Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

136
1 COUNTY GOVERNMENT OF NYERI DEPARTMENT OF HEALTH SERVICES PROPOSED CONSTRUCTION OF NEW NAROMORU LEVEL 4 HOSPITAL - STRUCTURED CABLLING /EPABX/CCTV WORKS TENDER NO. CGN/HEALTH/13/2019-2020 . SPECIFICATIONS AND BILLS OF QUANTITIES FOR STRUCTURED CABLING/EPABX/CCTV WORKS OCTOBER, 2019

Transcript of Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

Page 1: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

1

COUNTY GOVERNMENT OF NYERI

DEPARTMENT OF HEALTH SERVICES

PROPOSED CONSTRUCTION OF NEW NAROMORU LEVEL 4 HOSPITAL -

STRUCTURED CABLLING /EPABX/CCTV WORKS

TENDER NO. CGN/HEALTH/13/2019-2020

.

SPECIFICATIONS AND BILLS OF QUANTITIES

FOR

STRUCTURED CABLING/EPABX/CCTV WORKS

OCTOBER, 2019

Page 2: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

2

TABLE OF CONTENTS

INTRODUCTION .......................................................................................................................... 3

SECTION I ..................................................................................................................................... 4

INVITATION FOR TENDERS ............................................................................................... 4

SECTION II: ................................................................................................................................... 5

INSTRUCTIONS TO TENDERER ............................................................................................ 5

INSTRUCTION TO TENDERERS ................................................................................................ 7

SECTION III ................................................................................................................................. 21

APPENDIX TO INSTRUCTIONS TO TENDERERS........................................................ 21

SECTION IV ................................................................................................................................. 26

CONDITIONS OF CONTRACT .............................................................................................. 26

SECTION VII ............................................................................................................................... 98

BILLS OF QUANTITIES ...................................................................................................... 98

SECTION VII1 ........................................................................................................................... 117

STANDARD FORMS ............................................................................................................ 117

Page 3: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

3

INTRODUCTION

1.1 This standard tender document for procurement of works has been prepared for use by procuring entities in

Kenya in the procurement of works (i.e Electrical and Mechanical Works – Including Erection on Site)

1.2 The following guidelines should be observed when using the document: -

(a) Specific details should be furnished in the tender notice and in the special conditions of contract (where

applicable). The tender document issued to tenderers should not have blank spaces or options.

(b) The instructions to tenderers and the General Conditions of Contract should remain unchanged. Any

necessary amendments to these parts should be made through Appendix to instructions to tenderers and

special conditions of contract respectively.

1.3 (a) Information contained in the invitation to tender shall conform to the data and information in the

tender documents to enable prospective tenderers to decide whether or not to participate in the

tender and shall indicate any important tender requirements

(b) The invitation to tender shall be as an advertisement in accordance with the regulations or a letter

of invitation addressed to tenderers who have been prequalified following a request for

prequalification.

1.4This document is based on PART 1 of the third Edition of the International Federation of Consulting Engineers

(Federation Internationale des Ingenieurs Con Seils – FIDIC) Conditions of Contract for Electrical and

Mechanical Works, 1987 (reprinted May 1988 with Editorial Amendments).

1.5The cover of the tender document should be modified to include:-

i.Tender number.

ii.Tender name.

iii. Name of procuring entity.

iv. Delete name and address of PPOA

Page 4: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

4

SECTION I

INVITATION FOR TENDERS

DATE 16th October, 2019

Tender reference No. CGN /HEALTH/13/2019-2020

Tender Name (Proposed Construction of Naromoru Sub- county Hospital (Structured

Cabling/Epabx/CCTV/ Works))

1.1 The ( Department of Health Services-Nyeri County) invites sealed tenders for the

construction of ( Proposed Construction of Naromoru Subcounty Hospital -( Structured

Cabling/Epabx/CCTV Works)

1.2 Interested eligible candidates may obtain further information and inspect tender documents at the

County Procurement Office, ground floor, Nyeri County Government Offices during normal

working hours i.e. 8am-5pm

1.3 A complete set of tender documents may be obtained by interested candidates by download at the

Nyeri County Government website, www.nyeri.go.ke , and/or the IFMIS tender portal:

www.supplier.treasury.go.ke free of charge

1.4 Prices quoted should be net inclusive of all taxes and must be in Kenya Shillings and shall remain

valid for One Hundred and Twenty (120) days from the closing date of tender.

1.5 Completed tender documents are to be enclosed in plain sealed envelopes (original and copy)

marked with tender name and reference number and deposited in the Tender Box at Nyeri County

Government Offices or to be sent to the County Secretary, Nyeri County Government P.O. Box

1112-10100 Nyeri so as to be received on or before 31st October, 2019 at 11.00am

1.6 Tenders will be opened immediately thereafter at the Nyeri County Government Boardroom in

the presence of the candidates or their representatives who choose to attend.

Chief Officer

Department of Health Services

Page 5: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

5

SECTION II:

INSTRUCTIONS TO TENDERER

TABLE OF CLAUSES

CLAUSE NUMBERS DESCRIPTION PAGE

GENERAL7

1. Definitions .........................................................................................................................7

2. Eligibility and Qualification Requirements.......................................................................7

3. Cost of Tendering ..............................................................................................................9

4. Site Visit ............................................................................................................................9

TENDER DOCUMENTS ................................................................................................................9

5. Tender Documents ...........................................................................................................9

6. Inquiries by tenderers ......................................................................................................10

7. Amendment of Tender Documents .................................................................................10

PREPARATION OF TENDERS ...................................................................................................11

8. Language of Tender ........................................................................................................11

9. Documents Comprising the Tender ................................................................................11

10. Tender Prices ...................................................................................................................11

11. Currencies of Tender and Payment .................................................................................12

12. Tender Validity ...............................................................................................................12

13. Tender Security ...............................................................................................................13

14. No Alternative Offers ......................................................................................................13

15. Pre-Tender Meeting.........................................................................................................14

16. Format and Signing of Tenders .......................................................................................14

SUBMISSION OF TENDERS ......................................................................................................15

17. Sealing and Marking of Tenders .....................................................................................15

18 Deadline for Submission of Tenders ...............................................................................15

19 Modification and Withdrawal of Tenders .......................................................................15

TENDER OPENING AND EVALUATION .................................................................................16

20 Tender Opening ...............................................................................................................16

21 Process to be Confidential ...............................................................................................16

22 Clarification Tenders .......................................................................................................16

23 Determination of Responsiveness ...................................................................................17

24 Correction of Errors ........................................................................................................17

Page 6: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

6

25 Conversion to Single Currency .......................................................................................18

26 Evaluation and Comparison of Tenders ..........................................................................18

AWARD OF CONTRACT ............................................................................................................19

28 Award criteria ..................................................................................................................19

29. Notification of Award and signing of contract................................................................19

30. Performance Guarantee ...................................................................................................20

31. Advance Payment ............................................................................................................20

32. Corrupt and fraudulent practices. ....................................................................................20

Page 7: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

7

INSTRUCTION TO TENDERERS

Note: The tenderer must comply with the following conditions and instructions and failure to do so is liable to

result in rejection of the tender.

GENERAL

1. Definitions

(a) “Tenderer” means any person or persons partnership firm or company submitting a sum or sums

in the Bills of Quantities in accordance with the Instructions to Tenderers, Conditions of Contract

Parts I and II, Specifications, Drawings and Bills of Quantities for the work contemplated, acting

directly or through a legally appointed representative.

(b) “Approved tenderer” means the tenderer who is approved by the Employer.

(c) Any noun or adjective derived from the word “tender” shall be read and construed to mean the

corresponding form of the noun or adjective “bid”. Any conjugation of the verb “tender” shall be

read and construed to mean the corresponding form of the verb “bid.”

(d) “Employer” means a Central Government Ministry, Local Authority, State

Corporation or any other Public Institution.

2. Eligibility and Qualification Requirements

2.1 This invitation to tender is open to all tenderers who are eligible as stated in the appendix.

2.2The procuring entity’s employees, committee members, board members and their relative (spouse and

children) are not eligible to participate in the tender.

2.3To be qualified for award of Contract, the tenderer shall provide evidence satisfactory to the Employer

of their eligibility under Sub clause 2.1 above and of their capability and adequacy of resources to

effectively carry out the subject Contract. To this end, the tenderer shall be required to update the

following information already submitted during prequalification:-

(a) Details of experience and past performance of the tenderer on the works of a similar nature

within the past five years and details of current work on hand and other contractual

commitments.

(b) The qualifications and experience of key personnel proposed for administration and

execution of the contract, both on and off site.

(c) Major items of construction plant and equipment proposed for use in carrying out the

Contract. Only reliable plant in good working order and suitable for the work required of

it shall be shown on this schedule. The tenderer will also indicate on this schedule when

each item will be available on the Works. Included also should be a schedule of plant,

equipment and material to be imported for the purpose of the Contract, giving details of

make, type, origin and CIF value as appropriate.

Page 8: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

8

(d) Details of subcontractors to whom it is proposed to sublet any portion of the Contract and

for whom authority will be requested for such subletting in accordance with clause 4 of

the Conditions of Contract.

(e) A draft Program of Works in the form of a bar chart and Schedule of Payment which shall

form part of the Contract if the tender is accepted. Any change in the Program or Schedule

shall be subjected to the approval of the Engineer.

(f) Details of any current litigation or arbitration proceedings in which the Tenderer is

involved as one of the parties.

2.4 Joint Ventures

Tenders submitted by a joint venture of two or more firms as partners shall comply with the

following requirements:-

(a) The tender, and in case of a successful tender, the Form of Agreement, shall be signed so

as to be legally binding on all partners.

(b) One of the partners shall be nominated as being in charge; and this authorization shall be

evidenced by submitting a power of attorney signed by legally authorized signatories of

all the partners.

(c) The partner in charge shall be authorized to incur liabilities and receive instructions for

and on behalf of any and all partners of the joint venture and the entire execution of the

Contract including payment shall be done exclusively with the partner in charge.

(d) All partners of the joint venture shall be liable jointly and severally for the execution of

the Contract in accordance with the Contract terms, and a relevant statement to this effect

shall be included in the authorization mentioned under (b) above as well as in the Form of

Tender and the Form of Agreement (in case of a successful tender).

(e) A copy of the agreement entered into by the joint venture partners shall be submitted with

the tender.

2.5 To quality for contract awards, the tenderer shall have the

following:

(a) Necessary qualifications, capability experience, services, equipment and facilities to

provide what is 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.

Page 9: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

9

3. Cost of Tendering

3.1The tenderer shall bear all costs associated with the preparation and submission of his tender and the

Employer will in no case be responsible or liable for those costs, regardless of the conduct or

outcome of the tendering process.

3.2 The price to be charged for the tender document shall not exceed Kshs.5,000/=

3.3The procuring entity shall allow the tenderer to view the tender document free of charge before

purchase.

4. Site Visit

4.1The tenderer is advised to visit and examine the Site and its surroundings and obtain for himself on his

own responsibility, all information that may be necessary for preparing the tender and entering

into a contract. The costs of visiting the Site shall be the tenderer’s own responsibility.

4.2The tenderer and any of his personnel or agents will be granted permission by the Employer to enter

upon premises and lands for the purpose of such inspection, but only upon the express condition

that the tenderer, his personnel or agents, will release and indemnify the Employer from and

against all liability in respect of, and will be responsible for personal injury (whether fatal or

otherwise), loss of or damage to property and any other loss, damage, costs and expenses however

caused, which but for the exercise of such permission, would not have arisen.

4.3The Employer shall organize a site visit at a date to be notified. A representative of the Employer will

be available to meet the intending tenderers at the Site.

Tenderers must provide their own transport. The representative will not be available at any other

time for site inspection visits.

Each tenderer shall complete the Certificate of Tenderer’s Visit to the Site, whether he in fact

visits the Site at the time of the organized site visit or by himself at some other time.

TENDER DOCUMENTS

5. Tender Documents

5.1The Tender documents comprise the documents listed here below and should be read together with any

Addenda issued in accordance with Clause 7 of these instructions to tenderers.

a. Form of Invitation for Tenders

b. Instructions to Tenderers

c. Form of Tender

d. Appendix to Form of Tender

e. Form of Tender Surety

f. Statement of Foreign Currency Requirements

g. Form of Performance Security

h. Form of Agreement

i. Form of Advance payment Bank Guarantee

Page 10: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

10

j. Schedules of Supplementary Information

k. General Conditions of Contract – Part I

l. Conditions of Particular Application – Part II

m. Specifications

n. Bills of Quantities

o. Drawings

p. Declaration Form

5.2 The tenderer is expected to examine carefully all instructions, conditions, forms, terms,

specifications and drawings in the tender documents. Failure to comply with the requirements for

tender submission will be at the tenderer’s own risk. Pursuant to clause 22 of Instructions to

Tenderers, tenders which are not substantially responsive to the requirements of the tender

documents will be rejected.

5.3 All recipients of the documents for the proposed Contract for the purpose of submitting a tender

(whether they submit a tender or not) shall treat the details of the documents as “private and

confidential”.

6. Inquiries by tenderers

6.1A tenderer making inquiries relating to the tender documents may notify the Employer in writing or by

telex, cable or facsimile at the Employer’s mailing address indicated in the Invitation to Tender.

The Employer will respond in writing to any request for clarification which he receives earlier

than 7 days prior to the deadline for the submission of tenders. Written copies of the Employer’s

response (including the query but without identifying the source of the inquiry) will be sent to all

prospective tenderers who have purchased the tender documents.

6.2Clarification of tenders shall be requested by the tenderer to be received by the procuring entity not

later than 7 days prior to the deadline for submission of tenders.

6.3The procuring entity 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.

7. Amendment of Tender Documents

7.1At any time prior to the deadline for submission of tenders the Employer may, for any reason, whether

at his own initiative or in response to a clarification requested by a prospective tenderer, modify

the tender documents by issuing Addenda.

7.2Any Addendum will be notified in writing or by cable, telex or facsimile to all prospective tenderers

who have purchased the tender documents and will be binding upon them.

7.3In order to allow prospective tenderers reasonable time in which to take the Addendum into account in

preparing their tenders, the Employer may, at his discretion, extend the deadline for the

submission of tenders.

Page 11: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

11

PREPARATION OF TENDERS

8. Language of Tender

8.1 The tender and all correspondence and documents relating to the tender exchanged between the

tenderer and the Employer shall be written in the English language. Supporting documents and

printed literature furnished by the tenderer with the tender may be in another language provided

they are accompanied by an appropriate translation of pertinent passages in the above stated

language. For the purpose of interpretation of the tender, the English language shall prevail.

9. Documents Comprising the Tender

9.1 The tender to be prepared by the tenderer shall comprise:-

i. The form of tender and appendix thereto.

ii. A tender security. iii.The priced Bill of

Quantity and Schedule. iv.The information on

eligibility and qualification.

v.Any other materials required to be completed and submitted in accordance with the instructions to

tenderers.

The Forms, Bills of Quantities and Schedules provided in the tender documents shall be used

without exception (subject to extensions of the schedules in the same format and to the provisions

of clause 13.2 regarding the alternative forms of Tender Security].

10. Tender Prices

10.1All the insertions made by the tenderer shall be made in INK and the tenderer shall clearly form the

figures. The relevant space in the Form of Tender and Bills of Quantities shall be completed

accordingly without interlineations or erasures except those necessary to correct errors made by

the tenderer in which case the erasures and interlineations shall be initialed by the person or

persons signing the tender.

10.2A price or rate shall be inserted by the tenderer for every item in the Bills of Quantities whether the

quantities are stated or not items against which no rate or price is entered by the tenderer will not

be paid for by the Employer when executed and shall be deemed covered by the rates for other

items and prices in the Bills of Quantities.

The prices and unit rates in the Bills of Quantities are to be the full [all-inclusive] value of the

work described under the items, including all costs and expenses which may be necessary and all

general risks, liabilities and obligations set forth or implied in the documents on which the tender

is based. All duties and taxes and other levies payable by the Contractor under the Contract or for

any other cause prior to the deadline for the submission of tenders, shall be included in the rates

and prices and the total tender prices submitted by the Tenderer.

Each price or unit rate inserted in the Bills of Quantities should be a realistic estimate for

completing the activity or activities described under that particular item and the tenderer is

advised against inserting a price or rate against any item contrary to this instruction.

Page 12: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

12

Every rate entered in the Bills of Quantities, whether or not such rate be associated with a

quantity, shall form part of the Contract. The Employer shall have the right to call for any item of

work contained in the Bills of Quantities, and such items of work to be paid for at the rate entered

by the tenderer and it is the intention of the Employer to take full advantage of unbalanced low

rates.

