound output should be between 80 - 110 decibels (dB) and not audible to humans.
(c) The system should comply with EN 60255-26:2009 and BS EN 60255-22-7:2003 standards.
G. Biometric Access Control (a) Allow use of both Cards and Biometric features. (b) All clocks to be linked with the central server. (c) The systems should have memory expansion options in
terms of user capacity as per the plant requirements. (d) Should support multiple databases. (e) Should support user creation roles and permissions. (f) Should manage departments and employees. (g) Should manage devices and access restrictions. (h) Should support imports/exports data in various file formats,
such as CSV, XLS/XLSX, PDF, among others. (i) Should have ability to send reports via email. (j) Compatibility/integration with the Time and Attendance
system. (k) Requires the user to present their fingerprint (or a biometric
security feature) to gain access to a protected resource. The system should prompt the user to provide biometric feature and/or smart card.
(l) Cardholder management: allows for the creation of access groups to which users can be assigned, along with the ability to grant different levels of access to each group.
6.3.10.2.4 RAISED FLOOR, WALLING SYSTEMS AND DOORS
Component Requirements
A. Under floor space
management
(a) Floor must provide access to ensure it remains clean and
corrosion free.
(b) Constant air pressure must be maintained at all times.
(c) Must remain obstruction free for proper air flow.
B. Floor structure (a) Must be made of material that is corrosion and rust free. (b) Raised floor system shall be installed in the DC at a height
of 30 cm. (c) Proper grounding and Signal Reference Grid (SRG) shall
be provided according to TIA-942 standard. (d) Material used should be metallic.
C. Floor grounding (a) Must be separate from building ground.
(b) Must comply with IEEE Standard 142.
D. Walling (a) Wall partitioning according to available zones should be slab to slab, meaning they should start at the floor slab and run to the ceiling slab.
(b) In case there is need for raised floors and/or false ceilings,
they should obscure where the walls start and stop.
(c) The walls should have appropriate fire rating (NFPA 75)
and constructed with non-combustible materials. The fire
rating shall be commensurate with the exposure but not
less than two (2) hours.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 34 of 72
(d) The partitioning of the Zones (A, B, C, D) should be done
with pressure resistance glass in conformance with BS EN
13541:2012 standard.
E Fire proof doors (a) High performance certified products designed and tested in panel with vision and ventilation panels.
(b) Fire-resistant steel door sets tested to BS 476 Part 22 with at least 240 minutes integrity.
(c) At least 44mm Blade thickness with integrated astragal cover.
(d) Internal strengthening 2mm Galvatite sub-frame. (e) Steel thickness 1.2mm Galvatitie DX 51. (f) Hinges – Stainless Steel EN1935 Grade 13/14 dependant
on leaf size. (g) Latched for fire performance.
6.3.10.2.5 SERVER CABINET SYSTEMS
Component Requirement
A. Cabinet standards (a) Data centre rack enclosures must have 42U vendor neutral
mounting rails that are fully adjustable and compatible with
all EIA-310 (Electrical Industry Alliance Standards).
(b) Cabinets must have access points for power and data pathways at the top and bottom of the cabinet.
B. Cabinet layout (a) The cabinets will be configured in a standard hot aisle cold
aisle configuration.
(b) The cold aisle edge of the equipment enclosures must line
up with the edge of the floor tiles.
(c) Hot and cold aisles must be wide enough to insure
adequate access to equipment and safe staff work space.
(d) Blanking panels will be installed in any unused rack space to minimise cold/hot air mixing.
C. Cabinet security All cabinets must be lockable.
D. Cabinet loading (a) Rack loading must not exceed the weight rated capacity for
the location‟s raised floor.
(b) Rack heat load must not exceed the cooling capacity of the
location.
(c) Large servers and equipment must be installed at the bottom of the rack.
6.3.10.2.6 CABLING
Component Requirement
A. False floor/overhead
delivery system cable
layout
(a) The data room must have a system to support overhead/
false floor delivery of data connections to the equipment
cabinets.
(b) The data pathways must maintain a minimum separation from high voltage power and lighting in accordance with
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 35 of 72
ANSI/TIA-469-B Standards (American National Standards Institute/Telecommunications Industry Association).
B. Fibre standards All fibre installations must be labelled and comply with the labelling standards.
C. Copper standards (a) Copper jumpers must be CAT6A with booted RJ45
connectors.
(b) All copper data cables must be labelled and comply with labelling standards.
D. Grounding All cabinets and cable delivery pathways must be grounded in compliance with IEEE Standard 142.
6.3.11 SUPPORT SERVICES
6.3.11.1 SERVER INSTALLATION
Component Requirement
A. Power (a) Equipment with redundant power supplies must have their
power cords plugged into separate power strips.
(b) Power must be isolated from data cables.
(c) All servers must be connected via UPS.
(d) Power cords must be factory certified.
(e) Power cords must be clearly labelled.
B. Rack space (a) Servers must be installed from the bottom up in the rack
enclosures.
(b) Equipment must be clearly labelled.
C Data connections (a) Cable must not exceed required length by more than three
metres.
(b) Data connections must be isolated from the system and
rack power delivery system.
(c) Data connections must be clearly labelled.
D. Fibre connections Fibre must :
(a) Not exceed the recommended required length.
(b) Be clearly labelled.
(c) Not exceed minimum bend radius as specified by the
manufacturer.
6.3.11.2 NETWORK LAYOUT
Component Requirement
A. Standard switch layout Switches must be installed in a fashion to minimise the length
of data cables required for provision a data connection.
B. Highly critical system
switch layout and
redundancy
(a) In the case of highly critical systems where network path
redundancy is required, the systems must have redundant
data circuits that connect to separate switches.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 36 of 72
(b) Redundant switches must be plugged into separate power
strips.
6.3.11.3 ZONING
A. Zone A Will comprise of the server room which will host server racks,
network racks, cooling units.
B. Zone B Will host electrical appliances, online UPSs designed for the
DC and UPS output Power Distribution Units (PDUs).
C. Zone C Will comprise of the data storage solution for the DC.
D. Zone D Will comprise of a Network Operation Centre (NOC) room designed for 2 seats with 2 large display units (TVs). The monitoring devices for safety and security system shall also be located in this room. It will also comprise of fire suppression cylinders with 2 workstations.
Necessary equipment (hardware and software) and furniture (LED display, work desks and chairs) shall be provided for network operator to perform:
(a) Infrastructure monitoring, including: - (i) Uninterruptible Power Supply System (UPS) (ii) Air Conditioning System (iii) Fire Detection and Extinguishing System (iv) Temperature and humidity (v) Water Leakage Detection System (vi) Access Control System (vii) Remote Surveillance Monitoring System
(b) Network Monitoring (c) Incident response (d) Communications Management (e) Reports
A site visit MUST be conducted for better understanding of the proposed DC. The site visit will be conducted on Friday, 24 May 2019. The site visit will involve assessing the current server room and proposed DC that will be incorporated in the bidder‟s final design proposal as well as determining the quantity of assorted items that would be required in the proposed DC location. Upon completing the site visit, a certificate of site visit will be issued and must be submitted as proof together with the final proposal. Costs to the site surveys will be borne
by the prospective bidder and should be done in such a way to limit disruptions to operations.
Bidders are required to indicate in their proposal on how they are going to address the full
scope of the required services as captured in section 6.3.10.1 and section 6.3.10.2
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 37 of 72
6.3.12 PROJECT EXPECTATIONS
6.3.12.1 Testing, Commissioning and Acceptance (a) Acceptance will be based on testing of the project components. The tests will
include: (i) Ensuring that all equipment supplied have been installed, properly
configured and are running on the latest firmware from the OEM. (ii) Ensuring that training on all electrical and active equipment has been
conducted and proper certification acquired, if need be.
(iii) For the cabling subsystem, the following cable tests are mandatory: 1. Cross talk 2. Attenuation 3. Length 4. Wiremap 5. Delay skew 6. FNEXT 7. Return Measure
(b) All test results shall be recorded in and signed by the bidder (hardcopy). An electronic version of the same should be provided in the form of a CD.
(c) Visual inspection of all components and installations shall be carried out by
. (d) All components shall be tested, recorded and a completion certificate issued
against the following: (i) Date commissioned (ii) Warranty period.
