27
` REPUBLIC OF KENYA COUNTY GOVERNMENT OF KWALE REQUEST FOR QUOTATIONS FOR: INSTALLATION OF LOCAL AREA NETWORK IN KINANGO HOSPITAL LABORATORY TENDER RFQ NO:906598/2021-2022 NOV, 2021 ISSUED BY CHIEF OFFICER COUNTY DEPARTMENT OF TOURISM AND ENTERPRISE DEVELOPMENT P.O BOX 4-80403, KWALE Email: [email protected] .

REQUEST FOR QUOTATIONS FOR: INSTALLATION OF LOCAL …

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

`

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KWALE

REQUEST FOR QUOTATIONS FOR: INSTALLATION OF

LOCAL AREA NETWORK IN KINANGO HOSPITAL

LABORATORY

TENDER RFQ NO:906598/2021-2022

NOV, 2021

ISSUED BY CHIEF OFFICER

COUNTY DEPARTMENT OF TOURISM AND

ENTERPRISE DEVELOPMENT

P.O BOX 4-80403, KWALE

Email: [email protected]

.

TABLE OF CONTENTS

PREFACE ......................................................................................................................................................................... iii

REQUEST FOR QUOTATIONS ............................................................................................................................................. vi

PART 1: INSTRUCTIONS TO TENDERERS ........................................................................................ 1

QUOTATION AND QUALIFICATION DOCUMENTS ............................................................................. 3

i) SCHEDULE OF REQUIREMENTS TABLE .............................................................................. 5

ii) FORM FOR DISCLOSURE OF INTEREST .......................................................................... 6

(iii) Certification ........................................................................................................................................... 7

iv) CERTIFICATE OF INDEPENDENT QUOTATION DETERMINATION ........................... 8

v) SELF-DECLARATION FORM ............................................................................................... 9

PART 2: SCHEDULE OF REQUIREMENTS ................................................................................... 11

TECHNICAL SPECIFICATIONS FOR WORKS/SERICES .................................................................... 12

TABLE B. SCHEDULE OF REQUIREMENTS TABLE .............................................................................. 13

PART 3: CONTRACT ............................................................................................................................. 14

CONTRACT AGREEMENT ...................................................................................................................... 14

CONDITIONS OF CONTRACT ............................................................................................................... 15

REQUEST FOR QUOTATIONS (RFQ)

To: ALL ELIGIBLE ENTERPRISES

From: COUNTY GOVERNMENT OF KWALE DEPARTMENT OF TOURISM AND

ENTERPRISE DEVELOPMENT

1. The County Government of Kwale, Department of TOURISM and Enterprise Development invites all eligible

bidders to submit quotations for INSTALLATION OF LOCAL AREA NETWORK IN KINANGO

LABORATORY BUILDING in detail in “Table A. Schedule of Requirements and Specifications”. The

quotation shall follow the instructions and documents in this RFQ document and shall be in English Language.

Tenderers may obtain further information during office hours from 8:30am to 4:30pm at the procurement office

located in Kwale Town Opposite Kwale police station, P.O Box 4-80403, Kwale

2. Quotations shall be submitted in accordance with the instruction in Part 1: Quotation Procedures and

electronically through the ifmis supplier portal: https://supplier.treasury.go.ke:8060/OA_HTML

3. Enquiries regarding this quotation may be addressed to the Procurement Officer, Department of Tourism,

Trade and Enterprise Development, P.O Box 4-80403, Kwale, Email: [email protected]

4. Any resulting contract shall be subject to the terms and conditions detailed in Part 3: Contract.

5. Please inform the ifmis application to the undersigned within the bidding period.

Yours sincerely,

[CHIEF OFFICER, TOURISM AND ICT]

vi

Address for Submission of Quotations.

COUNTY GOVERNMENT OF KWALE, TOURISM, TRADE AND ENTERPRISE DEVELOPMENNT

P.O BOX 4-80403, KWALE

EMAIL:[email protected]

PART 1: INSTRUCTIONS TO TENDERERS

1. Tenderers are advised to read carefully these instructions and the Conditions of Contract in Part 3: Contract, before preparing the quotation. The standard forms in this RFQ may be photocopied for completion but the Tenderer is responsible for their accurate reproduction. The term Tenderer shall mean the firm or person invited to submit a quotation. The term Quotation herein shall mean the quotation submitted as usually understood in public procurement.