10.3Unless otherwise specified the tenderer must enter the amounts representing 10% of the sub-total of

the summary of the Bills of Quantities for Contingencies and Variation of Prices[V.O.P.]

payments in the summary sheet and add them to the subtotal to arrive at the tender amount.

10.4The tenderer shall furnish with his tender written confirmation from his suppliers or manufacturers of

unit rates for the supply of items listed in the Conditions of Contract clause 47 where appropriate.

10.5The rates and prices quoted by the tenderer are subject to adjustment during the performance of the

Contract only in accordance with the provisions of the Conditions of Contract. The tenderer shall

complete the schedule of basic rates and shall submit with his tender such other supporting

information as required under clause 47 of the Conditions of Contract Part II.

11. Currencies of Tender and Payment

11.1 Tenders shall be priced in Kenya Shillings and the tender sum shall be in Kenya Shillings.

11.2Tenderers are required to indicate in the Statement of Foreign Currency Requirements, which forms

part of the tender, the foreign currency required by them. Such currency should generally be the

currency of the country of the tenderer’s main office. However, if a substantial portion of the

tenderer’s expenditure under the Contract is expected to be in countries other than his country of

origin, then he may state a corresponding portion of the contract price in the currency of those

other countries. However, the foreign currency element is to be limited to two (2) different

currencies and a maximum of 30% (thirty percent) of the Contract Price.

11.3The rate or rates of exchange used for pricing the tender shall be selling rate or rates of the Central

Bank ruling on the date thirty (30) days before the final date for the submission of tenders.

11.4Tenderers must enclose with their tenders, a brief justification of the foreign currency requirements

stated in their tenders.

12. Tender Validity

12.1The tender shall remain valid and open for acceptance for a period of sixty (60) days from the

specified date of tender opening or from the extended date of tender opening (in accordance with

clause 7.4 here above) whichever is the later.

12.2In exceptional circumstances prior to expiry of the original tender validity period, the Employer may

request the tenderer for a specified extension of the period of validity. The request and the

responses thereto shall be made in writing or by cable, telex or facsimile. A tenderer may refuse

the request without forfeiting his Tender Surety. A tenderer agreeing to the request will not be

required nor permitted to modify his tender, but will be required to extend the validity of his

Tender Surety correspondingly.

Page 13: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

13

13. Tender Security

13.1The tenderer shall furnish as part of his tender, a Tender Security in the amount and form stated in the

Appendix to Instructions to Tenderers.

13.2 The tender security shall not exceed 2 percent of the tender price.

13.3The tender security shall be valid for at least thirty (30) days beyond the tender validity period.

The format of the Surety shall be in accordance with the sample form of Tender Surety included

in these tender documents; other formats may be permitted subject to the prior approval of the

Employer. The Tender Surety shall be valid for thirty (30) days beyond the tender validity

period.

13.4 Any tender not accompanied by an acceptable Tender Surety will be rejected by the Employer as non-

responsive.

13.5 The Tender Sureties of unsuccessful tenderers will be returned as promptly as possible as but not

later than fourteen (14) days after concluding the Contract execution and after a Performance

Security has been furnished by the successful tenderer. The Tender Surety of the successful

tenderer will be returned upon the tenderer executing the Contract and furnishing the required

Performance Security.

13.6 The Tender Surety may be forfeited:

(a) If a tenderer withdraws his tender during the period of tender validity: or

(b) In the case of a successful tenderer, if he fails

(i) to sign the Agreement, or

(ii) to furnish the necessary Performance Security

(c) If a tenderer does not accept the correction of his tender price pursuant to clause 23.

14. No Alternative Offers

14.1The tenderer shall submit an offer which complies fully with the requirements of the tender

documents unless otherwise provided for in the appendix.

Only one tender may be submitted by each tenderer either by himself or as partner in a joint

venture.

14.2The tenderer shall not attach any conditions of his own to his tender. The tender price must be based

on the tender documents. The tenderer is not required to present alternative construction options

and he shall use without exception, the Bills of Quantities as provided, with the amendments as

notified in tender notices, if any, for the calculation of his tender price.

Any tenderer who fails to comply with this clause will be disqualified.

Page 14: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

14

15. Pre-Tender Meeting

15.1If a pre tender meeting is convened the tenderer’s designated representative is invited to attend a pre-

tender meeting, which if convened, will take place at the venue and time stated in the Invitation to

Tender. The purpose of the meeting will be to clarify issues and to answer questions on any

matter that may be raised at that stage.

15.2The tenderer is requested as far as possible to submit any questions in writing or by cable, to reach the

Employer not later than seven days before the meeting. It may not be practicable at the meeting

to answer questions received late, but questions and responses will be transmitted in accordance

with the following:

(a) Minutes of the meeting, including the text of the questions raised and the responses given

together with any responses prepared after the meeting, will be transmitted without delay

to all purchasers of the tender documents. Any modification of the tender documents listed

in -–Clause 9 which may become necessary as a result of the pre-tender meeting shall be

made by the Employer exclusively through the issue of a tender notice pursuant to Clause

7 and not through the minutes of the pre-tender meeting.

(b) Nonattendance at the pre-tender meeting will not be cause for disqualification of a bidder.

16. Format and Signing of Tenders

16.1The tenderer shall prepare his tender as outlined in clause 9 above and mark appropriately one set

“ORIGINAL” and the other “COPY”.

16.2The copy of the tender and Bills of Quantities shall be typed or written in indelible ink and shall be

signed by a person or persons duly authorized to sign on behalf of the tenderer. All pages of the

tender where amendments have been made shall be initialed by the person or persons signing the

tender.

16.3The complete tender shall be without alterations, interlineations or erasures, except as necessary to

correct errors made by the tenderer, in which case such corrections shall be initialed by the person

of persons signing the tender.

Page 15: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

15

SUBMISSION OF TENDERS

17. Sealing and Marking of Tenders

17.1The tenderer shall seal the original and copy of the tender in separated envelopes, duly marking the

envelopes as “ORIGINAL” and “COPY”. The envelopes shall then be sealed in an outer

envelope.

17.2 The inner and outer envelopes shall be addressed to the Employer at the address stated in the

Appendix to Instructions to Tenderers and bear the name and identification of the Contract stated

in the said Appendix with a warning not to open before the date and time for opening of tenders

stated in the said Appendix.

17.3 The inner envelopes shall each indicated the name and address of the tenderer to enable the tender to

be returned unopened in case it is declared “late”, while the outer envelope shall bear no mark

indicating the identity of the tenderer.

17.4If the outer envelope is not sealed and marked as instructed above, the Employer will assume no

responsibility for the misplacement or premature opening of the tender. A tender opened

prematurely for this cause will be rejected by the Employer and returned to the tenderer.

18 Deadline for Submission of Tenders

18.1Tenders must be received by the Employer at the address specified in clause 17.2 and on the date and

time specified in the Letter of Invitation, subject to the provisions of clause 7.4, 18.2 and 18.3.

Tenders delivered by hand must be placed in the “tender box” provided in the office of the

Employer.

Proof of posting will not be accepted as proof of delivery and any tender delivered after the above

stipulated time, from whatever cause arising will not be considered.

18.2The Employer may, at his discretion, extend the deadline for the submission of tenders through the

issue of an Addendum in accordance with clause 7, in which case all rights and obligations of the

Employer and the tenderers previously subject to the original deadline shall thereafter be subject

to the new deadline as extended.

18.3Any tender received by the Employer after the prescribed deadline for submission of tender will be

returned unopened to the tenderer.

19 Modification and Withdrawal of Tenders

19.1The tenderer may modify or withdraw his tender after tender submission, provided that written notice of the

modification or withdrawal is received by the Employer prior to prescribed deadline for submission of

tenders.

19.2 The tenderer’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in

accordance with the provisions for the submission of tenders, with the inner and outer envelopes

additionally marked “MODIFICATION” or “WITHDRAWAL” as appropriate.

Page 16: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

16

19.3No tender may be modified subsequent to the deadline for submission of tenders.

19.4No tender may be withdrawn in the interval between the deadline for submission of tenders and the period of

tender validity specified on the tender form. Withdrawal of a tender during this interval will result in the

forfeiture of the Tender Surety.

19.5 Subsequent to the expiration of the period of tender validity prescribed by the Employer, and the tenderer

having not been notified by the Employer of the award of the Contract or the tenderer does not intend to

conform with the request of the Employer to extend the prior of tender validity, the tenderer may withdraw

his tender without risk of forfeiture of the Tender Surety.

TENDER OPENING AND EVALUATION

20 Tender Opening

20.1 The Employer will open the tenders in the presence of the tenderers’ representatives who choose to

attend at the time and location indicated in the Letter of Invitation to Tender. The tenderers’

representatives who are present shall sign a register evidencing their attendance.

20.2 Tenders for which an acceptable notice of withdrawal has been submitted, pursuant to clause 19, will

not be opened. The Employer will examine the tenders to determine whether they are complete,

whether the requisite Tender Sureties have been furnished, whether the documents have been

properly signed and whether the tenders are generally in order.

20.3 At the tender opening, the Employer will announce the tenderer’s names, total tender price, tender

price modifications and tender withdrawals, if any, the presence of the requisite Tender Surety

and such other details as the Employer, at his discretion, may consider appropriate. No tender

shall be rejected at the tender opening except for late tenders.

20.4 The Employer shall prepare a tender opening register and minutes of the tender opening including the

information disclosed to those present.

20.5 Tenders not opened and read out a tender opening shall not be considered further for evaluation,

irrespective of the circumstances.

21 Process to be Confidential

21.1After the public opening of tenders, information relating to the examination, clarification, evaluation

and comparisons of tenders and recommendations concerning the award of Contract shall not be

disclosed to tenderers or other persons not officially concerned with such process until the award

of Contract is announced.

21.2Any effort by a tenderer to influence the Employer in the process of examination, evaluation and

comparison of tenders and decisions concerning award of Contract may result in the rejection of

the tenderer’s tender.

22 Clarification Tenders

22.1To assist in the examination, evaluation and comparison of tenders, the Employer may ask tenderers

individually for clarification of their tenders, including breakdown of unit prices. The request for

Page 17: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

17

clarification and the response shall be in writing or by cable, facsimile or telex, but no change in

the price or substance of the tender shall be sought, offered or permitted except as required to

confirm the correction of arithmetical errors discovered by the employer during the evaluation of

the tenders in accordance with clause 24.

22.2No Tenderer shall contact the Employer on any matter relating to his tender from the time of the

tender opening to the time the Contract is awarded. If the tenderer wishes to bring additional

information to the notice of the Employer, he shall do so in writing.

23 Determination of Responsiveness

23.1Prior to the detailed evaluation of tenders, the Employer will determine whether each tender is

substantially responsive to the requirements of the tender documents.

23.2For the purpose of this clause, a substantially responsive tender is one which conforms to all the terms,

conditions and specifications of the tender documents without material deviation or reservation. A

material deviation or reservation is one which affects in any substantial way the scope, quality,

completion timing or administration of the Works to be undertaken by the tenderer under the

Contract, or which limits in any substantial way, inconsistent with the tender documents, the

Employer’s rights or the tenderers obligations under the Contract and the rectification of which

would affect unfairly the competitive position of other tenderers who have presented substantially

responsive tenders.

23.3Each price or unit rate inserted in the Bills of Quantities shall be a realistic estimate of the cost of

completing the works described under the particular item including allowance for overheads,

profits and the like. Should a tender be seriously unbalanced in relation to the Employer’s

estimate of the works to be performed under any item or groups of items, the tender shall be

deemed not responsive.

23.4A tender determined to be not substantially responsive will be rejected by the Employer and may not

subsequently be made responsive by the tenderer by correction of the non-conforming deviation

or reservation.

24 Correction of Errors

Tenders determined to be substantially responsive shall be checked by the

Employer for any arithmetic errors in the computations and summations.

Errors will be corrected by the Employer as follows:

(a) Where there is a discrepancy between the amount in figures and the amount in words, the

amount in words will govern.

(b) Where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate as quoted will prevail, unless in the

opinion of the Employer, there is an obvious typographical error, in which case adjustment

will be made to the entry containing that error.

Page 18: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

18

(c) The amount stated in the tender will be adjusted in accordance with the above procedure

for the correction of errors and, with concurrence of the tenderer, shall be considered as

binding upon the tenderer. If the tenderer does not accept the corrected amount, the tender

may be rejected and the Tender Security may be forfeited in accordance with clause 13.

25 Conversion to Single Currency

25.1For compensation of tenders, the tender price shall first be broken down into the respective amounts

payable in various currencies by using the selling rate or rates of the Central Bank of Kenya

ruling on the date twenty one (21) days before the final date for the submission of tenders.

25.2The Employer will convert the amounts in various currencies in which the tender is payable

(excluding provisional sums but including Day works where priced competitively) to Kenya

Shillings at the selling rates stated in clause 25.1.

26 Evaluation and Comparison of Tenders

26.1The Employer will evaluate only tenders determined to be substantially responsive to the requirements

of the tender documents in accordance with clause 23.

26.2In evaluating tenders, the Employer will determine for each tender the evaluated tender price by

adjusting the tender price as follows:

(a) Making any correction for errors pursuant to clause 24.

(b) Excluding Provisional Sums and provision, if any, for Contingencies in the Bills of

Quantities, but including Day works where priced competitively.

26.3 The Employer reserves the right to accept any variation, deviation or alternative offer. Variations,

deviations, alternative offers and other factors which are in excess of the requirements of the tender

documents or otherwise result in the accrual of unsolicited benefits to the Employer, shall not be

taken into account in tender evaluation.

26.4 Price adjustment provisions in the Conditions of Contract applied over the period of execution of

the Contract shall not be taken into account in tender evaluation.

26.5 If the lowest evaluated tender is seriously unbalanced or front loaded in relation to the Employer’s

estimate of the items of work to be performed under the Contract, the Employer may require the

tenderer to produce detailed price analyses for any or all items of the Bills of Quantities, to

demonstrate the relationship between those prices, proposed construction methods and schedules.

After evaluation of the price analyses, the Employer may require that the amount of the

Performance Security set forth in clause 29 be increased at the expense of the successful tenderer

to a level sufficient to protect the Employer against financial loss in the event of subsequent default

of the successful tenderer under the Contract.

26.6 Firms incorporated in Kenya where indigenous Kenyans own 51% or more of the share capital shall

be allowed a 10% preferential bias provided that they do not subcontract work valued at more than

50% of the Contract Price excluding Provisional Sums to a non-indigenous sub-contractor.

Page 19: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

19

26.7 The tender evaluation committee shall evaluate the tender within 30 days of the validity period

from the date of opening the tender.

26.8 Persons not officially involved in the evaluation of tender shall not attempt in any way to influence

the evaluation.

Preference where allowed in the evaluation of tenders shall not exceed 15%

AWARD OF CONTRACT

28 Award criteria

28.1 The Employer will award the Contract to the tenderer whose tender is determined to be substantially

responsive to the tender documents and who has offered the lowest evaluated tender price subject to

possessing the capability and resources to effectively carry out the Contract Works.

28.2 The Employer reserves the right to accept or reject any tender, and to annual the tendering process and reject

all tenders, at any time prior to award of Contract, without thereby incurring any liability to the affected

tenderers or any obligation to inform the affected tenderers of the grounds for the Employer’s action.

29. Notification of Award and signing of contract

29.1 Prior to the expiration of the period of tender validity prescribed by the Employer, the Employer will notify

the successful tenderer by cable, telefax or telex and confirmed in writing by registered letter that his

tender has been accepted. This letter (hereinafter and in all Contract documents called “Letter of

Acceptance”) shall name the sum(hereinafter and in all Contract documents called “the Contract Price”)

which the Employer will pay to the Contractor in consideration of the execution and completion of the

Works as prescribed by the Contract.

29.2 Upon the furnishing of a Performance Security by the successful tenderer, the unsuccessful tenderers will

promptly be notified that their tenders have been unsuccessful.

29.3 At the same time the employer notifies the successful tenderer that his tender has been accepted, the employer

shall notify the other tenderers that their tender s have been unsuccessful.

29.4 Within fourteen [14] days of receipt of the form of Contract Agreement from the Employer, the successful

tenderer shall sign the form and return it to the Employer together with the required Performance Security.

29.5 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.

29.6 A tenderer who gives false information in the tender document about is 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.

Page 20: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

20

30. Performance Guarantee

30.1 Within twenty eight [28] days of receipt of the notification of award from the Employer, the successful

tenderer shall furnish the Employer with a Performance Security in an amount stated in the Appendix to

Instructions to Tenderers.