(e) Where there is failure, there should be immediate rectification of the problem and a
further test carried out to ascertain that the issue has been rectified. (f) Acceptance of the project products will only be after visual inspection has been
completed and test results confirm that all the requirements have been met.
6.3.12.2 Warranty and Support
(a) The successful bidder will be required to give a per link warranty of at least fifteen (15) years for the structured cabling infrastructure performance and must provide a site certification certificate from the manufacturer of the cabling infrastructure not more than 30 days after completion of tests.
(b) The bidder shall warrant that all electrical and network installation as well as equipment is free from defect and that immediate action shall be taken by the bidder during the warranty period in cases of failure.
6.3.12.3 Documentation
(a) The bidder is expected to provide „as built‟ drawing(s) of the structured cabling infrastructure showing areas where there are deviations from the proposed solution as captured in the initial design.
(b) The bidder is expected to provide „as built‟ of the design and installations of all the zones within the data centres.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 38 of 72
(c) This documentation should be provided in two (2) hardcopy, printed and bound copies and also two (2) electronic copies in the form of Compact Disks(CDs).
(d) The format of the electronic format must be in a form that can be opened using normal office applications. Where there are deviations to this, the bidder shall bundle the documentation with a licensed copy of the necessary software to open, read and print the document. The cost of this shall be borne by the bidder.
(e) The documentation provided should be detailed and shall include but not be limited to: (i) Charts of distribution highlighting details of elements installed. (ii) Reports on measurements. (iii) Detailed map of power distribution units and socket layout. (iv) Synopsis of cabling. (v) Wire/cable routing schematic. (vi) Facility assignment records. (vii) Horizontal cable test results. (viii) Fibre backbone test results (if need be).
6.3.12.4 Involvement of members of staff
The successful bidder will be required to work closely with Project Implementation Team
and other relevant members of staff as appropriate during the period of the project.
6.3.12.5 Portfolio of expertise and qualifications (a) The firm
The Bidder will be required to demonstrate expertise and skills in undertaking
similar projects by providing evidence of projects undertaken in the public and
private sector in the last five (5) years. The evidence should be but not limited to
certificates of completion.
(b) Academic qualifications
(i) The members of the project team will be required to demonstrate that they hold individually a minimum of a degree in computer science or related discipline and certification in data centre installations as well as networking or other relevant disciplines from a recognised training institution and certifying body.
(ii) The team must have a trained and certified personnel in fibre optics as well as a qualified and registered electrical engineer.
(iii) At least one installer in the project team should be certified in the structured cabling proposed.
(c) Individual team member’s portfolio of experience The team leader should have:
(i) A minimum of five (5) years‟ experience in undertaking similar projects with a demonstrable level of acceptance.
(ii) Professional certification in networking. (iii) Advanced knowledge of firewalls. (iv) Proven experience of working on large to mid-size enterprise networks.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 39 of 72
(v) Proven experience in setting up data centres.
6.3.12.6 Duration of the project A draft implementation schedule showing key milestones, target dates, assumptions, constraints and resource allocation within the project schedule must be provided by the bidder.
Minimal disruption of business processes, if any, is desirable and hence a phased approach should be key in planning for the project.
The exercise is expected to commence immediately after the award of tender and the project is estimated to last not more than one hundred and twenty (120) working days. The firm will be required to devise appropriate strategies and a project implementation plan to generate as much information as necessary to accomplish the task within 120 working days of commencement of the project.
6.3.12.7 Training
The bidder will be expected to conduct training to ICT staff on the use,
management and maintenance of the data centre and network at the primary site. This
will also include the certification of at least one member of staff on the provided
technology for the active network equipment.
6.3.12.8 Support and maintenance
The vendor will be expected to support and maintain the data centre and the upgraded
network for a period of one year after commissioning. This will include but not limited to:
(a) Providing a helpline through which users and operators of the data centre and network can call to report any problem associated with the functionality of the network.
(b) Providing upgrades, troubleshooting and fixing to the data centres and network. (c) A comprehensive Service Level Agreement (SLA). (d) The bidder will provide a draft maintenance proposal in a separate envelop for
consideration.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 40 of 72
SECTION VII : TECHNICAL SPECIFICATIONS
ANNEX A: UPGRADING OF TOWERS I LAN
No. ROUTER
1 QTY MINIMUM SPECIFICATION(S)
1 Connectivity Technology Wired
Data Link Protocol Ethernet, Fast Ethernet, Gigabit Ethernet
Network / Transport Protocol IPSec, PPPoE, L2TPv3
Routing Protocol OSPF, IS-IS, BGP, EIGRP, DVMRP, PIM-SM,
IGMPv3, GRE, PIM-SSM, static IPv4 routing, static
IPv6 routing, policy-based routing (PBR), MPLS,
Bidirectional Forwarding Detection (BFD), IPv4-to-
IPv6 Multicast
Remote Management Protocol SNMP, RMON
Encryption Algorithm SSL
Features Firewall protection, VPN support, MPLS support,
Syslog support, content filtering, IPv6 support, Class-
Based Weighted Fair Queuing (CBWFQ), Weighted
Random Early Detection (WRED), Dynamic
Multipoint VPN (DMVPN), Web Services
Management Agent (WSMA), NetFlow
Compliant Standards IEEE 802.3, IEEE 802.1Q, IEEE 802.3af, IEEE
802.3ah, IEEE 802.1ah, IEEE 802.1ag, ANSI
T1.101, ITU-T G.823, ITU-T G.824
RAM 1024 MB
Flash Memory 256 MB
Status Indicators Link activity, power
Enclosure Type Rack-mountable
Number of USB ports 1
Integrated 10/100/1000 Ethernet WAN
routed ports
8
Size of RAM At least 4 GB
Storage size 8 GB
SFP ports 4
SFP transceiver module multi-mode
Voltage Monitor Yes
CPU temperature monitor Yes
PCB temperature monitor Yes
Serial port RS232
Included Router, power supply, USB OTG Cable, Screw and
feet kit
Warranty 2 years
NO. QTY LAYER 3 PoE GIGABIT MANAGEMENT SWITCHES
2 1 SFP DDMI Yes
CPU nominal frequency 600 MHz
CPU core count 1
Size of RAM 256MB DDR2 SDRAM
Wire-speed switching At least 8.8 Gbps switching fabric
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 41 of 72
10/100/1000 Ethernet ports 24
Timing protocol Support for IEEE1588v2
Security support of port-security, encrypted access (Secure
Shell [SSH] Protocol, HTTPS, Simple Network
Management Protocol Version 3 [SNMPv3]), and
other network protection features
Availability and scalability Virtual LANs (VLANs),802.1q trunking, IGMP snooping and EtherChannel Link Aggregation Control Protocol (LACP) support
Power Jack 1
PoE Support for Power over Ethernet (PoE)
Serial port RS232
SFP ports 4
USB slot type microUSB type A/B
Storage type NAND
Storage size 128 MB
Number of USB ports 1
Ports gigabit switch ports
SFP Transceiver module multi-mode
Compliance PROFINETv2 support, EN 61131-2 , IEEE 1613 and IEC 61850-3
Rackmount case Yes
Included Switch, 1U rackmount enclosure, power supply, USB OTG Cable
Warranty 2 years No. QTY LAYER 2 PoE 48 PORT GIGABIT ETHERNET SWITCHES
3
To
be d
ete
rmin
ed d
urin
g the S
ite V
isit
Total Non-Blocking
Throughput
70 Gbps and above
Max. Power
Consumption
500W
Power Supply AC/DC, Internal, 500W DC
Networking Interface (48) 10/100/1000 Mbps RJ45 Ethernet Ports
SFP Ports 4 (2 SFP and 2 SFP+)
Management Interface (1) RJ45 Serial Port, Ethernet In/Out Band
SFP Transceiver module multi-mode
Certifications CE, FCC, IC
Rackmount Yes, 1U
Warranty 2 years
No. QTY LAYER 2 PoE 24 PORT GIGABIT ETHERNET SWITCHES
4
To
be d
ete
rmin
ed d
urin
g the S
ite V
isit Total Non-Blocking
Throughput 26 Gbps and above
Max. Power Consumption
250W
Power Supply AC/DC, Internal, 250W DC
Networking Interface (24)10/100/1000Mbps RJ45 Ethernet Ports (2) 1 Gbps SFP Ethernet Ports
Management Interface (1) RJ45 Serial Port (Reserved for Future Use), Ethernet In/Out Band
Certifications CE, FCC, IC
Rackmount Yes, 1U High
Warranty 2 years
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 42 of 72
No. QTY CAT 6A ETHERNET CABLES
5
The length
will
be b
ase
d o
n the b
idder‟s s
ite v
isit
estim
atio
ns
Electric Requirements: (Cablelength: 100m)Characteristic Impedance(Zo): 85~115Ω (1~250 MHz) DC.