2. Validity of Quotations: The quotation will be held valid for 30 days from the date of submission.

3. The Quotation shall consist of completed Tables A, B and C and the Form of Quotation all indicated in Part 2 of this Request for Quotations, and documents to evidence Eligibility and Conformity to Technical Specifications.

4. Sealing and Marking of Quotations: Quotations and relevant documents should be prepared and saved in serialized Portable Data Format (PDF) with each quotation bearing the RFQ reference Number and description. The filled RFQ should then be attached and submitted electronically.

5. Submission of Quotations: Quotations, and any alternatives if allowed as per Item 11 below, should be submitted electronically through the ifmis supplier portal: https://supplier.treasury.go.ke:8060/OA_HTML so as to be received on or before 10:30am on 26TH November, 2021

6. Opening of Quotations: Quotations will be opened immediately after the closing date and time specified in item 5 (4) above, by at least three appointed officials of the Procuring Entity.

7. Tenderer Eligibility: Tenderer must submit the following Documentary evidence to show His/her eligibility to be awarded a contract :

Preliminary evaluation 1. Copy of Registration/Incorporation Certificate

2. Tax Compliance Certificate from KRA (iTAX) valid up to at least the date of tender opening.

3. Valid Single Business Permit

4. The tenderer must complete and sign the following tender forms;

i. Form of Quotation.

ii. Certificate of Independent Determination.

iii. Form of Disclosure of interests.

iv. Schedule/Bills of Quantities.

5. Bidders Must Provide Copy of Dealership Certificate/Authorization certificate with either CISCO or SIEMON

Cable, or CAK Structured Cabling).

6. Bidders should have their documents paginated (Serialized) to ensure compliance with section 78(5) of Public

procurement and Assets Disposal Act, 2015-Such serialization be sequential and done by use of numbering machine or a

printer

8. Goods Eligibility: Tenderer must submit as evidence documents to show the country of origin of any goods to be supplied or incorporated in the work or services.

9. Technical Specifications: Documentary evidence to show that the goods meet the technical specifications.

10. Alternative Quotations: Tenderers are not permitted to submit alternative quotations for goods. Only the alternatives, if any, of the Tenderer with the winning quotation conforming to the basic technical requirements shall be considered by the Procuring Entity.

11. Currency: Quotations shall be priced in Kenya Shillings. Quotations in other currencies will be rejected if not allowed.

1

The Procuring Entity shall not allow quotations in foreign currency.

12. Evaluation of Quotations: The evaluation of quotations will be conducted using the procedure set out below:

i) Preliminary examination to determine Tenderer eligibility as set out in 7 above

ii) Technical examination to determine goods eligibility, compliance with technical specifications will entail;

Criterion Requirement Description Maximum score Bidder’s Score

TC 1. PLANT AND EQUIPMENT

List of appropriate Equipment related to the

Installation of Local Area Network/Fiber and

Constructions. Provide evidence of Ownership /

possession or lease/ hire agreement as applicable

i) Fusion Splicing Machine-5mrks.

ii) Means of transport-3mrks

iii) Cable Testers/Cripplers-2mrks

10

TC 2. BIDDER’S EXPERIENCE

Provide Two 2No) similar services completed by the

firm in the past three (3) years. (As a proof, attach

BOTH letter of award or Local Service or

Purchase order and certificate of completion ) (

Similar works are defined as works equivalent to

installation of local area network or

telecommunication systems)

i. Similar works or service installed with

similar magnitude @ 15mrks ii. Similar works or service installed with less

magnitude= X/SUM*15

30

TC 3. Managerial and Key Personnel Competency Profile

Provide Details of at least 3 key technical staff with

relevant qualification (Degree/Diploma in ICT/I.T), 5

years of experience and professional certification in

CCNA. Bidder Must attach CV, Professional and

Academic certificates for all key staff listed.

i. Any such technical staff with qualification

and professional certification with 5 or more

years of experience @10mrks ii. Any such technical staff with qualification

and professional certification with less than 5

or years of experience @5mrks

30

TOTAL SCORE 70

iii) Quotations failing to score a minimum of 50/70 at this stage will be rejected and not considered in next stage. iv) Financial comparison of quotations to determine the lowest evaluated technically responsive quotation.