30.2 The Performance Security to be provided by the successful tenderer shall be an unconditional Bank Guarantee

issued at the tenderer’s option by an established and a reputable Bank approved by the Employer and

located in the Republic of Kenya and shall be divided into two elements namely, a performance security

payable in foreign currencies (based upon the exchange rates determined in accordance with clause 35.4 of

the Conditions of Contract) and a performance security payable in Kenya Shillings. The value of the two

securities shall be in the same proportions of foreign and local currencies as requested in the form of

foreign currency requirements.

30.3 Failure of the successful tenderer to lodge the required Performance Security shall constitute a breach of

Contract and sufficient grounds for the annulment of the award and forfeiture of the Tender Security and

any other remedy under the Contract the Employer may award the Contract to the next ranked tenderer.

31. Advance Payment

An advance payment, if approved by the Employer, shall be made under the Contract, if requested by the

Contractor, in accordance with clause 33.1 of the Conditions of Contract. The Advance Payment

Guarantee shall be denominated in the proportion and currencies named in the form of foreign currency

requirements. For each currency, a separate guarantee shall be issued. The guarantee shall be issued by a

bank located in the Republic of Kenya, or a foreign bank through a correspondent bank located in the

Republic of Kenya, in either case subject to the approval of the Employer.

32. Corrupt and fraudulent practices.

The procuring entity requires that tenderers observe the highest standard of ethics during the procurement

process and execution of contract. A tenderer shall sign a declaration that he has not and will not be

involved in corrupt or fraudulent practices.

Page 21: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

21

SECTION 111

APPENDIX TO INSTRUCTIONS TO

TENDERERS

SECTION III

APPENDIX TO INSTRUCTIONS TO TENDERERS

Notes on the appendix to Instructions to tender.

1. The Appendix to instructions to tenderers is intended to assist the procuring entity in providing

specific information which may not be adequately covered by the clause in the instructions to

tenders.

2. In preparing the appendix the following aspects should be taken into consideration.

(a) The information that specifies or complements provisions of Sections II to be

incorporated.

(b) Amendments of Section II as necessitated by the circumstances of the specific works to

be also incorporated

(c) Section II should remain unchanged and any changes or amendments introduced through

the appendix.

The following appendix to instructions to tenders shall complement or amend the provisions of the

instructions to tenderers (Section II). Wherever there is a conflict between the provisions of the

instructions to tenderers and the appendix, the provisions of the appendix herein shall prevail over those of

the instructions to tenderers.

(Complete as appropriate)

Page 22: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

22

13 Tender Security

Amount of Tender Security is Kshs………………………… (Note: This amount should not

exceed two (2) percent of the total value of the Works) Note Provide security as in the

tender advert.

16 (i) The name and address of the Employer for the purposes of submission of tenders is………Chief

Officer, Department of Health Services Nyeri

………………………………………………………………………………………………………

…………

The name of the proposed Works and where available the Contract Number is…Proposed Construction of

Naromoru Subcounty Hospital ( Structured Cabling/Epabx/CCTV Works)

(ii) ………………………………………………………………………………………………………

……………………………….

(iii) The tender opening date and time …………………(insert tender opening time) on…………day

of ………(insert date of tender opening)

26 TENDERS EVALUATION CRITERIA

A three-stage procedure will be adopted in evaluating the tenders

1. Preliminary evaluation

2. Technical evaluation

3. Financial evaluation

STAGE 1 – MANDATORY REQUIREMENTS

Tenderers shall meet the following mandatory requirements to pass the preliminary evaluation. Must

provide:-

1) Valid copy of certificate of Incorporation/Registration

2) Valid copy of Tax Compliance Certificate.

3) Valid copy of company registration record details the company director(s)/ CR12 .

4) Valid copy of Registration Certificate with CCK

5) Valid copy of National Construction Authority (NCA) Registration Certificate Telecommunication

Services Category (NCA 6 and above)

6) Valid copy of National Construction Authority (NCA) Telecommunication services Annual

License for 2018/2019 (To be verified with NCA)

7) Pre-tender site visit certificate duly signed by the client's representative

Page 23: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

23

8) Must provide a bid bond of Ksh. 302,000/- which must remain valid for 30 days (after expiry of

the tender validity period in the form a bank guarantee or from an insurance company approved by

the Public Procurement Oversite Authority (PPOA) payable to the County Secretary, Nyeri County

Government

9) Copies of audited financial statements for the last two years (2017 and 2018) signed by a certified

public accountants and director(s)company secretary

10) Original bank statements for the last one year certified by the respective bank(s)

11) Current letter of credit worthiness by a reputable bank.

12) Current business permit/license

13) Duly filled, signed and stamped Form of Tender

14) Duly filled, signed and stamped Confidential Business Questionnaire

15) The document must be serialized including attachments.

Failure to meet the preliminary mandatory requirements will lead to automatic disqualification

STAGE 2-TECHNICAL EVALUATION

Evaluation Criterion % Score %

1. Number of years in operation

a) Less than 1 year

b) 1-3 years

c) 4-5 years

d) 6-10 years

e) >10 years

10

0

2

5

7

10

2. Work Experience. Provide project completion certificates

signed by a project manager, as evidence of completed

Electrical projects of over KShs .15 million

a) 1-3 projects

b) 4-6 projects

b) 7-10 projects

d) >10 projects

30

5

10

20

30

3. Qualified Technical Staff. Provide both CVs and academic

certificates (at least a diploma in

Telecommunication/Electrical or Electronics engineering)

of key technical personnel with a minimum of 5 years’

experience

a) 1-2 persons

b) 3-4 persons

c) >5 persons

25

10

15

Page 24: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

24

Only tenders with a technical score of 70% and above out of 100% shall be considered technically

responsive hence qualify for financial evaluation.

STAGE 3- FINANCIAL EVALUATION

Tenders shall be checked for arithmetic errors. The lowest evaluated tender to be considered for award must

be economically responsive i.e. unit rates in the bill of quantities must realistically be within market rates

and the tender sum be within the budget.

29. Performance Guarantee

The amount of Performance Security is Kshs………………… (Note: the Employer must select

the form of Performance Security to be accepted).

25

4. Plant and Equipment. Provide details and proof of

ownership of plant, equipment and transport vehicles (give

no, type and capacity of each)

a) Transport-Vehicles/trucks only

b) Multimeters/, insulation resistance tester, Earth tester

c) a & b plus other assorted relevant equipment

Note. For leased plant and equipment maximum of 5 marks

15

5

10

15

5. Financial Capacity.

a) 5-10 million average annual turnover

b) 10- 15million average annual turnover

c) > 15 million average annual turnover

20

5

10

20

TOTAL 100

Page 25: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

25

SECTION IV

CONDITIONS OF CONTRACT

Page 26: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

26

SECTION IV

CONDITIONS OF CONTRACT

(Including erection on site)

PART I – GENERAL CONDITIONS

PART I – General Conditions, shall be those forming Part I of the “Conditions of Contract for Electrical and

Mechanical Works – Including Erection on Site, Thirth Edition 1987, re-printed 1988 with Editorial Amendments”

prepared by the Federation Internationale des Ingenieurs – conseils (FIDIC). The Conditions are subject to

variations and additions set out in Part II hereof entitled “Special Conditions”.

Note

i. The standard text of the General Conditions of Contract must be retained intact to facilitate its reading and

interpretation by tenderers. Any amendments and additions to the General Conditions, specific to a given

Contract, should be introduced in the Special Conditions or in the Appendix to Form of Tender.

ii. The Special Conditions take precedence over the General Conditions of Contract.

iii. Copies of the FIDIC Conditions of Contract can be obtained from:

FIDIC Secretariat

P.O.Box86

1000 Lausanne 12

Switzerland

Fax: 41 21 653 5432

Telephone 41 21 653 5003

Page 27: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

27

PREABLE TO GENERAL CONDITIONS

This Preamble must be completed in all cases referring to completed schedules where appropriate. When

completed, this Preamble, the General Conditions, Specification, Employer’s and Contractor’s Drawings, Schedules

and other documents can constitute a Contract on the basis of the General Conditions in Part II. If this is not what is

required, Part II must also be completed.

Commencement Date (Sub-clause 1.1.1.(. ()

The date for commencement of the Works is _____________________________________

The Employer (Sub-clause 1.1.12.)

The Employer is ____Chief Officer, Department of Health Services, Po Box 1112-10100

Nyeri___________________________________________________________

The Engineer (Sub-clause 1.1.15)

The Engineer is __County Electrical Engineer, Department of Transport, Public Works, Infrastructure

and Energy, Po box 372 Nyeri.______________________________________________________________

Time for Completion (Sub-clause 1.1.35.)

The Time for Completion is ______ _ days from the commencement Date.

Contractor’s Profit (Sub-clause 1.6.)

The percentage to cover profit entitlement, where appropriate, is _______%.

Ruling Language (Sub-clause 5.1.)

The version in _________________ language (ruling language) shall prevail.

Day to Day Communications (Sub-clause 5.2.)

The language for day to day communications is __________________________________

Programme to be Furnished (Sub-clause 12.1.)

The Programme must be submitted in the form of _______________________________

Electricity, Water, Gas and Other Services (Sub-clause 14.3.)

Supplies on the Site are:

a. Electricity: __________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

Page 28: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

28

b. Water: ______________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

c. Gas: ________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

d. Other Services: _____________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

Employer’s Equipment (Sub-clause 14.4.)

The following Employer’s equipment is available for use by the Contractor under the Employer’s operation:

______________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

Working Hours (Sub-clause 18.3.)

The normal working hours are __________________________________________________

_________________________________________________________________________________

Delay in Completion (Sub-clause 27.1.)

Failure to meet the Time for Completion entitles the Employer to reduction in Contract Price as follows:

Amount per day ______________________________

Maximum ____________________________________

Prolonged delay (Sub-clause 27.2.)

Maximum amount recoverable from the Contractor by the Employer:

_________________________________________________________________________________

Terms of Payment (Sub-clause 33.1.)

In addition to the provisions under Clause 33, the terms of payment shall be:

_________________________________________________________________________________

_________________________________________________________________________________

Payment in Foreign Currencies (Sub-clause 35.1.)

Payment in foreign currencies shall be arranged as follows:

_________________________________________________________________________________

_________________________________________________________________________________

Page 29: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

29

Rates of Exchange (Sub-clause 53.3.)

The rates of exchange for the purpose of the Contract are:

_________________________________________________________________________________

_________________________________________________________________________________

Payment against Provisional Sums (Sub-clause 36.4. (b))

The percentage to be applied to Provisional Sums shall be ________________%.

Maximum Liability (Sub-clause 42.2.)

The maximum liability of the Contractor to the Employer shall be ________________

Insurance of Works (Sub-clause 43.1)

The deductible limits in the insurance cover of the Works shall

not exceed ___________________________________________________________________________

Sub-clause 43.1. (a)

The additional risks to be insured are:

_________________________________________________________________________________

_________________________________________________________________________________

Third Party Liability (Sub-clause 43.3)

The amount of insurance against third party liability taken out by the Contractor shall not be less than:

_________________________________________________________________________________

Payment on Termination for Employer’s Default (Sub-clause 46.3)

The additional amount payable by the Employer on termination shall not exceed:

_________________________________________________________________________________

Labour, Materials and Transport (Sub-clause 47.1.)

The method of calculating adjustments for changes in costs shall be:

_________________________________________________________________________________

_________________________________________________________________________________

Page 30: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

30

Notices to Employer and Engineer (Sub-clause 49.2.)

The address of the Employer for notices is:

_________________________________________________________________________________

_________________________________________________________________________________

The address of the Engineer for notices is:

_________________________________________________________________________________

_________________________________________________________________________________

Applicable Law (Sub-clause 51.1.)

The applicable law is ____________________________ law.

Procedural Law for Arbitration (Sub-clause 51.2)

The procedural law for arbitration is ____________________________________________

Language and Place of Arbitration (Sub-clause 51.3)

The language of arbitration is _______________ language.

The place of arbitration is ________________________________________

Page 31: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

31

PART II – SPECIAL CONDITIONS

(The Clauses referred to in Part II – Section A are those where the provision in the General Conditions (Part I) refer

to an alternative solution to be stated in Part II. The provisions in the General Conditions will apply unless an

alternative solution is given in Part II – Section A. The clauses in this section need therefore not be completed, but

must be completed if alternative solutions to the relevant Part I provisions are necessary.)

1.0 Conditions Precedent to Commencement (Sub-clause 1.1.1.)

The following financial and administrative requirements are conditions precedent to commencement.

___________________________________________________________________________

________________________________________________________________________

2.0 Defects Liability Period (Sub-clause 1.1.11.)

The Defects Liability Period is _________180_________________ days.

3.0 Engineer’s Duties (Sub-clause 2.1.)

The Engineer requires the consent of the Employer before exercising the following duties:

___________________________________________________________________________

__________________________________________________________________________

4.0 Operation and Maintenance Manuals (Sub-clause 6.6.)

Operation and Maintenance Manuals shall be in English language.

5.0 Manufacturing Drawings (Sub-clause 6.9.)

The Contractor is required to disclose to the Engineer or the Employer confidential information as follows:

___________________________________________________________________________

___________________________________________________________________________

6.0 General Obligations (Sub-clause 8.1.)

6.1 The following facilities will be provided by the Employer:

_____________________________________________________________________

_____________________________________________________________________

6.2 The facilities will be provided at the following rates:

_____________________________________________________________________

_____________________________________________________________________

7.0 Performance Security (Sub-clause 10.1)

The Contractor shall obtain a Performance Security of an amount Kshs.

Page 32: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

32

8.0 Contractor Equipment (Sub-clause 14.1)

The following items of Contractor’s Equipment will be provided free of charge by the Employer for the

Contractor’s use:

___________________________________________________________________________

__________________________________________________________________________

9.0 Price Variation 9.1 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)

9.2Where contract price variation is allowed, the variation shall not exceed 15% of the original contract price.

9.3 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request.

10.0 Extension of Defects Liability Period (Sub-clause 30.4)

In the event of suspension the Defects Liability Period shall not last more than ____ days after the date the

Plant would have been delivered but for the suspension.

11.0 Method of Application (Sub-clause 33.2)

Application for payment shall be made as follows:

___________________________________________________________________________

___________________________________________________________________________

12.0 Payment (Sub-clause 33.5.)

11.1 The period for payment shall be:

_____________________________________________________________________

11.2 The place for payment shall be:

_____________________________________________________________________

13.0 Delayed Payment (Sub-clause 33.6.)

The interest rate for delayed payment is simple interest at a rate three percentage points above the Central

Bank of Kenya’s average rate for base lending prevailing as of the first day the payment becomes overdue.

14.0 Payment by measurement (Sub-clause 33.8)

The provisions for measurement are:

___________________________________________________________________________

___________________________________________________________________________

Page 33: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

33

15.0 Customs and Import Duties (Sub-clause 48.1.)

The Contractor shall pay and be reimbursed by the Employer for the following customs, import duties and

taxes in consequence of the importation of the Plant:

___________________________________________________________________________

___________________________________________________________________________

16.0 Arbitration (Sub-clause 50.2)

The rules of arbitration shall be those contained in the Arbitration Act of the Laws of Kenya.

Page 34: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

34

SECTION V

PARTICULAR SPECIFICATION

OF

MATERIALS AND WORKS

Page 35: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

35

Page 36: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

36

PARTICULAR SPECIFICATIONS

TELECOMMUNICATIONS DISTRIBUTION SYSTEM – STRUCTURED CABLING

PART 1/1

A. GENERAL TECHNICAL SPECIFICATIONS. a. Section Includes: Equipment, materials, labor, and services to provide telephone and data

distribution system including but not limited to:

1) 2) 3) 4) 5) 6) 7) 8) 9)

Telephone and data cabling terminations Optical fiber and terminations Data/voice outlets Terminal blocks/cross-connect systems Equipment racks and cabinets System testing Documentation and submissions Surface trunking, cable ladder, Core switch, edge switches

b. Provide all equipment, materials, labor, and services, not specifically mentioned or shown, which may be necessary to complete or perfect all parts of the installation. Ensure that they are in compliance with requirements stated or reasonably inferred by the contract documents.

1.

REFERENCES

a. Design, manufacture, test, and install telecommunications cabling networks per

manufacturer’s requirements and in accordance with NFPA-70 (National Electrical Code®)/IEE Regulations, state codes, local codes, requirements of authorities having jurisdiction, and particularly the following standards: ANSI/NECA/BICSI-568 -- Standard for Installing Commercial Building Telecommunications Cabling ANSI/TIA/EIA Standards.