Resistance Capacitance unbalance:
5% Pair-to-Ground
Capacitance Unbalance: 330 F/100mMax
Conductor Resistance: 14.00Ω/100m 20o Max.
Mutual Capacitance: 5.6nF/m Max,Spark Test: 2.5kV
Nominal Velocity of Propagation (NVP):
69
Jacket(Grey): 75°C LSZH Compound Nominal
Wall Thickness: 0.585mm Min
Thickness: 0.458mm
Overall Diameter: 5.8mm ± 0.3mm
Pair 1: Blue & White/Blue
Pair 2: Orange & White/Orange
Pair 3: Green & White/Green
Pair 4 Brown & White/Brown
Insulation: HDPE (CMI-75E)
Nominal Wall Thickness: 0.178mm
Thickness: 0.153mm
Conductor: Stranded Bare Copper(7 x 32 AWG)
No. QTY CAT 6A PATCH PANELS- 48 PORTS
6
To b
e d
ete
rmin
ed d
uri
ng s
ite v
isit Ports 48
Standard CAT6A, 500MHz
Dimensions 3.5"H (1U) x 19"W x 4.5"D with cable management (8.9 x 48.3 x
11.4 cm).
Staggered-port design,
Shielded couplers
to minimize ANEXT and improve performance
Rear cable management
bars
two rear cable management bars
Head screws (4) 10-32 cup head screws
Head screws 4) 12-24 cup head screws
Speed 10-Gigabit Ethernet networks
Material cold-rolled steel
No. QTY CAT6A PATCH PANELS- 24 PORTS
7
To b
e d
ete
rmin
ed d
uri
ng s
ite v
isit Standard CAT6A, 500MHz
Connectors Front 24 x RJ45 Socket
Connectors Patch-PCB 24 x LSA Clamp
Form factor 19 Inch, 1U
Socket Labels Write-on silk screen on panel front
speed Up to 10-Gigabit
Adapters output 24 core
Application applicable for straight-through connection and diverged
connection in aerial layout
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 43 of 72
No. QTY 42U NETWORK CABINET
8 1
Adjustable mounting rails adjustable in 1 inch increments
Side panels Removable/lockable
Mounting rails Cage nut style
Front door Glass door, glazed
Rear door Vented door
Side panels steel latches
Fan assembly kit up to 4 fan kits per cabinet
Rear panel steel hinges
No. QTY 9U NETWORK CABINET
9
To b
e d
ete
rmin
ed d
uri
ng s
ite v
isit
Adjustable mounting rails adjustable in 1 inch increments
Side panels Removable/lockable
Mounting rails Cage nut style
Front door Glass with built in lock
Rear door With hunging points
External width 24 inches
External height 20.5 inches
Side panels steel latches
Fan assembly kit yes
Rear panel With hunging points
Cage nuts M6 screws and cage nuts
No. QTY CAT 6A WALL PLATES
10
To b
e d
ete
rmin
ed
durin
g s
ite v
isit
Double RJ45 CAT6A female data wall plates
No. QTY 3 METRE PATCH CORDS
11 250 CAT6A cables
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 44 of 72
No. QTY 5 METRE PATCH CORDS
12 70 CAT6A cables
No. QTY FIBRE CABLES FOR SFP OPTICS
13 Lot Fibreglass
No. QTY RACKMOUNT SMART UPS 1500VA 2U LCD
14 Lot
Output Power Capacity
900Watts / 1.5 kVA
Nominal Output Voltage
230V
Topology Line Interactive
Output Connections (4) IEC 320 C13 (Battery Backup)
Nominal Input Voltage
230V
Input Frequency 50/60 Hz +/- 3 Hz (auto sensing
Battery Type Maintenance-free sealed Lead-Acid battery with suspended electrolyte : leakproof
Typical recharge
time
3hour(s)
Interface Port(s) USB
Control panel Multi-function LCD status and control console
Audible Alarm Alarm when on battery : distinctive low battery alarm, configurable
delays
Surge energy rating 459Joules
Data Line Protection
Waveform type Sine wave
Standard Warranty 2 years repair or replace
Compliance RoHS
Rack Height 2U
Included CD with software , Documentation CD , Installation guide, Rack Mounting brackets , USB cable
Warranty One (1) year
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 45 of 72
No. QTY CEILING MOUNT WIRELESS ACCESS POINT
15 9 Support Power over Ethernet(802.3af)for convenient and affordable installation
Simple mounting design to easily mount to the ceiling
WPA/WPA2-enterprise, 802.1X with RADIUS secure authentication and rogue access point detection ensure the security of WLAN
At least 300Mbps wireless data rate for uninterrupted wireless connection
Rate limit on per SSID to restrict the bandwidth of each client
Access Control restricts or allows the client to access the specified network segment
Administrative management through web interface
Multi-SSID for multiple wireless network for different users
Support for load balancing
Compatible with 802.11 b/g/n products
Deployment of the wireless access points should be mesh based and centrally controlled.
QoS function for data, voice, and video applications to ensure time-sensitive traffic takes priority over all other traffic
Warranty of two (2 years) No. QTY WIRELESS LAN (WLAN) CONTROLLER
16 1 Scalability: Supports up to 10 access points
Supports up to 200 clients
Ease of Deployment: For quick and easy deployment Access Points can be connected directly to the Wireless LAN Controller.
High Performance: Wired-network speed and non-blocking performance for 802.11n and 802.11ac networks supporting up to 1 Gbps throughput
Comprehensive End-to-End Security:
Offers Control and Provisioning of Wireless Access Points (CAPWAP) protocol -compliant Datagram Transport Layer Security (DTLS) encryption to help ensure full-line-rate encryption between access points and controllers across remote LAN links.