13. Lowest Evaluated Quotation: The lowest evaluated quotation shall be recommended for award of contract.

14. Award of contract: Award of contract shall be by placement of a Letter of Acceptance or Local Purchase Order in accordance with Part 3: Contract. The currency of award and payment shall be currency in which the quotation was submitted. Unsuccessful tenderers who responded will be notified of the accepted quotation, indicating the name and the amount of the accepted quotation

15. Right to Reject: The Procuring Entity reserves the right to accept or reject any quotation or to cancel the quotation process and reject all quotations at any time prior to contract award.

QUOTATION AND QUALIFICATION DOCUMENTS Instructions to Tenderer. Tenderer must complete and submit as part of the Form of quotation.

(i) SELF-DECLARATION FORMS

(ii) CERTIFICATE OF INDEPENDENT QUATATION DETERMINATION.

(iii) SCHEDULE OF REQUIREMENTS TABLE

(iv) FORM FOR DISCLOSURE OF INTEREST

(v) FORM OF QUATATION

3

FORM OF QUOTATION [To be completed by Tenderer]

1. We have examined and have no reservations to the Request for Quotation document, and understand its full

content and intent.

2. In compliance with your request for quotations dated , referenced above, we offer to

(specify one of supply goods, complete the works or provide the services) to cover and conform to our pricing listed in the attached in Table B. Quotation Submission TABLE at a total price of Kenya Shillings (in words) _______ _____________________________________________________________

3. We confirm that we are eligible to participate in public procurement and meet the eligibility criteria specified in Part 1: INSTRUCTIONS TO TENDERERS.

4. We also confirm that the (goods to be supplied/works to be constructed/services to be provided (select one) conform to the SCHEDULE OF REQUIREMENTS TABLE below and in conformity with technical specifications listed in PART 2: SCHEDULE OF REQUIREMENTS of this RFQ Document.

5. We undertake to adhere by the Code of Ethical Conduct for Suppliers, Contractors and Service Providers, copy available from (specify website) during the procurement process and the execution of any resulting contract.

6. We confirm that the prices quoted are fixed and firm for the duration of the validity period and performance of the contract and will not be subject to revision or variation.

7. The validity period of our quotation is: days from the time and date of the submission deadline (number to be same as in the instructions to Tenderers).

8. We confirm we are not submitting any other Quotation as an individual or firm, and we are not participating in any other Quotation as a Joint Venture member or as a subcontractor.

9. We, along with any of our subcontractors, suppliers, Engineer, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to a temporary suspension or a debarment imposed by the Public Procurement Regulatory Authority or any other entity of the Government of Kenya, or any international organization.

10. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf engages in any type of Fraud and Corruption.

11. We hereby certify and confirm that the Quotation is genuine, non-collusive and made with the intention of accepting the contract if awarded. To this effect we have signed the “Certificate of Independent Quotation Determination” attached below.

12. We, the Tenderer, have completed fully and signed the FORM FOR DISCLOSURE OF INTEREST- interest of the firm in the Procuring Entity, attached below. The Delivery/Completion period offered is: days from date of acceptance of Quotation. The warranty period offered is weeks.

Quotation Authorized by:

Name and designation

Signature:

Signature:

And seal/Stamp

Name:

Position:

Authorized for and on behalf of

1. SCHEDULE OF REQUIREMENTS TABLE

INSTALLATION AND

CONFIGURATION LOCAL AREA

NETWORK AT KINANGO

LABORATORY BUILDING

As per the BQ

((Bill of quantity))

Date

5

2. FORM FOR DISCLOSURE OF INTEREST - Interest of the Firm in the Procuring Entity.

i) Are there any person/persons in …………… ……… (Name of Procuring Entity) who has/have an interest or relationship in this firm? Yes/No………………………

If yes, provide details as follows.

ii) Conflict of interest disclosure

6

iii) Certification

On behalf of the Tenderer, I certify that the information given above is complete, current and accurate as at the date of submission.