1) ANSI/TIA/EIA-568-B.1 -- Commercial Building Telecommunications Cabling Standard, Part 1: General Requirements

2) ANSI/TIA/EIA-568-B.2 -- Commercial Building Telecommunications Cabling Standard, Part 2: Balanced Twisted Pair Cabling Components

3)

4)

5)

6)

7)

8)

ANSI/TIA/EIA-568-B.3 Standard ANSI/TIA/EIA-569-A

-- Optical Fiber Cabling Components

-- Commercial Building Standard for Telecommunications Pathways and Spaces

ANSI/TIA/EIA-606(A) -- The Administration Standard for the Telecommunications Infrastructure of Commercial Buildings ANSI/TIA/EIA-607(A) -- Commercial Building Grounding and Bonding Requirements for Telecommunications ANSI/TIA/EIA-526-7 -- Measurement of Optical Power Loss of Installed Single-Mode Fiber Cable Plant

ANSI/TIA/EIA-526-14A -- Measurement of Optical Power Loss of Installed Multimode Fiber Cable Plant

F1/1

Page 37: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

37

(9) ANSI/TIA/EIA-758(A) -- Customer-Owned Outside Plant Telecommunications Cabling Standard

(10)

b. Local codes, rules, regulations, and ordinances governing the work, are as fully part of the specifications as if herein repeated or hereto attached. If the contractor should note items in the drawings or the specifications, construction of which would be code violations, promptly call them to the attention of the Project Manager in writing. Where the requirements of other sections of the specifications are more stringent than applicable codes, rules, regulations, and ordinances, the specifications shall apply.

1. PERMITS, FEES, AND CERTIFICATES OF APPROVAL

a. The Contractor to include the cost of application and pay for building permit. b. As prerequisite to final acceptance, supply to the client certificates of inspection from

an inspection agency acceptable to the owner and approved by local municipality and utility company serving the Project Manager.

2. SYSTEM DESCRIPTION

a. A telecommunications cabling system generally consists of one telecommunications outlet in each workstation, wall telephones in common and power socket outlet.

b. The typical work area consists of a single-gang plate with two standards compliant work area outlets.

c. One work area outlet consists of one (1) four-pair data Category 6 cable or above, installed from work area outlet to the data cabinet. Terminate data cables on modular patch panels located in the appropriate data cabinet.

d. One work area outlet consists of one (1) four-pair screened (ScTP) cable installed from work area outlet to the data termination rack in the cabinet. Terminate data cables on rack mounted modular patch panels.

2.1.Vertical/horizontal copper backbone cabling consists of multiple pair unshielded twisted- pair installed from the main cross-connect (MC) to the horizontal cross-connect (HC) and/or from the MC to the intermediate cross-connect (IC) to the HC.

2.2.Vertical/horizontal backbone cabling consists of 62.5/125 m multimode optical fiber cable installed from the MC to the HC and/or from the MC to the IC to the HC. Specification Note: State what this backbone will be utilized for. Examples are voice telecommunications service, premises switching equipment, data communications, etc.

F1/2

ISO/IEC 1101 Amendment 2

Page 38: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

38

3. SUBMITTALS a. Submit to the P.M shop drawings, product data (including cut sheets and catalog

information), and samples required by the contract documents. Submit shop drawings, product data, and samples with such promptness and in such sequence as to cause no delay in the work or in the activities of separate contractors. The engineer will indicate approval of shop drawings, product data, and samples submitted to the engineer by stamping such submittals "APPROVED" with a stamp. Submitted shop drawings shall be initialed or signed by the contractor, showing the date and the contractor's legitimate firm name.

1) 1) By submitting shop drawings, product data, and samples, the contractor represents that he or she has carefully reviewed and verified materials, quantities, field measurements, and field construction criteria related thereto. It also represents that the contractor has checked, coordinated, and verified that information contained within shop drawings, product data, and samples conform to the requirements of the work and of the contract documents. The engineer/designer remains responsible for the design concept expressed in the contract documents as defined herein.

2) The P.M approval of shop drawings, product data, and samples submitted by the contractor shall not relieve the contractor of responsibility for deviations from requirements of the contract documents, unless the contractor has specifically informed the engineer/designer in writing of such deviation at time of submittal, and the engineer/designer has given written approval of the specific deviation. The contractor shall continue to be responsible for deviations from requirements of the contract documents not specifically noted by the contractor in writing, and specifically approved by the engineer in writing.

3) The P.M approval of shop drawings, product data, and samples shall not relieve the contractor of responsibility for errors or omissions in such shop drawings, product data, and samples. 4) The P.M review and approval, or other appropriate action upon shop drawings, product data, and samples, is for the limited purpose of checking for conformance with information given and design concept expressed in the contract documents. The engineer’s review of such submittals is not conducted for the purpose of determining accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the contractor as required by the contract documents. The review shall not constitute approval of safety precautions or of

construction means, methods, techniques, sequences, or procedures. The P.M approval of a specific item shall not indicate approval of an assembly of which the item is a component.

b. Shop drawings: Submit the following: Coordinate with Part 2. 1) 2)

Backbone (riser) diagrams System block diagram, indicating interconnection between system components and subsystems Interface requirements, including connector types and 3)

4)

to external systems and systems or components not supplied by the contractor

Fabrication drawings for custom-built equipment

F1/3

pin-outs,

Page 39: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

39

c. Product Data -- Provide catalog cut sheets and information for the following: Coordinate with Part 2..

1) 2) 3)

Wire, cable, and optical fiber Outlets, jacks, faceplates, and connectors All metallic and nonmetallic raceways, including surface raceways, outlet boxes, and fittings Terminal blocks and patch panels Enclosures, racks, and equipment housings Over-voltage protectors

4) 5) 6) 7) Splice housings

d. Samples-- Submit samples as required by the engineer .

e. Project record drawings:

1) Submit project record drawings at conclusion of the project and include: (a) (b)

Approved shop drawings Plan drawings indicating locations and identification of work

area outlets, nodes, data cabinet rooms, and backbone (riser) cable runs

Cross-connect schedules including entrance point, main cross- (c) connects, intermediate connects.

cross-connects, and horizontal cross-

(d) (e) (f) (g) (h)

Labeling and administration documentation. Warranty documents for equipment. Copper certification test result printouts and diskettes. Optical fiber power meter/light source test results. Operation and maintenance manuals:

4. QUALITY ASSURANCE

a. The contractor shall have worked satisfactorily for a minimum of five (5) years on systems of this type and size. b. Upon request by the P.M, furnish a list of references with specific information regarding type of project and involvement in providing of equipment and systems. c. Equipment and materials of the type for which there are independent standard testing requirements, listings, and labels, shall be listed and labeled by the independent testing laboratory. d. Where equipment and materials have industry certification, labels, or standards (i.e., NEMA - National Electrical Manufacturers Association), this equipment shall be labeled as certified or complying with standards. e. Material and equipment shall be new, and conform to grade, quality, and standards specified. Equipment and materials of the same type shall be a product of the same manufacturer throughout. f. Subcontractors shall assume all rights and obligations toward the contractor that the contractor assumes toward the client and P.M.

5.

WARRANTY

Unless otherwise specified, unconditionally guarantee in writing the materials, equipment, and workmanship for a period of not less than fifteen (15) years from date of commissioning of the project for active components.

Transfer manufacturer's warranties to the owner in addition to the General System Guarantee. Submit these warranties on each item in list form with shop drawings. Detail specific parts within equipment that are subject to separate conditional warranty. Warranty proprietary equipment and systems involved in this contract during the guarantee period. Final payment shall not relieve you of these obligations. F1/4

Page 40: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

40

Protect equipment during transit, storage, and handling to prevent damage, theft, soiling, and misalignment. Coordinate with the client for secure storage of equipment and materials. Do not store equipment where conditions fall outside manufacturer's recommendations for environmental conditions. Do not install damaged equipment; remove from site and replace damaged equipment with new equipment.

Submit schedule for installation of equipment and cabling. Indicate delivery, installation, and testing for conformance to specific job completion dates. As a minimum, dates are to be provided for bid award, installation start date, completion of station cabling, completion of riser cabling, completion of testing and labeling, cutover, completion of the final punch list, start of demolition, owner acceptance, and demolition completion.

8. USE OF THE SITE

Access to building wherein the work is performed shall be as directed by the P.M. The client will occupy the premises during the entire period of construction for conducting his or her normal business operations. Cooperate with the client to minimize conflict and to facilitate the owner's operations.

Schedule necessary shutdowns of plant services with the main contractor, and obtain written permission from the client.

Proceed with the work without interfering with ordinary use of streets, aisles, passages, exits, and operations of the client.

F1/5

6. DELIVERY, STORAGE, AND HANDLING

7. SEQUENCE AND SCHEDULING

Page 41: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

41

PART 2/1 - PRODUCTS

1. MANUFACTURERS Provide products of manufacturers as named in individual articles. Where no manufacturer is specified, provide products of manufacturers in compliance with requirements.

FABRICATION Fabricate custom-made equipment with careful consideration given to aesthetic, technical, and functional aspects of equipment and its installation.

3. Provide products that are suitable for intended use, including, but not limited to environmental, regulatory, and electrical.

VOICE/DATA TELECOMMUNICATIONS SERVICE BACKBONE CABLE a. Solid copper, 24 AWG, 100 balanced twisted-pair (UTP) backbone cable, with mechanical and transmission performance specifications that meet or exceed ANSI/TIA/EIA-568-B.2

b. Multimode 62.5/125 µm diameter tight-buffered optical fiber, with fiber counts as indicated on drawings, with mechanical and transmission performance specifications that meet or exceed ANSI/TIA/EIA-568-B.3

5. VOICE TELECOMMUNICATIONS STATION CABLE a. Solid copper, 24 AWG, 100 balanced twisted-pair (UTP) Category 6e cables with four individually twisted-pairs, which meet or exceed the mechanical and transmission performance specifications in ANSI/TIA/EIA-568-B.2 up to 100 MHz.

6. DATA STATION CABLE (Copper) a. Solid copper, 24 AWG, 100 balanced twisted-pair (UTP) Category 6e cables with four individually twisted-pairs, which meet or exceed the mechanical and transmission performance specifications in ANSI/TIA/EIA-568-B.2 up to 100 MHz.

b. Solid copper, 24 AWG, 100 balanced twisted-pair, screened (ScTP) cables with four individually twisted-pairs, which meet or exceed the mechanical and transmission performance specifications in ANSI/TIA/EIA-568-B.2 (Annex K) up to 100 MHz. DATA STATION CABLE (Optical Fiber)

a. Multimode 62.5/125 µm diameter tight-buffered optical fiber, with the required number of fiber counts, with mechanical and transmission performance specifications that meet or exceed ANSI/TIA/EIA-568-B.3

8. UNDERGROUND TELECOMMUNICATIONS CABLE (Copper) If you have copper cables installed outside between buildings, be certain to specify overvoltage protectors on both ends of the cable. See article, OVERVOLTAGE PROTECTORS.

Solid copper, 24 AWG 100 balanced twisted-pair, gel-filled duct cable, in sizes as indicated on the drawings, which meet or exceed the mechanical and transmission performance specifications listed in ANSI/TIA/EIA-568-B.2 and ANSI/TIA/EIA-758(A).

9. UNDERGROUND TELECOMMUNICATIONS CABLE (Optical Fiber) Singlemode 8.7 µm to 10 µm diameter, armored, gel-filled optical fiber, with number of usable fibers as shown on drawings, which meet or exceed the mechanical and transmission performance specifications listed in ANSI/TIA/EIA-568-B.3 and ANSI/TIA/EIA-758(A).

F1/6

SUITABILITY

7.

2.

4.

Page 42: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

42

10. VOICE/DATA – COPPER & OPTICAL FIBER WORK AREA OUTLETS Edit for items that will actually be used on the project. Pick a color for the faceplate and each type of jack, or make them all one color.

Determine which pinning standard is to be used, T568A, T568B, or USOC. If not otherwise specified, specify T568A. Use either 10c with SC connectors or 10d (1) for ST connectors. SC connectors are preferred. Use ST connectors to match existing cable plant if required.

Single-gang mounting plate with two (2) openings containing the following devices: a. Data Outlet - 8-pin modular, category 6e, unkeyed, black, pinned to either T568 (A or B) standards. b. Optical Fiber Connectors – simplex ST - ST adapter. Provide two optical fiber adapters for each faceplate

11. VOICE/DATA WORK AREA OUTLETS (Copper only) Single-gang mounting plate with four (4) openings containing the following devices: Data Outlet - 8-pin modular, Category 6e, unkeyed, black, pinned to either T568 (A or B) standards.

12. VOICE ONLY WORK AREA OUTLET Single-gang faceplate with 8-pin modular, category 6e, unkeyed, ivory telephone jack, pinned to either T568 (A or B) standards

13. TERMINATION BLOCKS For items that will actually be used on the project: Coordinate with MC, IC and HC layout drawing. a. Product(s) as approved by the P.M: Wiring blocks are to be in following configurations:

1) 2)

List dimensional configurations ER – List pairs categorized for PBX portion of ER and pairs field terminated for backbone and CO portion of ER Provide wiring troughs between ER frame sections.

14. PATCH PANELS Specification Note: Alter quantities to match job requirements.

15 WALL MOUNTED OPTICAL FIBER PATCH PANELS Specification Note: Alter quantities to match job requirements Wall-mounted optical fiber termination panel with 12-fiber capacity, hinged door, cable strain relief, slack storage, and two 6-port SC or approved alternative connector panels with adapters and provisions for two splice trays.

16. RACK MOUNTED OPTICAL FIBER TERMINATION PANEL Specification Note: Alter size to match job requirements. Coordinate with connector type. 19 in. rack mounted 72-port rack-mounted optical fiber termination panel with cable strain relief, grounding lugs, slack storage and three 12-port duplex SC or approved alternative connector panels with adapters and provisions for six (6) splice trays.

17. SPLICE TRAYS Sized for single mode and multimode fibers, nonmetallic with clear plastic cover, 12-fiber splice capacity, compatible with splice enclosure and splicing method.

18. OPTICAL FIBER CONNECTORS Ceramic tipped field installed 568SC connectors, which meet or exceed the performance specifications in ANSI/TIA/EIA-568-B.3. Various alternative field installed connector designs, which meet or exceed the performance specifications in ANSI/TIA/EIA-568-B.3 (Annex A).

F1/7

19 in. rack mountable, 24-port 8-pin modular to insulation displacement connector (IDC) meeting Category 6e performance standards, and pinned to either T568 (A or B) standards. Typical examples of IDC connections are the 110, BIX, and Krone.

Page 43: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

43

19. OPTICAL FIBER JUMPERS Dual 62.5/125-µm (and/or single mode) optical fiber jumper cable, 1 m long with 3.0 mm Duplex 568SC optical fiber connectors on each end. Dual 62.5/125-µm (and/or single mode) optical fiber jumper cable, 1 m long with approved alternative duplex optical fiber connectors on each end.

OPTICAL FIBER PIGTAILS 62.5/125 µm (and/or single mode) optical fiber pigtail 1 m long with 3.0 mm single 568 SC optical fiber connectors on one end

21. OPEN FRAME EQUIPMENT RACK Open frame, 19 in. equipment rack, 7 foot 6 in. overall height with flange base, mounting rails drilled front and back and tapped to EIA standards, and a front-rack mountable 10 outlet multiple outlet electrical strip or 42u enclosed glazed.

22. EQUIPMENT RACKS/CABINETS Specification Note: Use 19 in. or change to 23 in. as required. If using wall-mounted racks or cabinets, add required specifications here. Add and delete features as required. a. The 19 in. equipment rack shall have the following minimum requirements:

77 in. (44 rack spaces) of panel space Welded frame construction Locking front and rear doors Adjustable front and back equipment mounting rails drilled and tapped to EIA standards 10 position electrical outlet strip Removable side panels

Top mounted, thermostatically controlled exhaust fan Smoked acrylic front door.

23. LISTED BUILDING ENTRANCE PROTECTORS Use when copper cables are run outside of building. Use appropriate protector modules. Building entrance terminal utilizing a two (2) foot fuse link between the outside cable plant splice and the protector module with IDC type input and output terminals, 100-pair capacity and female mounting base, equipped with 230 volt solid state protector modules. Provide sufficient protector modules to completely populate all building entrance terminals.

24. SPLICE HOUSING Use this or something else. Delete splice modules if used for optical fiber cables. a. Encapsulated, re-enterable splice housing, sized as required with bonding straps, accessories, end caps and encapsulant as required

b. Splice modules (such as 710 series or MS ) for use within splice housing 2 25. SPARES

Change quantities to suit job size. Edit to match that which is actually specified. a. Furnish the following spare equipment and parts: Terminal block connectors, if required Test set cords, if required Install one test cord set in each telecommunications closet Five (5) percent of base bid quantity of each type of jack shall be provided Five (5) percent of base bid quantity of each type of outlet

Five thousand (5000) ft of each type of station cable One thousand (1000) ft of one-pair cross-connect wire for each telecommunications closet One thousand (1000) ft of two-pair cross-connect wire for each telecommunications closet Five (5) percent of base bid quantity of protector modules

F1/8

20.