Enterprise Wireless Mesh:
Allows access points to dynamically establish wireless connections without the need for a physical connection to the wired network
Mobility, Security and Management:
Secure, reliable wireless connectivity and consistent end-user experience
Increased network availability by proactive blocking of known threats
Wireless Standards: IEEE 802.11a, 802.11ac, 802.11b, 802.11g, 802.11d, WMM/802.11e, 802.11h, 802.11k, 802.11n, 802.11r, 802.11u, 802.11w, 802.11ac
Wired/Switching/Routing:
IEEE 802.3 10BASE-T, IEEE 802.3u 100BASE-TX specification, 1000BASE-T, and IEEE 802.1Q VLAN tagging
Data Request for Comments (RFCs):
RFC 768 UDP
RFC 791 IP
RFC 2460 IPv6 (pass-through bridging mode only)
RFC 792 ICMP
RFC 793 TCP
RFC 826 ARP
RFC 1122 Requirements for Internet Hosts
RFC 1519 CIDR
RFC 1542 BOOTP
RFC 2131 DHCP
RFC 5415 CAPWAP Protocol Specification
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 46 of 72
Security Standards: Wi-Fi Protected Access (WPA)
IEEE 802.11i (WPA2, RSN)
RFC 1321 MD5 Message-Digest Algorithm
RFC 1851 The ESP Triple DES Transform
RFC 2104 HMAC: Keyed Hashing for Message Authentication
RFC 2246 TLS Protocol Version 1.0
RFC 2401 Security Architecture for the Internet Protocol
RFC 2403 HMAC-MD5-96 within ESP and AH
RFC 2404 HMAC-SHA-1-96 within ESP and AH
RFC 2405 ESP DES-CBC Cipher Algorithm with Explicit IV
RFC 2406 IP Encapsulating Security Payload (ESP)
RFC 2407 Interpretation for ISAKMP
RFC 2408 ISAKMP
RFC 2409 IKE
RFC 2451 ESP CBC-Mode Cipher Algorithms
RFC 3280 Internet X.509 PKI Certificate and CRL Profile
RFC 3602 The AES-CBC Cipher Algorithm and Its Use with IPsec
RFC 3686 Using AES Counter Mode with IPsec ESP
RFC 4347 Datagram Transport Layer Security
RFC 4346 TLS Protocol Version 1.1
Encryption: WEP and Temporal Key Integrity Protocol-Message Integrity Check (TKIP-MIC): RC4 40, 104 and 128 bits (both static and shared keys)
Advanced Encryption Standard (AES): CBC, CCM, Counter Mode with Cipher Block Chaining Message Authentication Code Protocol (CCMP)
DES: DES-CBC, 3DES
Secure Sockets Layer (SSL) and Transport Layer Security (TLS): RC4 128-bit and RSA 1024- and 2048-bit
DTLS: AES-CBC
Authentication, Authorization, and Accounting (AAA):
IEEE 802.1X
Web-based authentication
Management Interfaces:
Web-based: HTTP/HTTPS individual device manager
Command-line interface: Telnet, SSH, serial port
Interfaces and Indicators:
Console port: RJ-45 connector
Network: Four 1 Gbps Ethernet (RJ-45)
LED indicators: Link Activity (each 1 Gigabit Ethernet port), Power, Status, Alarm
Regulatory Compliance: Warranty
EN 55022, EN 55024 2 years
No. QTY TRUNKING
17 Lot Metallic perimeter trunking PVC where applicable
No. QTY SENIOR EXECUTIVE IP PHONE
18 1 Audio Features HD voice: HD handset, HD speaker
Codecs: G.722, G.711(A/μ), G.723, G.729AB, G.726, GSM
DTMF: In-band, Out-of-band (RFC 2833) and SIP INFO
Full-duplex hands-free speakerphone with AEC
VAD, CNG, AEC, PLC, AJB, AGC
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 47 of 72
Phone Features Supports 6 VoIP accounts
Call hold, mute, DND
One-touch speed dial, hotline
Call forward, call waiting, call transfer
Group listening, SMS, emergency call
Redial, call return, auto answer
Call history: dialled/received/missed/forwarded
3-way conferencing
Direct IP call without SIP proxy
Ring tone selection/import/delete
Set date time manually or automatically
Dial plan, XML Browser, action URL
Directory
Load phonebook up to 1000 entries
Contacts: custom/enterprise/personal /common/search/speed dial
Support blacklist
XML/LDAP remote phonebook
Intelligent search method
Phonebook search/import/export
IP-PBX Features
Busy Lamp Field (BLF), BLF list
Bridged Line Appearance(BLA)/SCA
Anonymous call, anonymous call rejection
DND and forward synchronization
Works anywhere
N-Way calling, remote office
Network call logs
Call centre features
Message Waiting Indicator (MWI)
Voice mail, call park, call pickup
Intercom, paging, music on hold
Call completion, call recording, hot-desking
Display and Indicator
At least 4.3" 480 x 272-pixel colour display with backlight
16-bit depth colour
LED for call and message waiting indication
Dual-colour (red or green) illuminated LEDs for line status information
Wallpaper
Intuitive user interface with icons and soft keys
Multi-language selection
Caller ID with name, number and photo
Feature keys
10 line keys with LED
10 line keys can be programmed up to 27 various features (3-page view)
7 features keys: message, headset, hold, mute, transfer, redial, hands-free speakerphone
4 context-sensitive “soft” keys
6 navigation keys
2 volume control keys
Illuminated mute key
Illuminated headset key
Illuminated hands-free speakerphone key
Interface Dual-port Gigabit Ethernet
Built-in a USB port, support Bluetooth headset (Through USB Dongle)
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 48 of 72
1xRJ9 (4P4C) handset port
1xRJ9 (4P4C) headset port
1XRJ12 (6P6C) EXT port: Supports up to 6 Expansion Modules for an attendant console application
Power over Ethernet (IEEE 802.3af), class 3
Other Physical
Features
Stand with 2 adjustable angles
Power consumption (PSU): 1.8W-5.4W
Dimension(W*D*H*T): 244mm*213mm*185mm*54mm
Operating humidity: 10~95%
Storage temperature: -10~50°
Management
Configuration: browser/phone/auto-provision
Auto provision via FTP/TFTP/HTTP/HTTPS for mass deploy
Auto-provision with PnP
Zero-sp-touch, TR-069, SNMP
Provisioning server redundancy supported
Phone lock for personal privacy protection
Reset to factory, reboot
Package tracing export, system log
Network and Security SIP v1 (RFC2543), v2 (RFC3261)
NAT transverse: STUN mode
Proxy mode and peer-to-peer SIP link mode
IP assignment: static/DHCP/PPPoE
HTTP/HTTPS web server
Time and date synchronization using SNTP
UDP/TCP/DNS-SRV(RFC 3263)
802.1p/Q tagging (VLAN), Layer 3 ToS DSCP
SRTP for voice
Transport Layer Security (TLS)
HTTPS certificate manager
AES encryption for configuration file
Digest authentication using MD5/MD5-sess
OpenVPN, IEEE802.1X
IPv6
Included Handset with handset cord
Ethernet Cable (1.5m CAT6A UTP Cable)
Stand Quick Start Guide
Warranty One (1) year
No. QTY EXECUTIVE IP PHONES
19 10 Audio Features HD voice: HD handset, HD speaker
Wideband codec: Opus*, G.722
Narrowband codec: Opus*, G.711(A/µ), G.723.1, G.729, G.729AB, G.726, iLBC
DTMF: In-band, Out-of-band (RFC 2833) and SIP INFO
Full-duplex hands-free speakerphone with AEC
VAD, CNG, AEC, PLC, AJB, AGC
Phone Features
Support up to 6 VoIP accounts
One-touch speed dial, redial
Call forward, call waiting
Call transfer, call hold
Call return, group listening
Mute, auto answer, DND
3-way conference call
Direct IP call without SIP proxy
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 49 of 72
Ring tone selection/import/delete
Hotline, emergency call
Set date time manually or automatically
Dial plan, XML Browser, Action URL/URI
Integrated Screenshots
RTCP-XR
USB port (2.0 compliant) Bluetooth earphone through BT40, Wi-Fi through WF40, USB call recording through USB flash drive
Enhanced DSS key
Directory
Local phonebook up to 1000 entries
Black list
XML/LDAP remote phonebook
Intelligent search method
Phonebook search/import/export
Call history: dialled/received/missed/forwarded
Directory
Local phonebook up to 1000 entries
Black list
XML/LDAP remote phonebook
Intelligent search method
Phonebook search/import/export
Call history: dialled/received/missed/forwarded
IP-PBX Features
Busy Lamp Field (BLF)
Bridged Line Appearance (BLA)
Anonymous call, anonymous call rejection Hot-desking, voice mail
Flexible seating
Call park, call pickup
Executive and Assistant
Centralized call recording
Visual voice mail
Display and Indicator
At least 3.66" 240x120-pixel graphical LCD with backlight
LED for call and message waiting indication
Dual-colour (red or green) illuminated LEDs for line status information
Intuitive user interface with icons and soft keys
Multilingual user interface
Caller ID with name and number
Power saving
Feature keys
8 line keys with LED
8 line keys can be programmed up to 21 paperless DSS keys (3-page view)
8 features keys: message, headset, conference, mute, hold, transfer, redial, hands-free speakerphone
4 context-sensitive “soft” keys
6 navigation keys
2 volume control keys
Illuminated message key, Illuminated headset key
Interface
Dual-port Gigabit Ethernet
Power over Ethernet (IEEE 802.3af), Class 3 1 x USB port (2.0 compliant)
1 x RJ9 (4P4C) handset port
1 x RJ9 (4P4C) headset port
1 x RJ12 (6P6C) EHS port
1 x RJ12 (6P6C) EXT port: Supports up to 6 Expansion Modules
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 50 of 72
Other Physical