Full Name

Title or Designation

) (Signature) (Date)

7

3. CERTIFICATE OF INDEPENDENT QUOTATION DETERMINATION

I, the undersigned, in submitting the accompanying Letter of quotation to the ___________________________________ [Name of Procuring Entity] for: __________________________ [Name and number of quotation] in response to the request for tenders made by: [Name of Tenderer] do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of [Name of Tenderer] that:

1. I have read and I understand the contents of this Certificate;

2. I understand that the Tenderer will be disqualified if this Certificate is found not to be true and complete in every respect;

3. I am the authorized representative of the Tenderer with authority to sign this Certificate, and to submit the quotation on behalf of the Tenderer;

4. For the purposes of this Certificate and the quotation, I understand that the word “competitor” shall include any individual or organization, other than the Tenderer, whether or not affiliated with the Tenderer, who:

a) has been requested to submit a quotation in response to this request for quotations;

b) could potentially submit a quotation in response to this request for quotations based on their qualifications, abilities or experience;

5. The Tenderer discloses that [check one of the following, as applicable]:

a) The Tenderer has arrived at the quotation independently from, and without consultation, communication, agreement or arrangement with, any competitor;

b) the Tenderer has entered into consultations, communications, agreements or arrangements with one or more competitors regarding this request for quotations, and the Tenderer discloses, in the attached document(s), complete details thereof, including the names of the competitors and the nature of, and reasons for, such consultations, communications, agreements or arrangements;

6. In particular, without limiting the generality of paragraphs (5)(a) or (5)(b) above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

a) prices;

b) methods, factors or formulas used to calculate prices;

c) the intention or decision to submit, or not to submit, a quotation; or

d) the submission of a quotation which does not meet the specifications of the request for quotations; except as specifically disclosed pursuant to paragraph (5) (b) above;

7. In addition, there has been no consultation, communication, agreement or arrangement with any competitor regarding the quality, quantity, specifications or delivery particulars of the works or services to which this request for tenders relates, except as specifically authorized by the procuring authority or as specifically disclosed pursuant to paragraph (5)(b) above;

8. the terms of the quotation have not been, and will not be, knowingly disclosed by the Tenderer, directly or indirectly, to any competitor, prior to the date and time of the official quotation opening, or of the awarding of the Contract, whichever comes first, unless otherwise required by law or as specifically disclosed pursuant to paragraph (5)(b) above.

Name

Title

Date

[Name, title and signature of authorized agent of Tenderer and Date]

8

4. SELF-DECLARATION FORM

We, the Tenderer (insert name) submitting our Quotation in respect of Quotation No for (insert quotation Title Description) for (insert Name of Procuring Entity)

DECLARE AS FOLLOWS:

That, We the Tenderer including any entity or individual that directly or indirectly controls, is controlled by or is under common control with us, and any subcontractors, suppliers, project managers, consultants, manufacturers, service providers, agents, individuals, or any other party involved or to be involved for any part of the processes of procurement and contract execution related to the above quotation:

a) have not engaged/will not engage in any corrupt or fraudulent practices in the processes of procurement and

contract execution related to the above quotation as defined and/or described in the following:

i) the RFQ for the above Quotation;

ii) Kenya's Public Procurement and Asset Disposal Act, 2015) and its attendant Regulations;

iii) Kenya's Anti-Corruption and Economic Crimes Act, 2013; and

iv) any such other Acts or Regulations of Government of Kenya;

b) have not offered/will not offer any inducement to any member of the board, management, staff and/or employees and/or agents of ……………………. (name of the procuring entity);

c) have not engaged/will not engage in any collusive or corrosive practice with other tenderers participating in the subject quotation;

d) have not been sanctioned or debarred by any entity from participation in public procurement proceedings of Kenya.

That, what is deponed to herein above is true to the best of our knowledge, information and belief.