Page 44: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

44

EXECUTION

1. PRE-INSTALLATION SITE SURVEY a. Prior to start of systems installation, meet at the project site with the P.M and representatives of trades performing related work to coordinate efforts. Review areas of potential interference and resolve conflicts before proceeding with the work. Facilitation with the Client will be necessary to plan the crucial scheduled completions of the equipment room and telecommunications closets. b. Examine areas and conditions under which the system is to be installed. Do not proceed with the work until satisfactory conditions have been achieved.

2. HANDLING AND PROTECTION OF EQUIPMENT AND MATERIALS a. Be responsible for safekeeping of your own, such as equipment and materials, on the job site. The client assumes no responsibility for protection of above named property against fire, theft, and environmental conditions.

3. PROTECTION OF OWNER'S FACILITIES a. Effectively protect the client's facilities, equipment, and materials from dust, dirt, and damage during construction. b. Remove protection at completion of the work.

4. INSTALLATION Receive, check, unload, handle, store, and adequately protect equipment and materials to be installed as part of the contract. Store in areas as directed by the owner's representative. Include delivery, unloading, setting in place, fastening to walls, floors, ceilings, or other structures where required, interconnecting wiring of system components, equipment alignment and adjustment, and other related work whether or not expressly defined herein. Install materials and equipment in accordance with applicable standards, codes, requirements, and recommendations of national, state, and local authorities having jurisdiction, and National Electrical Code® (NEC) and with manufacturer's printed instructions. Adhere to manufacturer's published specifications for pulling tension, minimum bend radii, and sidewall pressure when installing cables.

1) Where manufacturer does not provide bending radii information, minimum-bending radius shall be 15 times cable diameter. Arrange and mount equipment and materials in a manner acceptable to the P.M and the client.

e. Penetrations through floor and fire-rated walls shall utilize intermediate metallic conduit (IMC) or galvanized rigid conduit (GRC) sleeves and shall be fire stopped after installation and testing, utilizing a fire stopping assembly approved for that application. f. Install station cabling to the nearest telecommunications room (TR), unless otherwise noted. g. Installation shall conform to the following basic guidelines: 1) 2)

Use of approved wire, cable, and wiring devices Neat and uncluttered wire termination

h. Attach cables to permanent structure with suitable attachments at intervals of 1200-1500mm. Support cables installed above removable ceilings. i. Install adequate support structures for 10 foot of service slack at each TR. j. Support riser cables every floor and at top of run with cable grips.

1) Limit number of four-pair data riser cables per grip to fifty (50)

k. Install cables in one continuous piece. Splices shall not be allowed except as indicated on the drawings or noted below: l. Provide over voltage protection on both ends of cabling exposed to lightning or accidental contact with power conductors. Specification Note: Insert any other specific installation requirements here, such as hook and latch fasteners instead of cable ties, etc.

F1/9

Page 45: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

45

5. GROUNDING Edit as required. a. Grounding shall conform to ANSI/TIA/EIA 607(A) - Commercial Building Grounding and Bonding Requirements for Telecommunications, National Electrical Code®, ANSI/NECA/BICSI-568 and manufacturer's grounding requirements as minimum. b. Bond and ground equipment racks, housings, messenger cables, and raceways. c. Connect cabinets, racks, and frames to single-point ground which is connected to building ground system via #6 AWG green insulated copper grounding conductor.

6. LABELING Use 6d if the type of termination block permits labels. Otherwise use 6e. Use 6g if the owner does not have a standard for outlet numbering. Use 6h if required. Alter time as requested.

Labeling shall conform to ANSI/TIA/EIA-606(A) standards. In addition, provide the following: a. Label each outlet with permanent self-adhesive label with minimum 3/16 in. high characters. b. Label each cable with permanent self-adhesive label with minimum, 1/8 in. high characters, in the following locations:

1) 2)

Inside receptacle box at the work area. Behind the communication closet patch panel or punch block.

c. Use labels on face of data patch panels. Provide facility assignment records in a protective cover at each telecommunications closet location that is specific to the facilities terminated therein. d. Use color-coded labels for each termination field that conforms to ANSI/TIA/EIA-606(A) standard color codes for termination blocks. e. Mount termination blocks on color-coded backboards. f. Labels shall be machine-printed. Hand-lettered labels shall not be acceptable. g. Label cables, outlets, patch panels, and punch blocks with room number in which outlet is located, followed by a single letter suffix to indicate particular outlet within room, i.e., S2107A, S2107B. Indicate riser cables by an R then pair or cable number. h. Mark up floor plans showing outlet locations, type, and cable marking of cables. Turn these drawings over to the owner two (2) weeks prior to move in to allow the owner's personnel to connect and test owner-provided equipment in a timely fashion. i. Three (3) sets of as-built drawing shall be delivered to the owner within four (4) weeks of acceptance of project by the owner. A set of as-built drawings shall be provided to the owner in magnetic media form (3.5” floppy disks) and utilizing CAD software that is acceptable to the owner. The magnetic media shall be delivered to the owner within six (6) weeks of acceptance of project by owner.

7. TESTING Testing shall conform to ANSI/TIA/EIA-568-B.1 standard. Testing shall be accomplished using level IIe or higher field testers. Test each pair and shield of each cable for opens, shorts, grounds, and pair reversal. Correct grounded, and reversed pairs. Examine open and shorted pairs to determine if problem is caused by improper termination. If termination is proper, tag bad pairs at both ends and note on termination sheets.

1) 2)

Perform testing of copper cables with tester meeting ANSI/TIA/EIA-568-B.1 requirements. If copper backbone cable contains more than one (1) percent bad pairs, remove and replace entire cable.

Use 2 or 3 as required.

F1/10

Page 46: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

46

3) If copper cables contain more than the following quantity of bad pairs, or if outer sheath damage is cause of bad pairs, remove and replace the entire cable:

CABLE SIZE <100

MAXIMUM BAD PAIRS 1

101 to 300 301 to 600 >601

1 – 3 3 – 6 6

4) If horizontal cable contains bad conductors or shield, remove and replace cable. Initially test optical cable with a light source and power meter utilizing procedures as stated in ANSI/TIA/EIA-526-14A: OFSTP-14A Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant and ANSI/TIA/EIA-526-7 Measurement of Optical Power Loss of Installed Single mode Fiber Cable Plant. Measured results shall be plus/minus 1 dB of submitted loss budget calculations. If loss figures are outside this range, test cable with optical time domain reflectometer to determine cause of variation. Correct improper splices and replace damaged cables at no charge to the owner.

1) Cables shall be tested at 850 and 1300 nm for multimode optical fiber cables. Cables shall be tested at 1310 and 1550 nm for single mode optical fibers. 2) 3)

Testing procedures shall utilize “Method B” – One jumper reference. Bi-directional testing of optical fibers is required.

d. Perform optical time domain reflectometer (OTDR) testing on each fiber optic conductor. Measured results shall be plus/minus 1 dB of submitted loss budget calculations.

Submit printout for each cable tested. 1)

2) Submit 3.5 in. disks with test results and program to view results. e. Where any portion of system does not meet the specifications, correct deviation and repeat applicable testing at no additional cost.

FIELD QUALITY CONTROL a. Employ job superintendent during the course of the installation to provide coordination of work of this specification and of other trades, and provide technical information when requested by other trades. This person shall maintain current RCDD® (Registered Communications Distribution Designer) registration and shall be responsible for quality control during installation, equipment set- up, and testing.

b. At least 30 percent of installation personnel shall be BICSI Registered Telecommunications Installers. Of that number, at least 15 percent shall be registered at the Technician Level, at least 40 percent shall be registered at the Installer Level 2, and the balance shall be registered at the Installer Level 1. Specification Note: Use this or insert manufacturer’s requirements for installer qualifications to meet extended warranty program requirements. c. Installation personnel shall meet manufacturer’s training and education requirements for implementation of extended warranty program.

F1/11

Page 47: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

47

B. PARTICULAR SPECIFICATIONS FOR STRUCTURED CABLING

SITE LOCATION 1.0

The site of the proposed works is located at nyeri county headquarters 2.0 DESCRIPTION OF THE PROJECT

The works to be carried out comprise the following;

i) Proposed supply, installation, testing and commissioning of a structured cabling system to cater for computer data points and telephone points.

ii) iii)

Configure and set up the structured cabling system to be used on LAN, Produce test result, warranty certification, reports and as installed drawings. The Network will be capable of supporting approximately 266 data/voice points. Supply, install 100 pair and 50 pair telephone cables to interconnect the data cabinets to the PABX to be located in the Administration Block. The works shall include inter-wiring, programming and activating all voice points.

iii)

3.0 REGULATIONS The contractor shall, in execution and completion of the works in the detailed design for which he is responsible, comply with the provisions of the following as necessary and relevant;

a) ISO/IEC, CCK, ATM CENELEC 11801 b) ANSI/EIA/TIA 56 c) Latest Edition of IEE Regulation d) Kenya Bureau of Standards e) Electric Power Act and Rules made there under.

4.0 WORKING DRAWINGS

The Contractor shall submit to the Project Manager working drawings for the proposed system for approval. The drawings will show the locations of and identifiers for all cable routing and terminations, telecommunication outlets/connectors. Location of core switch and Edge switches. 5.0 NETWORK CABINETS

a) To be located on each floor in designated rooms as indicated in the electrical drawings.

b) Must be metallic (appropriately sized as specified in the BQ) with a front clear glass, free standing, complete with lock and key and the following accessories;

Cable Management channel rack Cable support hooks Cable support rings and straps Cable duct cover Feed through cable panels Vented equipment shelving Blank filler panels Hinged wall mounted brackets Glass viewing window Colored Designation strips Management lock and key Cooling extractor fans Caster wheels Inbuilt 2-gang power socket outlet

F1/12

Page 48: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

48

6.0 ACTIVE CONTROL EQUIPMENTS AT THE NETWORK CORE

The active control equipment at the core should have the following features:

a. IEEE 802.3 compliant for power over Ethernet b. IEEE 802.1 based security compliant c. SNMP compliant for security d. Layer 2/3/4 switch e. Should have at least 12 slots f. Should support Gigabit Ethernet to the desktop g. Should have at least 10-slots or higher chassis h. The core switches should have two links to each floor configured in

active/active configuration. The links should deliver 2GBPS throughput when all ports are active.

i. The core switch should have redundant power supply, redundant fan tray and redundant CPU/ supervisor engine installed

j. Fiber cable linking stacks on each floor to the core should be connected to 1000Base X(GBIC) port on the core switch.

k. Should be installed with the latest version of system software at the time of delivery.

l. Should support Quality of service for various applications.

7.0 ACTIVE CONTROL EQUIPMENTS AT THE LAN EDGE

Active control equipments at the LAN Edge should have the following features

a) Active control equipments at the LAN Edge should support 10/100/1000 MBPS on all ports (RJ45) and Gigabit to the desktop connectivity

b) The equipments should have at least two 1000BaseXGigabit uplink ports for terminating backbone Fiber.

c) The equipments should support layer 3 routing. d) Should support IEEE 802.1, SSH, SNMP. e) More than 12,000MAC addresses should be available on each switch . f) The switches should have 24/48 ports of 10/100/1000 MBPS. g) Each stack on the edge will have two links of Fiber to the core switch, totaling two

fiber terminations from the core switch to the stack. h) Should support Jumbo frames. i) Active Equipments at the LAN Edge should be quoted with a minimum of Fifteen

years of warranty covering free replacement of parts and units. Active equipment must be stackable

k) All ports must support power over Ethernet

8.0 ROUTER The router shall have the following as the minimum specifications Memory: Flash Memory: Interfaces:

256MB expandable to 512MB 64MB

2 x Fast Ethernet LAN Ports 1 x Serial WAN Port

Auxiliary Port Console Port Expansion Slots: Software:

1 Network Module Slot Latest Software release

Installation: Standard 19" Rack Mount Kit F1/13

j)

Page 49: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

49

9.0 NTU Specifications Type: HDSL

Max Data Transfer Rate: Mode of Operation: Connector:

2Mbps DCE DB37

Interface Cable: DB37-DB15

10.0 NETWORK MANAGEMENT SYSTEM

Bidders must propose the manufacturers Network Management system for centralized configuration, maintenance and trouble shooting of active equipments. Third party stand alone systems should not be offered as part of the solution. Features and functionalities of the system should include the following: a) Should be compatible with Microsoft windows/Linux operating systems b) Graphical User Interface for central Management and network viewing c) Network discovery and inventory management d) VLAN, multicast, security and load-balancing/fail over configuration e) Downloading and saving of log file from the device flash memory f) Centralized upgrade/backup and archiving of active devices

g) Export of network topology to JPEG or other standard formats.

11.0 CABLE

i) UTP CABLE

The UTP cable must be category 6 compliant UTP cable, with the following specifications; a) 4-pair cables with 100 ohm impedance. b) Compliant to standards such as TIA/EIA – 268-B. 2-1 and IEC 61156-5 c) Made of polyeletylene insulation d) Pulling force should support up to 50N/mm2 e) Low Smoke Zero Halogen outer sheath

ii) OPTICAL FIBRE CABLE

The fibre cable must be 8 core multimode fibre with the following specifications:- a) Cable size: 8 core.

b) Termination: SC Duplex connectors. c) Graded Index: Nominal 62.5/125 micro. m

12.0

13.0

CAT 6 PATCH PANELS The Contractor shall provide factory made patch panels, cat 6 complete with management and front designation strips, 110 PCB mounted connectors and integral RJ mounted jack sockets.

cable

FIBER PATCH PANELS All Backbone Fiber links to individual floors should be terminated on Fiber Patch Panels. Connector interfaces should support ST, Sc simplex, Sc duplex, FC, LC or MT-RJ.

Backbone cabling inclusive of switches and all necessary accessories shall be carried out in readiness for the termination of edge switches. The Backbone cabling shall be flexible and allow for easy ‘add on’s’ for future expansions. Hence enough capacity shall be allowed for future expansion.

F1/14

14.0 . .BACK BONE

Page 50: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

50

15.0 EDGE/FLOOR SWITCHES

These shall be per floor/wing and have enough capacity for expansion

16.0 COMPLETION COMMISSIONING OF STRUCTURED CABLING WORKS

16.1 Upon completion of the installation, all cabling links must be tested for the following parameters, using Level Three testers:-

a) Category 6 Cable Tests Wire Map

2. Length 3. 4.

Insertion Loss (Attenuation) NEXT Loss

5. PSNEXT Loss 6. 7. 8.

ELFEXT Loss, pair-to-pair PSELFEXT Loss Return Loss

9. ACR (Attenuation to crosstalk ratio) PSACR Propagation Delay Delay Skew

10. 11. 12.

b) Fibre Optic Cable Tests

1. Link attenuation (insertion loss) 2. Length

Any failing link must be diagnosed and corrected. The corrective action shall be followedwith a new test to prove that the corrected link meets the performance requirements.

The results should be recorded in one or several measure books showing test results of the cable components. In addition, the measurements must be recorded on two soft copies (CD-

ROM).

16.2 All components must be tested and a Completion Certificate issued stating the following:

a. b. c. d.

Number of outlets Type of cable Date completed Type of Warranty

In addition, an "as-built" package must be submitted with the following information

a. Updated floor plans b. c. d. e.

Wire/cable routing schematic Facility assignment records Horizontal cable test results Fibre Backbone test results

F1/15

1.

Page 51: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

51

17.0 Documentation

The contractor shall avail documentation (2 copies) detailing the layout and devices or components of the system and must include all information for maintenance technicians to run, service, extend or maintain the network. In particular, the documentation must be structured and contain the following:

a. b.

Synopsis of the cabling (primary and secondary) Charts of the distribution highlighting the details of the elements that have been installed

c. d.

Detailed map of socket layout (2 Soft copies on CD-ROM should be availed) Reports on measurements (2 Soft copies on CD-ROM should be availed)

The CD-ROMs provided shall include the software tools required to view, inspect and print any selection of test reports.

3.1 The Contractor will be required to give a per link warranty of at least fifteen (15) years for the structured cabling infrastructure and must provide a site certification certificate from the manufacturer of the cabling infrastructure not more than 30 days after completion of tests.

The contractor will be required to provide a sixty months warranty on the edge switches from the date of commissioning of the LAN.

19.0 ADDITIONAL NOTES

Tenderers should take note of the following

a) The network should be capable of carrying data, voice and video. QOS should be considered as part of installation and configuration of the network.

b) All active LAN equipments should be from the same manufacturer for seamless integration, management and maintenance.

c) Each floor should have a telecommunication Closet to house the necessary structured cabling components and active equipments.