Features
Stand with 2 adjustable angles
Power consumption (PSU): 1.4-3.0W
Power consumption (PoE): 1.7-7.0W
Management
Configuration: browser/phone/auto-provision
Auto provision via FTP/TFTP/HTTP/HTTPS for mass deploy
Auto-provision with PnP
Zero-sp-touch, TR-069
Phone lock for personal privacy protection
Reset to factory, reboot
Package tracing export, system log
Network and Security SIP v1 (RFC2543), v2 (RFC3261)
Call server redundancy supported
NAT traversal: STUN mode
Proxy mode and peer-to-peer SIP link mode
IP assignment: static/DHCP
HTTP/HTTPS web server
Time and date synchronization using SNTP
UDP/TCP/DNS-SRV(RFC 3263)
QoS: 802.1p/Q tagging (VLAN), Layer 3 ToS DSCP
SRTP for voice
Transport Layer Security (TLS)
HTTPS certificate manager
AES encryption for configuration file
Digest authentication using MD5/MD5-sess
OpenVPN, IEEE802.1X
IPv6
LLDP/CDP/DHCP VLAN
ICE
Included Handset with handset cord
Ethernet Cable (1.5m CAT6A UTP Cable)
Stand
Quick Start Guide
Warranty One (1) year
No. QTY STANDARD IP PHONES
20 123 Audio Features
HD voice: HD handset, HD speaker
Wideband codec: G.722
Narrowband codec: G.711(A/μ), G.723.1, G.729AB,G.726, iLBC
DTMF: In-band, Out-of-band(RFC 2833) and SIP INFO
Phone Features
Supports 2 VoIP accounts
Call hold, mute, DND
One-touch speed dial, hotline
Call forward, call waiting, call transfer
Group listening, SMS, emergency call
Redial, call return, auto answer
Local 3-way conferencing
Direct IP call without SIP proxy
Ring tone selection/import/delete
Set date time manually or automatically
Dial plan
XML Browser, action URL/URI
Integrated Screenshots
RTCP-XR
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 51 of 72
Directory Load phonebook up to 1000 entries
Supports Blacklist
XML/LDAP remote phonebook
Intelligent search method
Phonebook search/import/export
Call history: dialled/ received/ missed/ forwarded IP-PBX Features
Busy Lamp Field (BLF)
Bridged Line Appearance(BLA)
Anonymous call, anonymous call rejection
Message Waiting Indicator (MWI)
Voice mail, call park, call pickup
Intercom, paging, music on hold, emergency call
Call completion, call recording, hot-desking
Display and Indicator At least 132x64-pixel graphical LCD with backlight
LED for call and message waiting indication
Dual-colour (red or green) illuminated LEDs for line status information
Intuitive user interface with icons and soft keys
National language selection
Caller ID with name, number
Feature keys 2 line keys with LED
6 features keys: message, headset, redial, tran, mute, hands-free speakerphone
6 navigation keys
Volume control keys
Interface 2xRJ45 10/100M Ethernet ports
Power over Ethernet (IEEE 802.3af), class 2
1xRJ9 (4P4C) handset port
1xRJ9 (4P4C) headset port
Other Physical
Features
Power consumption (PSU): 1.2-1.9W
Power consumption (PoE): 1.8-2.3W
Management Configuration: browser/phone/auto-provision
Auto provision via FTP/TFTP/HTTP/HTTPS for mass deploy
Auto-provision with PnP
Zero-sp-touch, TR-069
Phone lock for personal privacy protection
Reset to factory, reboot
Package tracing export, system log
Network and Security SIP v1 (RFC2543), v2 (RFC3261)
Call server redundancy supported
NAT transverse: STUN mode
Proxy mode and peer-to-peer SIP link mode
IP assignment: static/DHCP HTTP/HTTPS web server
Time and date synchronization using SNTP
UDP/TCP/DNS-SRV(RFC 3263)
QoS: 802.1p/Q tagging (VLAN), Layer 3 ToS
DSCP
SRTP for voice
Transport Layer Security (TLS)
HTTPS certificate manager
AES encryption for configuration file
Digest authentication using MD5/MD5-sess
OpenVPN, IEEE802.1X
IPv
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 52 of 72
No. Qty 2U 4 INCHES DEEP HORIZONTAL CABLE MANAGER WITH COVER
21 6 Rack Height 2U
Double-sided capable Yes
High capacity cable
finger design
Should provide maximum capacity at every rack space unit and a
rigid design to decrease deflection when cables are routed in/out of
the cable manager channel.
Trouble-free access Yes
Standard warranty 2 years repair or replace
No. Qty 1U 4 INCHES DEEP HORIZONTAL CABLE MANAGER WITH COVER
22 4 Rack Height 1U
Single-sided capable Yes
High capacity cable
finger design
Should provide maximum capacity at every rack space unit and a
rigid design to decrease deflection when cables are routed in/out of
the cable manager channel.
Trouble-free access Yes
Standard warranty 2 years repair or replace
Rack Height 1U
Single-sided capable Yes
High capacity cable
finger design
Should provide maximum capacity at every rack space unit and a
rigid design to decrease deflection when cables are routed in/out of
the cable manager channel.
ANNEX B: PRIMARY DATA CENTRE EQUIPMENT MINIMUM SPECIFICATIONS
No. QTY DISPLAY UNITS
1 2 Display Size 65''
Resolution (min) 3840 x 2160
Audio: 40W
Features Built in Wireless LAN, RJ45 female connector, Bluetooth,
USB, 3 HDMI ports, WiFi Direct
Smart TV Yes
Warranty Two (2) years
No. QTY WALL MOUNTABLE AIR CONDITIONER
2
to
be
de
term
i
ne
d
du
ring
site
vis
it
Air Conditioner Type Wall Mountable
Cooling Capacity 18 Btu / h
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 53 of 72
Power Input Cooling: 34 W
Noise Level Indoor unit
(Low / Medium / High):
29 / 34 / 42 db(A)
Cooling Capacity: 5.28 (1.85 - 6.18) kWatt
Air Flow Volume (High /
Medium / Low)
750 / 500 / 420 m³ / h
Sound Power Level
Outdoor unit:
57 db(A)
Liquid line - Gas line: 1 / 4” - 1 / 2”
Auto Restart: Supported
Heating Capacity: 20.000 (4.700 - 23.200) Btu / h
Voltage / Frequency /
Phase:
230 / 50 / 1 V / Hz / Ph
Outdoor Fan Speeds: 5 Grades
Inverter Technology: The fan motors of the indoor and outdoor units as well as
the compressor should be DC Inverter technology
Warranty: 5 Years with onsite support and repair
No. QTY IPCCTV CAMERA (INDOOR)
3 5 Image device: 1/2.9" type progressive scan CMOS / CCD sensor
Lens: Vari-Focal 3.3~12.0mm, DC Auto-Iris Mechanical IR Cut
Filter Angle of view : horizontal: 27 ~ 82 Degree / vertical:
19 ~ 64 Degree
Min Illumination: 0.5 Lux (Color) @ F1.2 0.1 Lux (B/W)
IR Illuminations: Built-in IR illuminators, effective up to 20 meters
Effective Pixels: 1920 x 1080 pixels
PIR Sensor: 1 x Built-in sensor with adjustable 120 degrees direction
Effective Distance: 6 meters Effective Coverage: 120
degrees
Image
Video Compression: H.264 / MPEG-4 / M-JPEG
Video
Resolution:
1080P mode H.264: 1080P / 640 x 360 / 320 x 180 / 160 x
90 M-JPEG: 1080P / 640 x 360 / 320 x 180 / 160 x 90
MPEG4: 1080P / 640 x 360 / 320 x 180 / 160x 90 720P
mode H.264: 1280 x 720 / 640 x 360 / 160 x 90 M-JPEG:
1280 x 720 / 640 x 360 / 160 x 90 MPEG-4: 1280 x 720 /
640 x 360 / 160 x 90
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 54 of 72
Frame Rate: Up to 30fps for all resolutions
Image Setting: AE, AWB 3D Noise reduction WDR Color, brightness,
sharpness, contrast
Mirror/Flip 10 Privacy Masks Text, time and date overlay
Overlay image on video
Streaming: Simultaneously multi-profile streaming over UDP, TCP,
HTTP, or HTTPS M-JPEG streaming over HTTP (server
push) Supports 3GPP mobile surveillance (MPEG4)
Controllable frame rate and bandwidth Constant and
variable bit rate (MPEG4/H.264) ROI
Audio
Audio Streaming: 2-Way Audio
Audio Compression: RTSP: G.711 64kbps, G.726 32kbps 3GPP: AMR
Microphone: External microphone input
Audio Output: Adjustable audio output gain
Network and Configuration
Standard: IEEE 802.3 10Base-T IEEE802.3u 100Base-TX IEEE
802.3ab 1000Base-T
Protocol:
IPv4, IPv6, TCP/IP, UDP, HTTP, HTTPS, SMTP, FTP,
NTP, DNS, DDNS, DHCP, ARP, Bonjour, UPnP, RTSP,
RTP, RTCP,
IGMP, PPPoE, 3GPP, ICMP, Samba
Security: Password protection, IP address filtering, HTTPS
encrypted data transmission, user access log
Users: 20 clients on-line monitoring at the same time
System Integration
Application
Programming
Interface:
Open API for software integration ONVIF Compliant
Alarm Triggers: Intelligent Motion / Tampering / Audio detection and
external input
Alarm Events: File upload via FTP, Samba to NAS, SD card or email
Notification via email, HTTP, and TCP External output
activation Audio alerting output Go to PTZ preset position
Video Buffer: Pre- and post-alarm buffering
Application
Programming
Interface:
Open API for software integration ONVIF Compliant
Alarm Triggers: Intelligent Motion / Tampering / Audio detection and
external input
Alarm Events: File upload via FTP, Samba to NAS, SD card or email
Notification via email, HTTP, and TCP External output
activation Audio alerting output Go to PTZ preset position
Video Buffer: Pre- and post-alarm buffering
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 55 of 72
General
Power Requirement: 12V DC, 1A IEEE 802.3af Class 3
Power Consumption: 8W max.