Name of the Tenderer: .................... [Insert complete name of tenderer signing the quotation]

Name of the person duly authorized to sign the quotation on behalf of the Tenderer: .................... [Insert complete name of person duly authorized to sign the quotation]

Title of the person signing the Quotation: .................... [Insert complete title of the person signing the quotation]

Signature of the person named above: .................... [Insert signature of person whose name and capacity are shown above]

9

PART 2: SCHEDULE OF REQUIREMENTS

TABLE A. SCHEDULE OF REQUIREMENTS, TECHNICAL SPECIFICATIONS

Table A. SCHEDULE OF REQUIREMENTS AND TECHNICAL SPECIFICATIONS [Procuring Entity to complete Columns a-d and Tenderer to complete Column Indicating YES or No and if NO indicate the specification of the offered item]

Description of Goods

1. 1.

INSTALLATION AND

CONFIGURATION LOCAL

AREA NETWORK AT

KINANGO LABORATORY

BUILDING

1 • As per BQ(Bill of quantity provided)

NO CRITEION

MAXIMUM SCORE BIDDER’S SCORE STATUS OF TECHNICAL

RESPONSIVESS

1. Proof of Ownership of Equipment

10 marks

2. Previous Similar Services Installed 30 mrks

3. Personnel 30 mrks

11

a) A preliminary description of the proposed works/services and work method and schedule, including drawings and charts, as necessary, containing all required information by which the proposed works may be evaluated (e.g. technical characteristics, operational capacities, maintenance, environmental effect, etc.) together with manuals or instructions for use or any other relevant information and documentation, delivery/installation schedules, etc.;

b) A detailed statement of how the tenderer will carry out the works/services that will form an integral part of the Contract.

INSTALLATION AND CONFIGURATION OF LOCAL AREA

NETWORK AT KINANGO HOSPITAL LBORATORY BLOCK. TYPE OF

SERVICE

DESCRIPTION UoM Qty Unit

Price

Total

STRCTURED

CABLING FOR

ACCOUNTS

AND

PROCUREMENT

OFFICES

48 port POE

Managed Cisco

5000 Series Switch

with SFP Fiber

PCS 1

SFP Modules(Cisco) PCS 4 12 Port ODF PCS 1 24 port Patch panel PCS 2 6 way rack mount

power extension PCS 1

100*50MM Metallic

Trunk PCS 26

Double face Plates PCS 18 Amored CAT 6e

cable boxes 7

Fibre Optic cable(8

Core Single mode) Meter

s 100m

HDPE Pipes Meter

s 100m

15U Network

Cabinet PCS 1

Inverter plus 100

AH Batteries PCS 1

3 meter patch cords PCS 48

1 meter patch cords PCS 48 ACCESSORIES Clip boots Pcs 20

Plastic pegs Pcs 20 Cable ties (in bags) Boxe

s 1

Single Mode SFP Connector

Pcs 4

Optical Distribution Frame

Pcs 1

Drill bits Pcs 4 SUB-TOTAL

- POWER BACK-UP Power Back-up

(1.5kVA UPS) Pcs 1

- SUB-TOTAL

- FIBRE INTER- CONNECTIVITY

Site Clearence Clear site of shrubs,grass,small trees girth not exceeding 600mm and grub roots and remove from site as directed.

Lm 360 -

Excavation - Excavate 360m trench on average 5ft deep to remove top vegetable soil and cabro, spread on site as directed.

Lm 360 -

Manhole Construction

-

Sink manholes,leaded, with inspection units for fibre inspection as directed

Pcs 4 -

Fibre installation - Allow for all necessary earthwork support to sides of foundation trenches include concrate layers on trenches and manhole as directed.

Lm 360 -

Fit 100 M long PVC HDPE pipe along contrete trenches and complete joinery as directed

Pcs 4 -

Supply 8 core single mode Fibre and double splice to interconnect Water Services and World Bank Block

Lm 360 -

Warning Signs and Backfilling

-

Mount yellow warning tape after 1ft back fill of top soil

Lm 360 -

Return, fill and ram selected around foundation 2ft hight as directed

Lm 360 -

Splicee all 8 Cores of Fibre to allow inough redundancy

sum 1 -

SUB-TOTAL -

TOTAL

-

V.A.T - GRAND TOTAL -

5. FIBRE OPTIC SPECIFICATIONS.

1. GENERAL

1.1 SCOPE

This listed specification covers the design requirements and performance standard for

the supply of optical fiber cable in the industry. It also includes Single Mode’s

premium designed cable with optical, mechanical and geometrical characteristics.