F1/16

3.3

18.0 Warranty and Support

3.2 In the event of failure of the core switch, the contractor will be required to deliver any necessary parts on the next business day after determining that parts replacement is

required, during the standard work week (8 hours a day, 5 days a week). This support will be carried out by a field engineer and will run for a period of Twenty Four months from the date of commissioning of the LAN.

Page 52: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

52

PART 2/1

1.00 PARTICULAR SPECIFICATIONS

EPABX EQUIPMENT

1.01 DESCRIPTION OF THE SITE

The site of the proposed works is located at New Narumoru Level 4 Hospital

1.02 DESCRIPTION OF THE PROJECT

The works comprise the Supply, Installation, Testing and Commissioning of new E.P.A.B.X. Equipment and the associated cabling works.

1.03 CLIMATIC CONDITIONS

Mean Maximum Temperatures 29.4ºC

Mean Minimum Temperature 16.9ºC

Range of Relative humidity 47% - 85%

Salt in the atmosphere - NIL

Latitude /Longitude 00 06’S/34 35’E 0 0

Solar Radiation, February Mean Max 543 Langleys

Extremely heavy rains fall at certain periods of the year and the contractor shall be deemed to have taken account of this factor both in his prices and his planning of the execution of the contract works.

Equipment de-rating factors for the temperature and altitude shall be stated.

1.04 BOND FOR EPABX’s WITH PROVISIONAL TYPE APPROVAL

Where the EPABX offered for this tender does not possess full type approval from C.C.K but has provisional type approval, the tenderer will be required to submit the name of a separate surety who will be willing to be bound to the Kenya Government in an amount equal to the full value of the EPABX project for a period of 18 months from the date the EPABX is commissioned into service. The surety will be subject to the approval of the Government.

F2/1

Page 53: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

53

1.05 REGULATIONS

The contractor shall, in the execution and completion of the works in the detailed design for which he is responsible comply with the provisions of the following as necessary and relevant:

Communication Commission of Kenya (CCK)

The Kenya Communications Act

The Electronic Power Act and the Rules made there under.

The Kenya Power and Lighting Company Limited’s Bye-Laws.

The current edition of the “Regulations for the Electric Equipment of Buildings” issued by the Institution of Electrical Engineers.

The requirements of the Chief Inspector of Factories for the Kenya Government.

Kenya Bureau of Standards (KBS) Standard Specifications and Codes of Practice, or other equal and approved standard specifications and codes.

The Bye-Laws of the Local Authority.

Any other regulations applicable to Electric and Electronic Installations or Communications systems in Kenya.

The Employer’s Safety Regulations.

1.06 POSITION OF SERVICES AND EQUIPMENT

The route services and approximate positions of apparatus are shown on the contract drawings but their exact positions shall be determined by approved dimensional details on working drawings or on site by the P.M.

The contractor shall ascertain on site that his work will not foil other services or furniture and all services through the ducts must be readily accessible for maintenance and arranged to allow maximum access along the ducts. Any work which has to be redone due to negligence in this respect will be the contractor’s responsibility.

1.07 SETTING TO WORK AND REGULATING SYSTEMS

The contractor shall carry out such tests of the contract works as are required by KBS Standard Specifications and Codes of Practice, I.E.E Regulations or equal and approved codes, or the competent Authority. No testing or commissioning shall be under taken except in the presence of and to the satisfaction of the P.M. unless approved otherwise by him (contractor’s own preliminary and proving tests are exempted).

The contractor shall include in his tender for the costs for testing and commissioning the contract works as herein described. He shall submit for approval to the P.M. a suitable programme for testing and commissioning. The P.M. and the Employer shall be given ample warning as to the dates on which testing and commissioning will take place

F2/2

Page 54: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

54

The proving of any system of plant or equipment as to compliance with the specification shall not be approved by the P.M. except at his discretion until tests have been carried out under operating conditions appertaining to the most onerous conditions specified except where the time taken to obtain such conditions is unreasonable or exceeds 12 months after practical completion of the contract works.

1.08 IDENTIFICATION OF PLANT AND COMPONENTS The contractor shall supply and install identification labels to all plant and to all switches and items of control equipment with, where no excessive heating is involved, white Traffolyte or equal labels engraved in block lettering denoting the name/function and/or section controlled. Where heating is likely to distort Traffolyte approved aluminum labels with stamped or engraved lettering shall be used.

The labels shall be mounted on equipment and in most suitable positions. They shall be in English or in internationally understood symbols capable of being read without difficulty. The labels shall conform to descriptions used on record drawing. Details of the lettering of the labels and the method of mounts or supporting shall be forwarded to the P.M. for approval prior to manufacture.

1.09 WORKING DRAWINGS The contractor shall prepare such working Drawings as may be necessary. The working Drawings shall be completed in such detailed not only that the contract works can be executed on site but also that the P.M can approve the contractor’s designs and intentions in execution of the contract works.

Approved working drawings shall not be departed from except where provided for. Approval by the P.M. of working Drawings shall neither relieve the contractor of any of his obligations under the contract nor relieve him from correcting any errors found subsequently in the approved working Drawings or elsewhere associated therewith or with the works.

1.10 RECORD DRAWINGS

During the execution of works on site the contractor shall, in a manner approved by the P.M. record on working or other Drawings at site all information necessary for preparing Record Drawings of the installed contract Works. Marked-up working or other Drawings and other documents shall be made available to the P.M. as he may require for inspection and checking

Record Drawing shall include but are not restricted to the following drawings or information:- Working Drawings amended as necessary but titled “Record Drawings” and certified as

a true record of the as installed” contract works.

Fully dimensioned drawings of all plant and apparatus. System Schematic and trunking diagrams showing all salient information relating to control and instrumentation. Wiring diagrams of individual plant, apparatus and switch and control boards. These

diagrams to include these particular to individual plant or apparatus and else where applicable those applicable to system operation as a whole.

One reproducible copy of the Record Drawings of the contract works and Schematic Diagrams shall be provided not later that one month afterwards. Notwithstanding the contractor’s obligation referred to above, if the contractor fails to produce to the P.M.’s approval of the Record Drawings, within one month of partial or Practical Completion the Employer shall be at liberty to have these drawings produced by others. The cost of obtaining the necessary information shall be deducted from the out-standing payments due to the contractor.

F2/3

Page 55: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

55

1.11

1.12

TESTS

Both on completion of his work and at the end of the guarantee period the contractor shall carry out such tests as may be required in the presence of the P.M. or his representative, or the competent Authority and shall provide all necessary Instruments, labour and materials to do so. The Contractor shall pay such charges related to such tests if any.

QUALITY OF MATERIALS

Materials and apparatus required for the complete installation as called for in the specifications or Contract Drawings shall be supplied by the contractor unless specified otherwise.

Unless otherwise specified all materials (including equipment, fittings, cables) shall be new, of the best quality and approved origin.

1.13. TRAINING

In the direction and to the satisfaction of the P.M. the contractor shall arrange for the training of the attendant console operators, users and the administrators at the site or the contractor’s office on the workings of the EPABX. The cost of such training shall be included in the contractor’s prices.

1.14 EQUIPMENT GUARANTEE

The contractor shall undertake in writing to rectify free of charge, all faults arising from faulty components, materials, design or workmanship by the manufacturer or contractor whichever is applicable. This liability shall be for a minimum period of one calendar year from the date of acceptance of the equipment. Twelve months limitation notwithstanding, the period of liability shall not end until all defects which appear during the liability period have been rectified.

1.15 PATENT RIGHTS

The contractor shall fully indemnify the Government of Kenya, against any action, claim or proceeding relating to infringement of any patent or design rights, and shall pay any royalties which may be payable in respect of any article or any part thereof which shall have been supplied by the contractor to the P.M. and in like manner the government of Kenya shall fully indemnify the contractor against any such action, claim on proceeding for infringement or alleged infringement under the works the design thereof which shall have been supplied by the P.M. to the contractor, but this indemnity shall apply to the works only, and any permission or request to manufacture to the order of the P.M. shall not relieve the contractor from liability should he manufacture for, or supply to other buyers.

F2/4

Page 56: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

56

PART 2/2

2.00 TECHNICAL SPECIFICATIONS

2.01 SCOPE OF THE WORK The contractor shall supply, deliver, unload, test, commission, guarantee and be liable for defects, and be responsible for the initial maintenance, all as specified herein, of EPABX. The EPABX will be entirely Electronic, fully IP, ISDN native and with time multiplexing architecture.

The contractor shall supply and install associated items of plant equipment other than those clearly stated to be supplied by others. He shall supply and install all accessories, whether described in the specification or not, essential to the completion of the works to the satisfaction of the P.M.

All equipment supplied shall be type approved by CCK and the installation shall be approved by the Communications Commission of Kenya (the competent Authority) The tenderer shall be responsible for all negotiations with and payments to the commission. He shall also pay all fees.

2.02 MINIMUM REQUIREMENTS This specification defines minimum requirements, but tenderers which offer superior facilities will be considered.

Any tender which does not comply with the minimum requirements will be rejected.

2.03 EQUIPMENT FINISH The equipment finish shall be the responsibility of the contractor, who shall be responsible for its protection during erection and in the course of making good to the building finishes after equipment erection.

2.04 INTERFERENCE SUPPRESSION The equipment and all its accessories shall be suppressed so as not to interfere with any communications, radio, T.V., Security or electro-medical equipment, recording or computer systems.

2.05 DOOR KEYS The contractor shall keep the EPABX suite locked at all times when his staff are not present and shall at the conclusion of the contract hand over all keys to the P.M.

2.06 EQUIPMENT HARDWARE The tenderer shall quote for a multimedia applications Hybrid EPABX. The equipment must operate on dual processor.

2.07 EQUIPMENT SOFTWARE The equipment shall be preloaded with core software for driving it and giving it full operating flexibility. The list of features and services should be comprehensive and extensive and comprising of;-

System features Operator features

Standard telephone features Executive telephone features System administration features Digital Network features Data features

Special applications features

F2/5

Page 57: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

57

2.08 SYSTEM FEATURES The system features shall include but not limited to the following facilities;-

Direct inward dialing Direct outward dialing Dial pulse signaling DTMF to dial pulse conversion (Tone to pulse conversion) Direct Trunk access Class of Service Flexible assignment of printer ports Flexible numbering of extensions Flexile tone plan Group Hunting Multiple operator console Music on hold Tandem trunks Tie trunks Extension features e.g. call forwarding, busy override, conference(up to 8 conferences),camp on etc.

2.09 BARRING AND ROUTE RESTICTION

It shall be possible at will to bar any extension from access to the public exchange network. Selective route Restriction equipment is required on all both way and outgoing exchange lines to prevent any or all extensions from reaching certain areas of the public telephone network including all areas outside the borders of the Republic. The equipment shall prevent a user, after receiving main exchange dial tone, dialing any number of pre-selected 4 digit codes. It shall be possible to change such pre- selected codes easily and at will without the addition of further equipment, but a security system must prevent this being done by unauthorized persons. It shall not be possible to defeat this equipment from an extension by non-standard dialing, switch hook flashing, enquiry or transfer use, tie line transfer, switch follow on calls after an outside caller has disconnected, or in any other way except that which may be used especially for extensions entitled to full access.

It shall not be possible for an extension to receive public exchange dial tone without the route restriction being in circuit.

A follow-on call trap is required on the exchange lines, and this must not prevent the operator from flashing the main exchange.

It shall not be possible for an extension to originate a new outside call following the disconnection of an established call until the public exchange and local subscribers auto equipment has released, and the route restriction and barring equipment has been reset and re- connected to the circuit.

.

Camp-on-busy, Trunk offer, “call back” and automatic transfer facilities must not de-activate the barring and route restriction circuit.

The exchange should be suitable for the future addition of direct dialing-in facilities, ring back when free absent extension transfer.

F2/6

Page 58: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

58

2.10 CLASS OF SERVICE It is required to group subscribers at will into and/or more of the following categories;

Full Access Those permitted incoming calls, tie line calls, internal calls, and outside access to exchange lines and STD but not to the international codes.

Trunk Route Restriction Those permitted incoming call, tie line calls, internal calls, and outside access to local codes permitted by the trunk barring equipment.

Trunk Barred Those permitted incoming call, tie line calls, internal calls, and outside access via the operator.

Restricted Access Those permitted incoming calls and internal calls only.

Barred Access Those permitted tie line and internal calls only.

It should not be possible to transfer an exchange line from category (i) extension or from the switchboard to a category (ii) extension without

activating the route restriction equipment to prevent the barred extension dialing, unauthorized codes. It shall not be possible to transfer an exchange line to a category (iv) or (v) extension. There shall be a means of re-allocating subscriber access to the various EPABX facilities which shall be promoted by security systems that will prevent unauthorized alterations. The contractor will be responsible for programming the EPABX to incorporate the clients initial wishes regarding extension access to facilities, and for reprogramming it to incorporate such changes as the client wishes to make up to the end of the guarantee period. He will also be responsible for training such staff as the employer shall nominate to undertake reprogramming.

2.11 ATTENDANT CONSOLE

One or more operator attendant consoles as indicated in the list of main requirements shall be supplied, together with two operators’ handsets and two operator’s lightweight headsets per position. They shall be fitted with suitable lightweight plugs and jacks.

Each console shall be equipped with all necessary facilities for controlling, connecting and monitoring the progress of calls and shall display alarms as necessary.

Night service facilities will normally be provided such that the operator can route in-coming calls to pre-selected extensions when the console in not manned.

Attendant consoles will be multiplex so that the connecting cable will comprise a minimum number of pairs, with little restriction on the sitting of the consoles and positions shall be so common that any operator can attend to any call.

call presentation, chaining process, call back will be entirely managed by the EPABX. However, it will be possible to put certain call on individual hold, on keys which have been reserved to that effect.

The information displayed on the terminal give maximum details about the communication (normal call, urgent call, queue status, internal called-party, status of the terminal etc).

F2/7

Page 59: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

59

2.12 TELEPHONE INSTRUMENTS The acquiring of telephone instruments has been liberalized. However, they must be type- approved by the CCK and the tenderer must obtain the necessary approval.

(a) Executive Telephone Instruments The Executive Telephone instruments shall have but not limited to the following operating characteristics:-

Standard telephone facilities Abbreviated dialing Automatic ring back indication Calling number display Calls indication Call waiting display Do-not disturb indication Extension status indication Hands free Individual speed dialing LCD display (16 characters) Microphone unit. On hook dialing Password protection Repeat last number Ringing level and tune selection Store and redial Single key access to line features Intercom- It should be possible to use a pair as a secretarial set to facilitate intercom between the boss and the secretary without going through the EPABX.

(b) Standard Telephone Instruments The ordinary telephone instruments shall be of push button type. They shall at least have the following operating characteristics:-

Standard telephone facilities Automatic ring back indication Extension status indication Individual speed dialing Ringing level and tune selection Recall button

Repeat Last Number (Redial) 2.13 NUMBER SYSTEM

The number scheme will be:- Level O Access to PABX Telephone Operator

“ 9 “ to the main exchange “ 8 Night service “ 7 spare for future tie line access “ 6 Tie line access “ 5 spare for extensions “ 4 Extensions “ 3 Extensions “ 2 Extensions “ 1 Spare for special facilities.

2.14 EXCHANGE LINES Exchange lines shall be arranged for first party release. The PABX must be capable of processing the number of digits required for international calls in accordance with CCITT and CCIL recommendations.

A device shall be fitted to sense main exchange dial tone as there maybe considerable delay in receiving this after the seizure of a tree exchange line.

F2/8

Page 60: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

60

2.15 TIE LINES The lines will provide access to all extensions and the operator. They are to be for auto-auto working through signaling and first party release. Tones are to be returned over to tie lines.

Disconnect loop signaling is at present employed with a maximum loop resistance of 2000 ohms.

2.16 SYSTEM MAINTENANCE Test Equipment and Tools

A PABX routine test set and a set of maintenance tools are to be supplied. The tools are to be listed in schedule D.

Maintenance Features The PABX shall have the following system maintenance features:-

Line status monitoring device Station message data recording port System Working report On site system administration using a compatible terminal and attendant console. Remote system administration capability Automatic on-line diagnostic testing Maintenance diagnostic software programmes shall be provided which can be run as required whilst the PABX is in normal service.

Maintenance and Operating Manuals On practical completion of the works, the contractor shall furnish two sets of copies each of maintenance and operating manuals relating to the PABX installed. The manuals shall be legibly written in English and properly bound with hard cover.