Operating
Temperature:
-10 ~ 40 Degree C
Operating Humidity: 20 ~ 80% (non-condensing)
Emission: CE, FCC
Connectors: 10/100/1000 Mbps Gigabit Ethernet, RJ45 DC power jack Terminal block for 1 alarm input and 1 output RS-485 interface for scanners, pan/tilts External MIC input Audio out Composited video out (Max. resolution: D1 720 x 480 pixel)Micro
SD/SDHC card (Max 32GB, Class 6) Factory default reset
Warranty: 2 years
No. QTY 8 CHANNEL NVR
4 1 System
Compression: Standard H.264
Video
Network Bandwidth: At least 50Mbps
Network Input: 8 Channel Input
Network Access: 5MP/4MP/3MP/1080P/960P/720P@25/30fps
Output: HDMIx1: 1920x1080/1280x1024 Audio
Network Input: 8 Channel Input
Local Output: RCA x 1 Record
Record Stream: Dual stream recording
Resolution: 5MP / 4MP / 3MP / 1080P / 960P / 720P
Mode: Manual, timer, motion, sensor Playback
Simultaneous: 8 Channel
Search: Time slice / time / event / tag search
Smart Search: Highlighted colour to display the camera record in a certain period of time, different colours refers to different record events
Function: Play, pause, FF, FB and digital zoom Alarm
Mode: Manual, sensor, motion, exception
Triggering: Record, snap, preset and e-mail Network
Interface: RJ45 10 / 100 Mbps x 1
PoE Port: RJ45 x 8
Protocol: TCP / IP, PPPoE, DHCP, DNS, DDNS, UPnP, NTP, SMTP
Web Client: Multiple users online Storage and backup
Hard disk capacity: At least 4TB
Local Backup: USB External HDD
Network Backup: Yes
USB: USB 2.0 x 2 Others
Work Environment: -10C~50C, 10%~90% humidity
Warranty: 2 years
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 56 of 72
No. QTY UNINTERRUPTED POWER SUPPLY (UPS) [SERVERS AND STORAGE]
5 1 Output
Output power capacity: 16.0 KWatts / 20.0 kVA
Max Configurable Power (Watts): 16.0 KWatts / 20.0 kVA
Nominal Output Voltage: 120V , 208V , 208V 3PH
Output Voltage Note: Configurable for 200 : 208 or 220V 3 Phase
nominal output voltage
Efficiency at Full Load: 93.0 %
Output Voltage Distortion: Less than 5% at full load
Output Frequency (sync to
mains):
57 - 63 Hz for 60 Hz nominal
Output Frequency (not synced): 60Hz +/- 0.1% for 60Hz nominal
Other Output Voltages: 220
Load Crest Factor: Unlimited
Topology: Double Conversion Online
Waveform type: Sine wave
Bypass: Built-in Maintenance Bypass, Built-in Static Bypass
Input
Nominal Input Voltage: 208V 3PH
Input frequency: 40 - 70 Hz
Input Connections: Hard Wire 5-wire (3PH + N + G)
Input voltage range for main
operations:
177 - 239 (208V)V
Efficiency at Full Load: 93.0 %
Other Input Voltages: 220
Input Power Factor at Full Load: 0.98
Batteries & Runtime
Battery type: VRLA
Included Battery Modules: 4
Typical recharge time: 3hour(s)
Expected Battery Life (years): 5
RBC Quantity: 4
Communications and Management
Interface Port(s): SmartSlot
Control panel: Multi-function LCD status and control console
Audible Alarm: Audible and visible alarms : configurable delays
Emergency Power Off (EPO): Yes
Environmental
Operating Temperature: 32 - 104 °F ( 0 - 40 °C )
Operating Relative Humidity: 0 - 95 %
Online thermal dissipation: 4238.0BTU/hr
Conformance
Approvals: cUL Listed, ISO 14001, ISO 9001, UL 1778
Standard warranty: 2 years repair or replace
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 57 of 72
No. QTY LCD KVM Switch (IP-based)
6 2 Console Connections
Local: 1 (Share Remote Bus) Remote: 1 Computer Connections
Direct: 8
Maximum: 128 (via Daisy-chain)
Port Selection: OSD, Hotkey, Pushbuttons Connectors
External Console Ports: 1 x SPHD-18 Male (Yellow)
External Mouse Port: 1 x USB Type-A Female
USB Port: 1 x USB Type-A Female
KVM Ports: 8 x SPHD-17 Female
Daisy Chain Ports: 1 x DB-25 Male
Firmware Upgrade: 1 x RJ-11 Female
LAN Ports: 1 x RJ-45 Female
Power: 1 x IEC 60320/C14
Switches
Port Selection: 2 x Pushbutton
Station Selection: 2 x Pushbutton
Power: 1 x Rocker Switch
LCD On/Off: 1 x LED Pushbutton (Orange)
LCD Adjustment: 4 x Pushbutton LEDs
Online: 8 x (Orange or equivalent)
Port ID: 1 x 2-digit, 7-segment (Yellow or equivalent)
Station ID: 1 x 2-digit, 7-segment (Yellow or equivalent)
10/100 Mbps: 1 x (Orange/Green or equivalent)
Power: 1 x (Dark Green or equivalent)
Lock: 1 x Num Lock (Green or equivalent) 1 x Caps Lock (Green or equivalent) 1 x Scroll Lock (Green or equivalent)
Video
Remote: 1920 x 1200 @60 Hz Panel Specification
LCD Module: 17" TFT-LCD
Resolution: 1280 x 1024 @75 Hz
Pixel Pitch: 0.264 mm x 0.264 mm
Response time: Less than 6 ms
Viewing Angle: 170° (H), 160° (V)
Support Color: 16.7M colors
Contrast Ratio: 1000:1
Luminance: 250 cd/m² Emulation
Keyboard / Mouse: PS/2, USB
Scan Interval: 1-255 sec.
Maximum Input Power Rating: 100-240V AC, 50-60Hz, 1A
Power Consumption: 120V/15.2W; 230V/16W Environmental
Operating Temperature: 0-50°C
Humidity: 0-80% RH, Non-condensing
Warranty 1 year
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 58 of 72
SECTION VIII: STANDARD FORMS
Notes on the standard Forms 1. Form of Tender - The form of Tender must be completed by the Tenderer and submitted
with the tender documents. It must also be duly signed by duly authorized representatives of the Tenderer.
2. Price Schedule Form - The price schedule form must similarly be completed and submitted with the tender.
3. Contract Form - The contract form shall not be completed by the Tenderer at the time of submitting the tender. The contract form shall be completed after contract award and should incorporate the accepted contract price.