1.2 CABLE DESCRIPTION

Single mode cable possesses high tensile strength and flexibility in compact cable

sizes. At the same time, it provides excellent optical transmission and physical

performance.

1.3 QUALITY

Excellent quality control is achieved through intense in-house quality check and

stringent audit acceptance by ISO 9001.

1.4 RELIABILITY

Initial and periodic product qualification tests for performance and durability are

performed rigorously to ensure product reliability.

1.5 REFERENCE

Single Mode c a b l e is designed, manufactured and tested according to international

standards as follows:

IEC 60793-1 Optical fiber Part 1: Generic specifications

IEC 60793-2 Optical fiber Part 2: Product specifications

IEC 60794-3-10 Outdoor cables- family specification for duct and directly buried

optical

telecommunication cable

ITU-T G.650 Definition and test methods for the relevant parameters of single-

mode fibers

ITU-T G.652 Characteristics of a single-mode optical fiber and cable

EIA/TIA 598 Color code of fiber optic cables

2. OPTICAL FIBER

The optical fiber is made of high pure silica and germanium doped silica. UV curable

acrylate material is applied over fiber cladding as optical fiber primary protective coating.

The detail data of optical fiber performance are shown in the following table.

Category

Description

Specifications

Before

cabling

After cabling

Optical

Specifications

Attenuation @1310 nm ≤0.34 dB/km ≤0.36 dB/km

Attenuation @1550 nm ≤0.20 dB/km ≤0.22 dB/km

Zero Dispersion Wavelength 1300~1324 nm

Zero Dispersion Slope ≤0.092 ps/nm2∙km

PMD (Polarization Mode Dispersion) ≤0.2 ps/√km

Cable Cutoff Wavelength (λcc) ≤1260 nm

Macro bending Loss

(100 turns; Ф50 mm) @1550

nm (100 turns; Ф50 mm)

@1625

nm

≤ 0.05 dB

≤ 0.10 dB

Mode Field Diameter @1310 nm 9.2±0.4μm

Dimensional

Specifications

Cladding Diameter 125 ±1μm

Core/clad concentricity error ≤0.6μ

m

Cladding Non-Circularity ≤1.0%

Mechanical

Specificatio

ns

Proof stress ≥0.69Gpa

3. CABLE STRUCTURE

Picture is only for reference

Technical Characteristics

⚫ The unique extruding technology

provides the fibers in the tube with

good flexibility and bending endurance

⚫ The unique fiber excess length control

method provides the cable with excellent

mechanical and environmental properties

⚫ Multiple water blocking material

filling provides dual water

blocking function

⚫ Provide good tension performance

1

2

3

4

5

6

7

8

Construction: 1. Outer sheath (PE)

2. Corrugated steel tape

3. Water blocking tape

4. Loose tube, fiber and water blocking yarn

5. Central strength member (FRP or Coated FRP)

6. Water blocking yarn

7. Strength member (Glass yarns)

8. Rip cord

Dimension and Properties

Physical

Fiber count (G.652D) 12 24 48 72 96

No of loose tube / filler 1/5 2/

4

4/

2

6/0 8/0

Fiber No. per tube 12

Loose tube diameter 2.5±0.2mm Cable OD 12.5mm

5% 14.2mm

5% Cable weight 144kg/km 15%

178kg/km15%

Operation temperature range -60 deg C to + 70 deg C

Installation temperature range -30 deg C to + 60 deg C

Transport and storage temperature range

-40 deg C to + 75 deg C

Max. tensile load Short term: 2700N, long term: 800N

Crush resistance 2200 N/10cm

Mechanical

Minimal installation bending radius

15 x OD

Minimal operation bending radius 10 x OD

Color code scheme:

Fiber

color

blue orang

e

gree

n

brow

n

gray whit

e

re

d

blac

k

yello

w

viol

et

pin

k

aqu

a

Tube

color

blue orang

e

gree

n

brow

n

gray whit

e

re

d

blac

k

/ / / /

4. TEST REQUIREMENTS

Approved by various professional optical and communication product institution,

MULTICOM also conducts various in-house testing. MULTICOM possess the

technology to keep its fiber attenuation loss within Industry Standards.