They will include but not limited to:-

System description Fault finding procedure Maintenance and servicing periods and procedures Schematic and wiring diagrams of the equipment Record drawings

2.17 POWER SUPPLY Rectifier

The PABX shall be fed through rectifier and a DC –DC converter fed from 240V A.C. 50Hz power supply. The rectifier will be equipped with the following devices:-

- Security device to monitor the minimum and maximum authorized values of the output voltage. When one of the thresholds is reached, the power supply to the PABX must cut itself automatically “Floating” and automatic “Equalization” device with manual command of the “Equalization” mode and automatic switch back to “floating” mode once the battery is loaded.

The rectifier will be sized to supply power to the PABX and simultaneously allow re-loading of the battery within 10Hours maximum.

F2/9

Page 61: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

61

Battery A stationery battery is required to supply power during peak hours and mains supply failures and to provide smoothing for DC out put from the rectifier.

The battery shall be “Maintenance Free” and shall have sufficient capacity when fully charged to supply power to the PABX in the event of mains supply failure for minimum of 8 hours. The minimum DC out put shall be 48V DC = 10% and its life expectancy shall NOT be less than 10 years. Automotive or Traction battery will not be accepted.

Voltage stabilizer A voltage stabilizer of suitable rating is required. It shall have a response time of NOT more than 0.1 second and a correction range from -12% to +12% with surge/spike protection

Earthing An independent telecommunication earth shall be provided for the E.P.A.B.X and the MDF. The earth lead cable shall not be less than 6mm sq. and shall terminate to copper earth electrode(s) in a concrete manhole (300mm x 300mm) with a suitable concrete cover.

2.18 LIST OF MAIN REQUIREMENTS FOR PROPOSED E.P.A.B.X. 2.19

INITIALLY EQUIPED

16

ULTIMATE SIZE

24 Digital Trunk Lines

Digital Extensions

GSM Units

128

2

350

2

Operator’s Consoles

Operator’s Head sets

No. of Operators’ hand sets

No. of tie lines

4 4

8 4

8 4

8 8

F2/10

Page 62: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

62

2.19 OTHER REQUIREMENTS The E.P.A.B.X. shall: 1. Be fully IP 2. Have remote maintenance interface MDF and lightning protection. 3. Have a duplicated CPU and Voltage Stabilizer with each unit having its own power

supply. 4. Be of compact modular design with sub-lines pre-wired and easily removable 5. Save at least 50% power failure trunk transfer facility 6. Be able to support both digital and analogue circuits 7. Have a battery backup of at least 8 hrs autonomy (B 8. Have direct inward system access facilities and data communication services. 9. be equipped with flexible music on hold 10. Be ISDN ready 11. The system must support dial by name 12. Be Equipped with station Hunt groups facility. 13. be complete with a maintenance terminal facility with VDU and Key board. 14. Have call forwarding automatic call transfer, three party conference among other standard

features. 15. Be equipped with mains power supply Anti-surge, over-voltage and under-voltage

protection devices and lightning protectors for all cards. 16. Have facility for selection for night service/special night answer point. 17. Have on screen fault indication facility. 18. Have computer-telephone inter-face for digital instruments capability. 19. Be ready to accommodate either or all E1 and ISDN cards. 20. Be type approved by the CCK. The tenderer must indicate the type approval references

for the various parts that constitute the equipment. must be attached.

Photostat copies of type approvals

21. Be VOIP ( voice over IP) ready. 22. Be compatible for connection to Telkom Kenya Telecommunication network. 23. Shall incorporate communications server security

2.20 TELEPHONE MANAGEMENT SYSTEM

Scope of Works The works to be carried out comprise supply, installation, testing and commissioning of the following:

a) Telephone call management software b) 1 No. Desktop computer c) 1 No. DOT MATRIX LX300 Printer d) 1No. Medium duty UPS

Technical Specifications 1. Call Management Software

System Capabilities The software system shall be able to perform the following: 1. 2. 3. 4.

Telephone calls tracking Telephone calls costing/billing Telephone calls budgeting The software system shall be fully window based and run as a background task

F2/11

Page 63: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

63

5.

6.

All telephone call costs shall be computed basing on the prevailing service provider’s rates, or shall be customized for employer’s own use.

The software system shall have the capability of automatically barring and unbarring exchange lines and level 9 lines that shall go beyond their budget allocation and automatically reinstate them on budget re-allocation.

7.

8.

It shall also have the capability of automatically barring and unbarring roaming PINS that shall go beyond their budget allocation and automatically reinstate them on budget re-allocation.

The software system shall be able to allocate password to the users.

Reports Generated

The call management software shall be able to generate the following:- 1. Dates of calls 2. Duration of calls 3. 4. 5.

Extension numbers where calls originate Approximate cost of trunk calls Time of calls

6. 7.

Detailed report on call transfers Details of exchange lines used

8. Details of extension lines used 9. Detailed report of most frequently called numbers

Detailed report of longest calls for selected duration Detailed report of mobile calls by extensions Detail of most expensive calls within selected time Graphical presentation of reports

10. 11. 12. 13.

(a) Brochures for all equipment to be supplied, including batteries, MUST be attached, failure of which will lead to disqualification.

F2/12

Page 64: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

64

2.21 ITEMS TO BE STATED BY THE TENDERER

Delivery period from date of award of contract…………………………..weeks

Period required for installation from receipt of equipment ………………weeks

What is the name and model number of the EPABX for which you have tendered?………………………………..

In which countries is the EPABX and it PCB’s manufactured…………………………… ……………………………….

With what standard does the EPABX comply?…………………………………………..

Is a full stock of spares available in Kenya?……………………………………………

For how many years is the continuity of spare parts guaranteed? (A minimum of 10 years is required)………………………………………………..years

What is the busy hour traffic capacity of the EPABX assuming no delay in main exchange dial tone?……………………………………………………………………….

What is the maximum ambient temperature in which the EPABX will function satisfactorily?…………………………………………………………………………….

Is air conditioning required for the EPABX?…………………………………………….

Is protection against high transient line voltage incorporated?…………………………

How many pairs are required per extension line?……………………………………..

Is the operator’s console suitable for a blind operator? ………………………………

What is the guarantee period offered? ……………………………………………….. (Note: 12 months is the minimum)

Is an MDF incorporated in the EPABX? ………………………………………………

Capacity of the standby battery in A.H……………………………………………..

Output of charger in Amps ………………………………………………………….

F2/13

Page 65: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

65

PART 3: PARTICULAR AND TECHNICAL SPECIFICATIONS FOR CCTV AND ACCESS CONTROL SYSTEM

I) PARTICULAR SPECIFICATIONS OF MATERIALS AND WORKS

I.I Location of site NEW NAROMORU LEVEL 4 HOSPITAL Climate Conditions

The following climate conditions can apply at the site of the sub-contract works and all the plant, equipment, apparatus, materials and installations shall be suited for these conditions:

Mean maximum temperature Mean minimum temperature Range of relative humidity Salt content in the atmosphere Altitude

26.9 14.6

o

o C D.B. C D.B.

49% - 83% 0.2%

1 088 metres above sea level 01’ 22S Latitude

Solar radiation, June 652 mean max. Langleys.

Extremely heavy rains fall at certain periods of the year and the sub-contractor shall be deemed to have taken account of this factor both in his process and in his planning of the execution of the contract works. Equipment de-rating factors for the temperature and altitude shall be stated. It is intended that ventilation and air filtration, if any shall be provided by others. It is not intended that the accommodation shall be air conditioned. Any requirements of this nature upon which the tender is conditional shall be clearly stated in the tender.

Scope of The Works The works to be carried out include the supply, delivery, installation, testing, commissioning and leaving in servicing condition the Closed Circuit TV network at New Narumoru Level 4 Hospital as herein described in this specification. The works shall include, but not limited to the supply and installation of the following:

Fixed Digital Signal Processing Camera

Colour TV Monitors

Colour Digital Video Recorder

Control Equipment i.e,Multiplexer

3 Regulation and Standard The works shall comply with the provisions of the following as necessary and

relevant:

Electric Power Act

Kenya Bureau of Standards (KBS)

Institution of Electrical Engineers (LE.E) Wiring Regulations

Current recommendation of CCITT and CC1R

F3/1

Page 66: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

66

1.4 ELECTRICAL REQUIREMENTS

The equipment to be supplied shall be capable of being operated from 240V AC 50Hz power supply.

1.5: TECHNICAL SPECIFICATIONS FOR CLOSED CIRCUIT COLOUR TELEVISION SYSTEM

1.5.1 SET UP The offered system will cover all entrances and exits (external and floor level), general areas and will give a detailed view of all the targeted areas. All designated area will be covered by fixed high resolution indoor cameras as well as Outdoor fixed Day/Night cameras and PTZ cameras in order to get a comprehensive view of the activities in the building and around it. The offered system will allow recording of all cameras at any time at 30 IPS and 4CIF. The system will allow for at least 1 month storage of the recording from all cameras.

1.5.2 SYSTEM DESIGN The offered System will be based on Hybrid DVRs that allow connectivity of cameras through coax as well as IP infrastructure. The offered system will allow viewing of any camera from the control room.. Cameras will be connected using coax/UTP infrastructure. The offered system should have an open architecture that will allow unlimited expansion for any number of cameras. The offered system will allow for secure mode of communication. The system will be operated through a central video console station. The controller will be able to view and control all cameras from one keyboard.

1.5.3 MANDATORY REQUIREMENTS A. All equipment and materials used shall be standard components that are regularly

manufactured and used in the manufacturer’s system.

B.

C.

All systems and components shall have been thoroughly tested and proven in actual use.

All systems and components shall be provided with the availability of a, 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical assistance for either the dealer/installer or the end user at no charge.

D. All systems and components shall be provided with a one-day turn around repair express and 24-hour parts replacement. The repair and parts express shall be guaranteed by the manufacturer on warranty and non warranty items.

E.

F.

The supplier shall be the manufacturer, or the manufacturer appointed agent (proof to be submitted).

The Offered system has been installed and commissioned by the supplier in other locations.

G. The proposal will include operators training in Kenya and system manager factory training (at the manufacturer training facility).

F3/2

Page 67: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

67

1.5.4 DIGITAL VIDEO RECORDER

A. The digital video recorder shall capture high resolution video at up to 4CIF resolution and shall record up to 30 IPS at 4CIF resolution per channel. The digital video recorder shall allow for programmable recording schedules for each camera.

B. The digital video recorder shall have storage optimization technology to allow for automatic reduction of IPS after a period of time.

C. The digital video recorder shall incorporate motion detection capability, compatible with the Jog/Joystick keyboard for control and operation, and it shall allow the user to configure and program via a USB keyboard. The digital video recorder shall control PTZ cameras from the front panel as well as from the keyboard. The main monitor shall display multiple-screen formats and shall provide for the user interface. Programmable spot monitors shall be available for sequencing all inputs. Users shall be able to use an analog, and/or S-Video, or VGA monitor as a main monitor. The digital video recorder shall use Internet Protocol-based networking to deliver control and monitor of video recorders. All connections shall be made over a secure VPN connection, reducing the risks prevalent with public Internet- based data transfers.

D. The digital video recorder shall include e-mail on alarm, compact flash card operating system drive, programmable scripts, and a simplified icon based user interface. The digital video recorder shall incorporate a 10/100/1000 Mbps network port.

E. The digital video recorder shall meet or exceed the following design and performance specifications.

i) ELECTRICAL SPECIFICATIONS

A. B. C.

Power Input: Power Supply: Cable Type:

240 VAC, 50/60 Hz Internal

1 USA standard 1 UK standard (240 VAC, 3 prongs, molded connector)

ii) ENVIRONMENTAL SPECIFICATIONS A. B.

Operating Temperature: Operating Humidity:

10 to 35 C 20% to 80%, non-condensing

iii) PHYSICAL SPECIFICATIONS A. B.

Construction: Mounting:

Steel cabinet Desktop (feet) or rack 2 RU per unit, 1 RU between

units

F3/3

Page 68: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

68

iv) MECHANICAL SPECIFICATIONS

A. 1.

System Operating System: Microsoft Windows XP/ VISTA, Linux

2. User Interface: Semitransparent on-screen overlays

B. Video 1. Video Standards

a. Input: NTSC/PAL, composite

b. Output: NTSC/PAL, S-Video, composite VGA (1024 x 768)

MPEG-4 2.

3.

Video Decoding:

Video Resolutions: NTCS PAL

a. 4CIF:

b. 2CIF:

c. CIF:

704 x 480 704 x 576

704 x 288

352 x 288

704 x 240

352 x 240

4.

Video Inputs/Connectors: 4/8/16, BNC, looping,75 ohms, 0.5-1 Vp-p

5. Video Termination: Hi-Z, 75 ohms, software controlled

Up to recording rate 6. Display/Recording Speed:

7.

8.

Display Modes:

Video Outputs:

Single image, 2x2, 3x3, and 4x4

1, BNC, NTSC/PAL, 75 ohms, 1 Vp-p

1, S-Video, NTSC/PAL1, VGA

9. Video Storage At least 800GB DVD

C. Audio 1. Audio Decoding: G.711 speech codec

2. Audio Bit Rate:

3. Audio Levels:

64 kbps

Line-level input/output

Three or five 3.5 mm stereo jacks 4. Audio Connectors:

D. Network Interface: 10/100/1000 Mbps, Ethernet, RJ-45 port E. PTZ Control Interface: Front panel, KBD5000, or through remote client F. Alarms/Relays

1. Alarm Inputs:………… 1 per camera, programmable, 10 kohms,

triggered

G. Auxiliary Interface USB 2.0: 1 high-speed USB 2.0 port on the front panel and 2 high-speed USB 2.0 ports on the rear panel

H. Remote Control: zoom functions via

Full remote control operation of pan, tilts, and TCP/IP network

F3/4

Page 69: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

69

v) WARRANTY A. 18 months, parts and labor.

1.5.5 INDOOR FIXED MINI DOME SYSTEM

A.

B.

The indoor fixed mini dome system with camera and lens shall be quick and easy to install.

The indoor fixed mini dome system shall provide multiple methods of installation including: surface mounting onto ceiling or wall, recessed mounting in ceiling or wall, and pendant mounting with an optional parapet mount.

C. The indoor fixed mini dome system shall meet or exceed the following design and performance specifications.

i) ELECTRICAL SPECIFICATIONS

A. B.

Connectors 1 composite BNC ,1 UTP

Input Voltage 12 VDC or 24 VAC ( 10%), autosensing

ii) A. B. C.

VIDEO SPECIFICATIONS Imaging Device Signal System Video Output

1/3-inch imager PAL

1. Composite 1 Vp-p, 75 ohms

2. UTP 1 Vp-p, 100 ohms

D. E. F. G. H. I.

Picture Elements Dynamic Range Scanning System Synchronization

752 (H) x 582 (V) 102 dB typical/120 dB maximum 2:1 interlace Internal

Electronic Shutter Range Auto (1/60 to 1/100,000) Lens Type Varifocal with auto iris

J. K.

Focal Length 3.0 mm 9.5 mm Operation

1. Iris Auto (DC-drive)

2. Focus Manual Manual

3. Zoom Manual N/A

F3/5

Page 70: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

70

iii) CAMERA SPECIFICATIONS A. B.

Type Color, high resolution Horizontal Resolution 540 TV lines

C. Minimum Illumination 0.2 lux

iv)

v)

ENVIRONMENTAL SPECIFICATIONS A. EnvironmentIndoor

MECHANICAL SPECIFICATIONS A. Pan/Tilt Adjustment Manual

1. Pan 360°

2.

3.

Tilt 140° (20° to 160° range)

Rotation 360°

vi) WARRANTY A. 3 years, parts and labor.

1.5.6 OUTDOOR FIXED MINI DOME SYSTEM

A Type Day/night, high resolution, B. C.

Horizontal Resolution Minimum Illumination

540 TV lines Color: 0.15 lux at full frame rate B-W: 0.015 lux

at full frame rate

i) VIDEO SPECIFICATIONS A. B. C.

Imaging Device Signal System Video Output

1/3-inch pixel based imager PAL

1. Composite 1 Vp-p, 75 ohms

2. UTP 1 Vp-p, 100 ohms

D. E. F. G. H. I.

Picture Elements Dynamic Range Scanning System Synchronization

768 (H) x 494 (V) 752 (H) x 582 (V) 102 dB typical/120 dB maximum (CW/DW models) 2:1 interlace (progressive option for CW/DW) Internal

Electronic Shutter Range Auto (1/60 to 1/100,000) Lens Type Varifocal with auto iris

J. Focal Length 3.0 mm 9.5 mm (varifocal)

K. Operation 1.

2.

3.