4. Confidential Business Questionnaire Form - This form must be completed by the Tenderer and submitted with the tender documents.
5. Tender Security Form - When required by the tender document the Tenderer shall provide the tender security either in the form included hereinafter or in another format acceptable to the procuring entity.
6. Performance security Form - The performance security form should not be completed by the Tenderer at the time of tender preparation. Only the successful Tenderer will be required to provide performance security in the form provided herein or in another form acceptable to the procuring entity.
7. Letter of Notification of Award –The letter shall be written to the successful bidder
8. kasneb FORM 3: Client Reference Form – The form should the duly filled and submitted by at least five (5) firms.
9. Anti-Corruption Declaration - This form must be completed by the Tenderer and submitted with the tender documents.
10. Tender Questionnaire Form - This form must be completed by the Tenderer and submitted with the tender documents.
11. Manufacturers Authorization Form/Letter - This form/Letter must be completed by the Tenderer and submitted with the tender documents.
Please note that:
The Form of Tender and Price Schedule on page 60 and 61/62 to be filled and
submitted in separate Envelope as part of the FINANCIAL PROPOSAL marked
Financial Proposal and with tender number TENDER NO. KAS/DCLAN /012/2018/2019:
ESTABLISHMENT OF PRIMARY DATA CENTRE AND LAN UPGRADE. Section IV,VI and VII May also provide additional information while preparing the Financial Proposal.
The name of the company to be stated at the front top right of the envelope containing financial proposal.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 59 of 72
8.1 FORM OF TENDER
Date:------------------- 2019 KAS/DCLAN /011/2018/2019
ESTABLISHMENT OF PRIMARY DATA CENTRE AND LAN UPGRADE
To: Secretary and Chief Executive Officer
P. O. Box 41362-00100 NAIROBI.
Gentlemen and/or Ladies:
Having examined the tender documents including Addenda No. _____,the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide services for _______in conformity with the said tender documents for the Grand Total Contract sum of shillings________ as total Cost for ESTABLISHMENT OF PRIMARY DATA CENTRE AND LAN
UPGRADE________
________ (total tender amount in words and figures) in accordance with the Schedule of Prices/Schedule of Requirements attached herewith and made part of this Tender.
We undertake, if our Tender is accepted, to provide the services of Supplying, Deploying,
Commissioning and Supporting an ERP System in accordance with the Specifications specified
in the Schedule of Requirements and details of the services to be sourced and monitored by
the service provider.
If our Tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to ________ percent of the contract price for the due performance of the contract in the format
prescribed by
We agree to abide by this tender for a period of one hundred and twenty (120) 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. This Tender, together with your written acceptance thereof and your notification of award, shall constitute a Contract, between us subject to signing of the contract by the parties.
We understand that you are not bound to accept the lowest or any tender you may receive.
Dated this day of 2019.
(Signature) (In the capacity of)
Duly authorised to sign tender for and on behalf of
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 60 of 72
8.2 PRICE SCHEDULES
Price schedules shall form part of the financial proposal and shall filled and submitted in a separate envelope. Only financial proposals of Bidders who have technically qualified shall be opened for further evaluation. Bidders are required to clearly show how they have arrived at the final figure of the project cost/tender sum. Therefore, Bidders are expected to provide definitions, metrics, unit and total cost of each item in the financial bid where applicable.
No Description Country of origin
Quantity Unit price (Sh.)
VAT or other levies (Sh.)
Total Price (Sh.)
COMPONENT I: kasneb LOCAL AREA NETWORK UPGRADE
1 Layer 3 PoE gigabit management switches
2 Layer 2 PoE 48 port gigabit Ethernet switches
3 Layer 2 PoE 24 port gigabit Ethernet switches
4 CAT 6A Ethernet cables 5 CAT 6A patch panels- 48 ports 6 CAT 6A patch panels- 24 ports 7 42U network cabinet 8 9U network cabinet 9 CAT 6A wall plates 10 3 metre patch cords 11 5 Metre patch cords 12 Fibre cables for SFP optics 13 Rackmount smart-ups 1500VA
2U LCD
14 Ceiling mount wireless access point
15 Wireless LAN (WLAN) controller
16 Senior executive IP Phone 17 Executive IP phones 18 Standard IP phones 19 2U 4 inches deep horizontal
cable manager with cover
20 1U 4 inches deep horizontal cable manager with cover
21 Metallic perimeter trunking 22 Installation, configuration , tests
and commissioning charges
23 Training costs 24 Any other material or service
required to complete works as specified(each extra material or
service should be itemised individually)
Subtotal for Towers I LAN upgrade (Shs.)
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 61 of 72
COMPONENT II: PRIMARY DATA CENTRE SETUP
1 Display units 2 Wall mountable air conditioner 3 IPCCTV camera (indoor) 4 8 channel NVR 5 Uninterrupted Power supply
(UPS) [servers and storage]
6 LCD KVM Switch (IP-based) 7 Rodent repellent system 8 False floor 9 Smoke detector 10 VESDA 11 Partitioning works 12 Clean agent based fire
suppression system
13 Installation , configuration , tests and commissioning charges
14 Training costs 15 Any other material or service
required to complete works as specified(each extra material or service should be itemised individually)
Subtotal (Shs.) for Primary Data Centre Total Cost of the Project (Kshs.) Inclusive of all applicable taxes and costs
The Total Cost of the Project amount in words Inclusive of all applicable taxes and costs quoted
for:................................................................................................................................................................
Signature...................... Email Address…………......Name of authorised representative...................... Company Stamp.............................................Telephone/Mobile Number.........…............ .........…........ Project Completion Period/Duration........................................
The Form of Tender/Price Schedule should form part of the Financial Proposal hence should not be included
in the Technical Proposal Document
The Tenderer shall fill in the Grand Total Contract Sum Inclusive of all relevant applicable taxes and costs.
Items for which no rate and/or price is entered by the Tenderer will not be paid for by when executed
and shall be deemed covered by the other rates and prices.
The Form of Tender and Price Schedule to be filled and submitted in separate Envelope marked Financial Proposal and marked with tender number KAS/DCLANS/012/2018/2019: Establishment of Primary Data Centre and LAN
upgrade. The name of the company to be stated at the front top right on the envelope.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 62 of 72
8.3 CONTRACT FORM
THIS AGREEMENT is made the day of_________2019 between of P. O. Box
41362-00100 NAIROBI of the one part and ________(name of Tenderer) of P. O. Box (City and country of Tenderer) hereinafter called “the Tenderer”) of the other part;
WHEREAS invited tenders for KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade and has accepted a tender by the Tenderer for the provision of the services in the Grand Total Contract Sum of.........................(Contract price in words and figures) (Hereinafter called “the Contract Price).
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.
(b) The Price Schedule Form.
(c) Schedule of Requirements.
(d) Details of the Data Centre and LAN upgrade.
(e) The General Conditions of Contract.
(f) The Special Conditions of Contract.
(g) Technical Specification.
(h) Notification of Award.
(i) Letter of Acceptance.
(j) Financial Proposal.
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 63 of 72
3. In consideration of the payments to be made by to the Tenderer as
hereinafter mentioned, the Tenderer hereby covenants with to
establish Primary Data Centre and upgrade LAN and to remedy defects therein in conformity in all respects with the provisions of the contract
4. hereby covenants to pay the Tenderer in consideration of the provisions
of the services and the remedying of defects therein, 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:
For For Tenderer
Signature: _____________________ Signature: _______________________
Name: ________________________ Name: _________________________
Date: __________________________ Date: __________________________
In the presence of:
Signature: ______________________
Name: _________________________ Date: ____________________________
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 64 of 72
8.4 CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are required to give the particulars indicated in part 1 and either 2(a), 2(b) or 2(c) whichever
applies to your type of business.