The cable is in accordance with applicable standard of cable and requirement of

customer. The following test items are carried out according to corresponding

reference.

Routine tests of optical fiber

Mode field diameter IEC 60793-1-45

Mode field Core/clad concentricity IEC 60793-1-20

Cladding diameter IEC 60793-1-20

Cladding non-circularity IEC 60793-1-20

Attenuation coefficient IEC 60793-1-40

Chromatic dispersion IEC 60793-1-42

Cable cut-off wavelength IEC 60793-1-44

TEST LIST

4.1 Tension Loading Test

Test Standard IEC 60794-1-2 E1

Sample length No less than 50 meters

Load Max. tension load

Duration time 1 minute

Test results

Fiber strain:≤0.60%

Additional attenuation:≤0.1dB

No damage to outer jacket and inner elements

4.2 Crush/Compression Test

Test Standard IEC 60794-1-2 E3

Load Crush load

Duration time 1minute

Test number 3

Test results Additional attenuation:≤0.05dB after test

No damage to outer jacket and inner elements

4.3 Impact Resistance Test

Test Standard IEC 60794-1-2 E4

Impact energy 10J

Radius 300mm

Impact points 3

Impact number 1

Test result Additional attenuation:≤0.05dB after test

No damage to outer jacket and inner elements

4.4 Repeated Bending Test

Test Standard IEC 60794-1-2 E6

Bending radius 15 X diameter of cable

Cycles 25 cycles

Test result No damage to outer jacket and inner elements

4.5 Torsion/Twist Test

Test Standard IEC 60794-1-2 E7

Sample length 2m

Angles ±180 degree

cycles 5

Test result No damage to outer jacket and inner elements

4.6 Bend Test

Test Standard IEC 60794-1-2 E11

Mandrel diameter 20 X diameter of cable

Turn number 4

Number of cycles 3

Test result Additional attenuation:≤0.05dB after test

No damage to outer jacket and inner elements

4.7 Temperature cycling Test

Test Standard IEC 60794-1-2 F1

Temperature step +20℃ →-60℃ →+70℃ →+20℃

Time per each step 12 hrs

Cycles 2

Test result Attenuation variation for reference value (the attenuation to be measured before test at +20±3℃) ≤ 0.15 dB/km and is reversible during last cycle

4.8 Water penetration Test

Test Standard IEC 60794-1-2 F5

Height of water

column 1m

Sample length 3m

Test time 24 hrs

Test result No water leakage from the opposite of the sample

5. PACKING AND DRUM

Single Mode cables are coiled on bakelite, wooden or ironwood drum. During transportation, right

tools should be used to avoid damaging the package and to handle with ease. Cables should be

protected from moisture; kept away from high temperature and fire sparks; protected from over

bending and crushing; protected from mechanical stress and damage.

Wooden strip seal

Wooden flange

Inner tub

Cable fixing point

Axle hole

Cable trough

5.2 The color of cable marking is white. (The printing shall be carried out at interval of 1 meter on the outer

sheath of cable) The inner end of cable is then sealed with heat shrinkable end cap to prevent ingress of

water and is made available for testing. The outer end of cable is equipped with heat shrinkable end cap.

Outer sheath marking legend can be changed according to user’s requests.

5.3 Outdoor cable packing

Bakelite, wooden or ironwood drums

Strong wooden batten protection

6. LOCAL AREA NETWORK TERMS OF REFERENCE

THE LAN

3.1 The LAN is part of the Wide Area Network in the county.

3.2 The LAN MUST incorporate Data and Voice interfaces with interfaces serially and well labeled from initial to

final (numbering provided by ICT Department).

3.3 Trucks to be used must be of size 100x50mm, steel and of required durability.

SWITCHES

3.4 Medium Enterprise Core Layer 3 Cisco P.o.E Switches MUST be manageable through web-interface as

stipulated in IEEE 802.3af standards.