A Tenderer who gives false information will be disqualified. Part 1 – General:
Business Name----------------------------------------------------------------------------------------------------- (Attach copy of certificate of Incorporation or Registration Certificate)
Location of Business----------------------------------------------------------------------------------------------
Plot No.-------------------- Street/Road--------------------------- Postal Address--------------------------
Tel.No---------------------- Email Address ------------------------ Nature of Business-------------------
Current Trade Licence No.---------------------------Expiry date--------------------------------------------
PIN No. -------------------------------- VAT No.-----------------------------------------------------------------
Attach copy of pin Certificate and copy of VAT certificate
Maximum value of business you can handle at any one time: Sh. ----------------------------------
Name of your bankers------------------------------------ Branch---------------------------------------------
Part 2 (a) – Sole Proprietors
Your name in full--------------------------------------------------------------------------------------------------
Nationality; (State whether Kenyan or Non Kenyan) --------------------------------------------------
Part 2(b) – Partnership:
Give names of partners as follows:
Name PIN No. Nationality Shares
1.--------------------------- --------------------------- -------------------------- ----------------------
2 ---------------------------- --------------------------- -------------------------- ----------------------
3 ---------------------------- --------------------------- -------------------------- ---------------------- Part 2(c) – Registered Company Private or Public Give Details of all Directors as follows:
Name PIN No. Nationality Shares 1.--------------------------- --------------------------- -------------------------- ----------------------
2 -.--------------------------- --------------------------- -------------------------- ----------------------
3 -.--------------------------- --------------------------- -------------------------- ----------------------
4 .--------------------------- --------------------------- -------------------------- ----------------------
Signed ------------------------------------------------------ Date ----------------------------------------
(Authorised signatory of the firm)
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 65 of 72
8.5 TENDER SECURITY FORM
Whereas __________ (name of the Tenderer) (hereinafter called “theTenderer”) has submitted its tender dated _________for the provision of_______KNOW ALL PEOPLE by these presents that WE ___________of __________having our registered office at ____________ (hereinafter called “the Bank”), are bound unto kasneb in the sum of ____________for which payment well and truly to be made to the said kasneb, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this __________day of ________2019.
THE CONDITIONS of this obligation are:-
1. If the Tenderer withdraws its Tender during the period of tender validity specified by the Tenderer on the Tender form; or
2. If the Tenderer, having been notified of the acceptance of its Tender by kasneb during
the period of tender validity fails or refuses to execute the Contract form if required; or fails or refuses to furnish the performance security in accordance with the Instructions to Tenderers;
We undertake to pay to up to the above amount upon receipt of its first
written demand, without kasneb having to substantiate its demand, provided that in
its demand will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
This tender guarantee will remain in force up to and including thirty (30) days after the
period of tender validity, and any demand in respect thereof should reach the Bank not
later than the above date.
_________________________________________________
(Seal and signature of the bank)
(Amend accordingly if provided by Insurance Company)
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 66 of 72
8.6 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.
By this memorandum, the Applicant requests the Board for an order/orders that: -
1.
2.
SIGNED ……………….(Applicant)
Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of
………....20….………
SIGNED Board Secretary
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 67 of 72
8.7 LETTER OF NOTIFICATION OF AWARD
Secretary and Chief Executive Officer P. O. Box 41362-00100
NAIROBI
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)
____________________________________________________
FOR: Secretary and Chief Executive Officer
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 68 of 72
8.8 FORM 3: CLIENT REFERENCE FORM
Name of the Establishment of Primary Data Centre and LAN upgrade Provider…………………………………………….. Name and address of the (Client/Organization)……………….………………………... ……………………………….....................................................………………………… EBM Systems Supplied No.
Description of Primary Data Centre and LAN upgrade done
1
2
Performance Evaluation
(The organization to indicate their Primary Data Centre and LAN upgrade provider rating by ticking the appropriate box)
No. How do you rate the primary Data Centre and LAN upgrade as per their responsiveness to the following:-
Excellent
Good
Average
Poor
1 Support
2 Maintenance
3 Licensing model
4 Speed of Implementation
Declaration
We confirm that the above firm Primary Data Centre and LAN upgrade is currently engaged to handle our Primary Data Centre and LAN as a…………………..
Name of authorised signatory …………………………………………………………
Title……………………………………………………………………………………..…
Signature…………………………………………………………………………………
Date………………………………………………………………………………………
Telephone contacts:-……………………………………………………..……………
Email Address…………………………………………………………….………..……
Official stamp of the organization………………………………………………………
(ATTACH WRITTEN VERIFIABLE DOCUMENTARY EVIDENCE
(Contract/Sla/Completion Certificates/Recommendation Letters or their Equivalent)
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 69 of 72
8.9 ANTI-CORRUPTION DECLARATION We (insert the name of the company/supplier)………………………..................... declare and guarantees that no offer, gift or payment consideration or benefit of any kind, which constitutes an illegal or corrupt practice, has been or will be made to anyone by our organization or agent, either directly or indirectly, as an inducement or reward for the award or execution of this procurement. In the event the above is contravened we accept that the following to apply: (a) The person shall be disqualified from entering into a contract for the procurement (b) If a contract has already been entered into with the person, the contract shall be
voidable at the option of kasneb. (c) The voiding of a contract by the procuring entity under subsection (b) does not
limit any other legal remedy that kasneb may have.
Name……………………..Signature…………………………Date……………………… Company Seal/Business Stamp ANTI-FRAUDULENT PRACTICE DECLARATION We (insert the name of the company/supplier)……………………....... declares and guarantees that no person in our organization has or will be involved in a fraudulent practice in any procurement proceeding. Name…………………… Signature………………...........Date………………………… Company Seal/Business Stamp NON-DEBARMENT DECLARATION We (insert the name of the company/ supplier)………………………...................... declares and guarantees that no director or any person who has any controlling interest in our organization has been debarred from participating in a procurement proceeding. Name……………………Signature………........................Date………………………… Company Seal/Business Stamp
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 70 of 72
8.10 PERFORMANCE SECURITY FORM To: ……………………………. [Name of procuring entity] WHEREAS …………… [name of tenderer] (Hereinafter called “the tenderer”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated 20 to provided ………………….[description of insurance services] (Hereinafter called “the Contract”) AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall furnish you with a bank guarantee by a reputable bank for a sum specified therein as security for compliance with the Tenderer‟s performance obligations in accordance with the Contract THERFEFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the tenderer, up to a total of ………… [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the tenderer to be in default under the Contract and without cavil or argument, any sum of money within the limits of ….................................… [Amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the............................................... day of.............20......... Signature and seal of the Guarantors [Name of bank of financial institution] [Address] [Date] (Amend accordingly if provided by Insurance Company)
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 71 of 72
8.11 TENDER QUESTIONNAIRE
Please fill in block letters.
8.11.1 Full names of tenderer
………………………………………………………………………………………
8.11.2 Full address of tenderer to which tender correspondence is to be sent
…………………………………………………………………………………………………
8.11.3 Telephone/Mobile phone number (s) of tenderer and tenderer designated representative
…………………………………………………………………………………………………
8.11.4 Official Email address of tenderer and tenderer designated representative
…………………………………………………………………………………………………
8.11.5 Name of tenderer‟s representative to be contacted on matters of the tender during the tender period ………………………………………………………………………………………
8.11.6 Details of tenderer‟s nominated agent (if any) to receive tender notices. This is essential if the tenderer does not have his registered address in Kenya (name, address, telephone, telex) …………………………………………………………………………………………………
…………………………………………………………………………………………………
_______________________
Signature of Tenderer
Make copy and deliver to:_____________________(Name of Employer)
KAS/DCLANS/011/2018/2019: Establishment of Primary Data Centre and LAN upgrade
Page 72 of 72
8.12 MANUFACTURER AUTHORISATION FORM
To: Secretary and Chief Executive Officer
P. O. Box 41362-00100 NAIROBI
WHEREAS
______________________________________________________________________(name
of the manufacturer) who are established and reputable manufacturers
of ________________________________________(name and/or description of the goods)
having factories at:
_____________________________________________________________________
(address of factory)
do hereby authorize
_____________________________________________________________________
(name and address of Agent)
to submit a tender, and subsequently negotiate and sign the Contract with you against
Tender No._____________________________________________________________
(reference of the tender) for the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per the General Conditions of Contract
for the goods offered for supply by the above firm against this Invitation for Tenders.
(Signature for and on behalf of manufacturer)
Note: This letter of authority should be on the letterhead of the Manufacturer and should be
signed by a person authorised to sign on behalf of the manufacturer.