3.5 All active LAN components; switches shall be of the same make/manufacturer and shall be covered under same

back-up guarantee from the same OEM, to ensure full compatibility, inter-working and inter-operability.

3.6 Switch/Switches, Power Back-ups and other connectivity equipment be housed in well fitted in Wall mounted

Cabinets.

CONFIGURATIONS

3.7 Switches MUST be configured with VLAN for normal internet usage and a Virtual Provide Network, (VLAN)

for IFMIS.

3.8The bidder shall provide all networking equipment, structured cabling and all configurations required for the

LAN segment to inter-connect with currently installed Metropolitan Area Network.

3.9 Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures and standards

accessories normally provided with such equipment and/or needed for erection, completion and safe operation of

the equipment's as required by applicable codes though they may have been specifically detailed in the technical

specifications, unless included in the list of exclusions.

CONTRACTAGREEMENT

(1) THIS CONTRACTAGREEMENT is made (specify date).

Between [Insert complete name of Procuring Entity], and having its principal place of Business at [Insert address of Procuring Entity] and [Insert name of Supplier, or contractor or service provider], and having its principal place of business at [insert address of Supplier, contractor or service provider].

(2) WHEREAS the Procuring Entity invited quotations for the Supply of Goods/works/services (select one) described in Table B, i.e. [insert brief description of Goods, works and Services] and has accepted a Quotation by the Tenderer in the sum of [insert Contract Price in words and figures] (hereinafter called “the Contract Price”).

(3) NOW THIS AGREEMENT WITNESSED AS FOLLOWS:

1. This Contract Agreement includes the following documents:

a) Table A. SCHEDULE OF REQUIREMENTS AND TECHNICAL SPECIFICATIONS.

b) Table B. QUOTATION SUBMISSION TABLE.

c) FORM OF QUOTATION.

d) Conditions of Contract.

2. In consideration of the payments to be made by the Procuring Entity to the Supplier/contractor/service provider as hereinafter mentioned, the Supplier/contractor/service provider hereby covenants with the Procuring Entity to provide the Goods/works/services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

3. The Procuring Entity hereby covenants to pay the Supplier/Contractor/service provider (select one) in consideration of the provision of the Goods/works/services (select one) 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.

(4) In WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Kenya.

For and on behalf of the Procuring Entity

Signed: .....................................................[insert signature]

in the capacity of.....................................................[insert title or other appropriate designation]

in the presence of..................................................... [insert identification of official witness]

For and on behalf of the Supplier/Contractor/Service Provider (select one)

Signed: .....................................................[insert signature of authorized representative(s) of the

Supplier]

in the capacity of..................................................... [insert title or other appropriate designation]

in the presence of..................................................... [insert identification of official witness]

1. Language

The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier Provider and the Procuring Entity, shall be written in the English Language.

2. Eligibility

The goods shall have the nationality of an eligible country. All Goods and Related Services to be supplied under the Contract shall have their origin in Eligible Countries.

3. Notices

Any notice given by one party to the other pursuant to the Contract shall be in writing.

4. Governing Law

The Contract shall be governed by and interpreted in accordance with the Laws of Kenya, unless otherwise specified hereunder.

5. Settlement of Disputes

The Procuring Entity and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. If the parties have failed to resolve their dispute or difference by such mutual consultation, either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration. The dispute shall be referred to adjudication or arbitration in accordance with the laws of Kenya.

6. Supplier Responsibilities

The Supplier shall supply all the Goods included in the Schedule of Requirements.

7. Contract Price

Prices charged by the Supplier under the Contract shall not vary from the prices quoted by the Supplier in its quotation.

8. Terms of Payment

The Contract Price shall be paid One hundred (100) percent of the Contract Price after Goods, price of goods

received upon submission of a claim/invoice supported by the acceptance certificate issued by the Procuring

Entity.

9. Inspections and Tests

The Supplier shall at its own expense and at no cost to the Procuring Entity carry out all such tests and/or inspections of the Goods, works or Services to confirm their conformity to technical specifications.

10. Warranty

The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the contract.

15