Iris Auto (DC-drive)

Focus Manual

Zoom Manual

ii) ENVIRONMENTAL SPECIFICATIONS

A. B.

Environment: Operating Temperature:

outdoor -45°C to 50°C

iii) MECHANICAL SPECIFICATIONS

A. Pan/Tilt Adjustment Manual 1. Pan 360°

2. Tilt 140° (20° to 160° range)

3. Rotation 360°

F3/6

Page 71: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

71

iv) PHYSICAL SPECIFICATIONS A. Construction Aluminum with steel camera mounting bracket and

polycarbonate dome

v) WARRANTY A. 3 years, parts and labor.

1.5.7 INDOOR/OUTDOOR PTZ CCTV CAMERA DOME SYSTEM

A. The indoor/outdoor CCTV camera dome system shall be a discreet, miniature camera dome system consisting of a dome drive with a variable speed/high speed pan/tilt drive unit with continuous 360 rotation; 1/4- inch color/black-white CCD camera; motorized zoom lens with optical and digital zoom; auto focus; and an enclosure consisting of a back box, lower dome, and a quick-install mounting.

B. The indoor/outdoor CCTV camera dome system shall meet or exceed the following design and performance specifications.

i) DOME DRIVE

A. The variable speed/high speed pan/tilt dome drive unit shall meet or exceed the following design and performance specifications:

1. Pan Speed Variable between 400 per second continuous pan to

0.1° per second

2. Vertical Tilt Unobstructed tilt of +2 to -92

3. Manual Control Speed Pan speed of 0.1 to 80 per second, and pan at

150 per second in turbo mode. Tilt operation shall range from 0.1 to 40

per second

4. Automatic Preset Speed Pan speed of 400 and a tilt speed of 200

per second

5. Presets 256 positions with a 20-character label available for each

position; programmable camera settings, including selectable auto focus

modes, iris level, LowLight limit, and backlight compensation for each

preset; command to copy camera settings from one preset to another; and

preset programming through control keyboard or through dome system on-

screen menu

6.

7.

Preset Accuracy ± 0.1

Proportional Pan/Tilt Speed Speed decreases in proportion to the

increasing depth of zoom

8. Automatic Power Up User-selectable to the mode of operation; the

dome will assume when power is cycled, including an automatic return to

position or function before power outage

F3/7

Page 72: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

72

9. Zones 8 zones with up to 20-character labeling for each, with the

ability to blank the video in the zone

10.

11.

Motor Drive Cogged belt with 0.9° stepper motor

Motor Continuous duty and variable speed, operating at 18 to 32

VAC, 24 VAC nominal

12. Limit Stops Programmable for manual panning, auto/random scanning, and frame

scanning

13. Alarm Inputs Ability to control 7 alarm inputs located in the back box

14. Alarm Outputs Ability to control 1 auxiliary Form C relay output and 1 open collector

auxiliary output located in the back box

15. Alarm Output Programming Auxiliary outputs can be alternately programmed to

operate on alarm

16. Window Blanking: 8, four-sided user-defined shapes, each side with different lengths;

window blanking setting to turn off at user-defined zoom ratio; window blanking set to

opaque gray or translucent smear; blank all video above user-defined tilt angle; blank all

video below user-defined tilt angle

17. Patterns: 8 user-defined programmable patterns including pan/tilt/zoom and preset functions,

and pattern programming through control keyboard or through dome system on-screen menu

18. Pattern Length 8 patterns of user-defined length based on dome memory

23. Internal Clock Internal system clock, user programmable

24. Scheduler Internal scheduling system for programming presets, patterns, window

blanks, alarms, and auxiliary functions based on internal clock settings

25. Autosensing Automatically sense and respond to protocol utilized for controlling

the unit

26. Menu System

Auto Flip

Built-in setup of programmable functions

Rotates dome 180° at bottom of tilt travel 27.

28. Password Protection Programmable settings with optional password protection

29. Freeze Frame Freeze current scene of video during preset movement

31. Display Setup User-definable locations of all labels and displays and user-selectable time

duration of each display

32. Camera Title Overlay 20 user-definable characters on the screen camera title

display

35. Video Output Level

long video wire runs

User-selectable for normal or high output levels to compensate for

36. RJ-45 Jack Contains a plug-in jack on the dome drive for control and setup of the unit,

the uploading of new operating code and language file updates, and is compatible with

personal computers and PDAs such as Palm™ and iPAQ™ F3/8

Page 73: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

73

38. Remote Data Port

Compatibility Ability to set up and control unit, and upload new operating code and

language file updates through the easily accessible optional remote data port; remote data port

is also compatible with personal computers and PDAs such as Palm and iPAQ

B. The high resolution CCD camera shall meet or exceed the following design and performance specifications:

1. Image Sensor 1/4-inch EXview HAD CCD ™

2. Effective Pixels 752 x 582

3. Horizontal Resolution >540 TVL

4.

5.

6.

Lens f/1.4 (focal length, 3.4~119 mm; 35X optical zoom, 12X digital zoom)

Programmable Zoom Speeds

Horizontal Angle of View

3.2, 4.6, or 6.6 seconds

55.8° at 3.4 mm wide zoom, 1.7° at 119 mm

telephoto zoom

7. Focus Automatic with manual override

8. Sensitivity at 35 IRE 0.50 lux at 1/50 sec shutter speed (color)

0.062 lux at 1/3 sec shutter speed (color)

0.00014 lux at 1/1.5 sec shutter speed (B-W)

9. White Balance Automatic with manual override

10. Shutter Speed 1/1.5-1/30,000

11.

12.

13.

14.

Iris Control Automatic with manual override

Automatic/ off Gain Control

Video Output 1 Vp-p, 75 ohms

Wide Dynamic Range 128X

15. Motion Detection User-definable motion detection settings for each preset scene, can

activate auxiliary outputs, and contains three sensitivity levels per zone

ii) BACK BOX AND LOWER DOME A. The back box and lower dome shall meet or exceed the following design and performance

specifications: 1. Connection to Dome Drive Quick, positive mechanical and electrical disconnect without

the use any tools 2. Trap Door Easy access trap door that allows complete access to the installation wiring, and provides compete separation of the wiring from the dome drive mechanics when closed 3. Terminal Strips Removable terminal strips with screw-type terminals for use with a wide

range of wire gauge sizes

4. Auxiliary Connections 1 Form-C relay output at <40 V, 2 A maximum, and a second open

collector output at 32 VDC maximum at 30 mA

5. Alarm Inputs 7 alarm inputs

F3/9

Page 74: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

74

6. Integrated UTP Circuit Integrated circuit board that converts video output to passive

UTP transmission

7. Fiber Optic Compatibility Ability to plug into back box an optional fiber optic

module, or a third-party board that converts video output and control input for fiber optic

transmission

8. Third-Party Control Systems Ability to plug in an optional TXB board that

converts control signals from selected third-party controllers

9. Installation Instllatio- Quick-mount wall ,corner,pole,parapet,or ceiling adapter.

Operating TemperaturesMaximum temperature range of -4° to 45°C

Built-in memory storage of camera and location- specific dome

10.

11. Memory

settings such as presets and patterns; if new dome drive is installed in back box, all settings

will automatically download into new dome drive

12.

13.

14.

Colors Gray

Construction

Dome Color

Aluminum

Clear, smoked, chrome, and gold versions

iii) MANUFACTURER’S WARRANTY

A. Repair or replacement of defective parts for a period of three years from the date of shipment, including continuous motion modes.

1.5.7 CONTROL EQUIPMENT The control equipment shall be 32- channel colour multiplexer with integral keyboard for both desktop and rack mounted operation. The operation to be duplex mode.

Features to include: on screen level meter for setting up VMD.

on screen scope function to set up camera video level.

VCR control macros to enable auto start and control via single keystroke 2 levels of menu of

share user level functions.

"convert mode" for secret recording · Keyboard lockout

Innovative.

On screen engineer's overview of machine set up and parameters with prints out capability via RS232 port.

Individual dwell times.

Alarm log.

1.5.9 CABLES AND CONNNECTIORS

F3/10

All the cabling shall be carried out in conduits or trunking. Basically cables carrying video signal between cameras and TV monitoring via video control multiplexer equipment shall be coaxial multistride low loss RG59U cables. Cable connectors shall be BNC connectors. The positions for connectors and the equipments shall be directed and identified by the Project Manager on site.

Page 75: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

75

Bidders shall be required to visit the proposed site to ascertain cable routes and cable lengths before pricing the Bills of Quantities in this document. In this regard, the bidders shall be required to get in touch with the Project Manager, Chief Electrical and Mechanical Engineer (B. S), at Hill Plaza Building, along Ngong Road, Nairobi, during official working hours.

It shall be the responsibility of the contractor to provide wiring and connection diagrams for approval by the Project Manager.

1.5.10 UNINTERRUPTIBLE POWER SUPPLY (UPS)

This shall be an on-line Un-interruptible power supply with output rating of 2KVA, 240V, 50HZ single-phase supply. It shall provide power to the security surveillance system. It shall be microprocessor- based so that both output voltage and frequency are closely regulated and continuously monitored and also provide system diagnostic and shut down protection functions. It shall feature a maintenance by-pass to enable normal routine maintenance operations to be performed without interruptions to the system. It shall be fitted with both visual and audible alarms to indicate any change in equipment status such as:

input power problems

ups faults

ups overload

battery discharging

Other parameters are: Input supply: 240V AC 50HZ

Power factor: 0.7 lag at full load

Current limit: 125% of the normal

Output voltage: 240V AC 50 HZ

Output voltage tolerance: 2.5%

Output frequency tolerance : 0.05%

2.00 ACCESS CONTROL - SYSTEM

2.01 2- DOOR ACCESS CONTROLLER

The controller shall be capable of controlling 1No.(one) or 2 No.(two) doors in a stand – alone mode.

The controller shall have a built in power supply, with a battery back up facility and sufficient power to drive two locks.

The control should be able to provide time zoning, extensive door monitoring, logging of all events and hardware alarms – output.

Users parameters shall be done locally in the stand alone via a portable and easy to use compact programme using the English Languages Software.

The controller should be able to use the magstripe cards or the magnetically encoded keys as identifiers.

F3/11

Page 76: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

76

The card readers shall have a Pin-pad.

The power for the reader and for the electric lock shall be supplied via the controller.

2.02

2.03

MAGESTRIPS CARD

The cards shall be of a type that can accommodate a customer logo, photographs and text should they be required and they shall have a high coercivity magnetic strip.

DOOR CONTACTS

They shall be of the magnetic reed switch and the appropriate magnet and also of the normally open type.

F3/12

Page 77: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

77

PART 4/1 AUDIO VISUAL INSTALLATION WORKS

PARTICULAR SPECIFICATIONS

1.0

2.0

SITE LOCATION The sites of the proposed works is at NEW NAROMORU LEVEL 4 HOSPITAL

SCOPE OF WORKS The contract works shall comprise the supply, installation and commissioning of a functioning modern digital Audio Visual System that can be integrated with the public address system and comprising:

a) LCD Projectors b) Screens c) Amplifier unit d) Wireless Microphones e) Speakers f) VHF Receiver g) Cabling and all the other necessary accessories h) Testing and commissioning

3.0 CLIMACTIC CONDITIONS Mean Maximum Temperature: 25 Mean Minimum Temperature: Range of Relative Humidity: Salt in the atmosphere: Altitude:

o

o C C 12

39% - 97% 0.02% 1,600mm above sea level

Latitude/Longitude: 10 20’S/360 05’E o o Solar Radiation, February Mean Max: 630 Langley’s

4.0 MULTIMEDIA NETWORK

a) LCD Projectors at Main Board Room

Minimum of 3,000 lumens

Resolution: XGA (1024 x 768) Brightness: At least 3000 ANSI Lumens Uniformity: 85% (corner to center) LCD Panel System: Number of Pixels: Contrast Ratio: Image Size (diagonal): Aspect Ratio:

0.63” TFT Poly x 3 2,359,296 (786,432 x 3) 450:1(Lamp Mode ”Auto”, Image Mode ”Dynamic”) 40” – 300” 4:3

Throw Distance: Zoom/Focus: Zoom Ratio:

4.6’ – 41.3’ Automatic 1:1.2

Up/Down Ratio: 9:1

F4/1

Page 78: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

78

Digital Keystone Correction: Vertical: +/- 20 Projection System: Projection Lens: Lens Throw Ratio: Projection Lamp: Scanning Frequency: Dot Clock:

Polarized Beam Splitter optical system F1.65-1.81 / F0.89”-1.06” 1.72 - 207:1 220W UHP H Sync: 15-100kHz, V Sync: 50-100Hz 140MHz

Color System: PAL/PAL-M/PAL-N/SECAM/NTSC/NTSC4.43 Computer Compatibility: UXGA, WXGA, SXGA, XGA, SVGA, VGA, MAC Sound Output: One-piece, 1-watt Mono Voltage: dB Rating:

240V AC (auto Voltage) ; 50Hz 29 dB (Eco mode)

Dimensions (WxHxD): 13.2” x 3.1” x 9.4” (not including Adjustable Feet) PC Input Terminals: D-Sub15 x 2 (1 switch able in/monitor out)

Audio x 1 (Stereo mini-jack : common) Video Input Terminals: Composite Video (RCA x 1)

S-Video (Mini-DIN 4-pin) R & L/mono audio (RCA x 2) Component Video (D-Sub15 input w/optional cable) Audio for Component Video (stereo mini-jack : common)

Output Terminals: D-Sub15 x 1 (switchable In/monitor out) Variable Audio (stereo mini-jack) Mini DIN 8-pin Three years parts and labor; 90 days original lamp; Quick Repair Program under warranty

Service Port: Warranty:

Included Accessories: I/R Remote Control; 2 AA Batteries; Owner’s Manual(CD-ROM & Quick Reference Guide) VGA Cable; Lens Cap; PIN Code Label AC Power Supply Cord VGA/Component Video Cable Presentation Kit (Remote Control w/USB Infrared Receiver) Soft Carrying Bag Replacement Lamp

Regulatory Approvals: Complies with all relevant worldwide EMC, EMI and safety standards. The product should comply with FCC Class A, CSA C22.2 No. 950, UL 1950, cUL and IEC950 (EN60950) European Norm. Other features to include:

Network Capable RJ45 3LCD Technology Flexible installation-ceiling; 90 degrees upwards/downward tilts Dynamic detail enhancer – generates high quality images of outstanding clarity. Digital keystone adjustment Whisper quiet operation Horizontal/vertical picture shift Include Anti Theft Projector Ceiling Mount Provide 200m VGA Cable

F4/2

Page 79: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

79

1. Enhanced Feature Set

Progressive scan video reproduction 3D digital noise reduction User-selectable 4 or 2 lamp mode

Motorized zoom and focus Motorized lens shift (up and down, left and right)) Picture freeze function "No-show" mode function Presentation timer

Power management function Audio mute

2. Control/Networking

Automatic Multi-Scanning Set-up system (AMSS) (phase/tracking/position) USB type B Remote control jack RS232-C control port and loop-through via 9-pin D-sub terminal (in/out) Wired remote control IR remote keypad with mouse and laser pointer Front and rear IR receivers

Remote mouse control

3.0 Graphical User Interface Easy set-up and intuitive multi-language on-screen displays (OSD) (English,

German, French, Spanish, Italian, Portuguese, Dutch, Swedish, Chinese, Korean, Japanese)

4.0 Projection Screen

Electric type – Motor Driven Wall/Ceiling mountable Size 4m x 3.5m viewing angle Matte white surface Black/white border Wall mount switch

Optional wireless remote control

5.0 Laser Mouse

The Laser Mouse is to aid in presentations when using the digital projector. It should be a combination of a Laser Pointer and Radio Mouse in a compact design

The Laser Mouse should have: - Laser pointer and Mouse control in one device Wireless connection to the PC Small design Scrolling during presentations with Microsoft PowerPoint via right and left mouse key

Plug & Play compatible, no special drivers necessary

F4/3

Direct-key status function Blue back display Standby on-screen logo display Picture reverse scans function (left/right, top/bottom) for front, rear and inverted projection

Page 80: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

80

Laser pointer Control of the mouse cursor with the thumb Right and left mouse key as well as a special function key Ultra compact USB-radio receiver with power supply via USB port

Technical data o o o o

Frequency: Range: 10 m USB port, compatible with Microsoft Windows 98, Me, XP and 2000 Power supply: USB receiver directly via PC, remote unit via battery (Type CR2032 DV 3V)

433,92 MHz

o o o

Dimensions: Remote unit 12,5 x 3,6 x 1,98 cm (LxWxH), Receiver 5,75 x 2,0 x 1,0 cm (LxWxH) Supplied with: Lasermouse, USB receiver, Battery for Lasermouse, Installation and User Manual

8.0 Ceiling Loud Speakers 1 Enclosure: Bass reflex 2 Rated output: 60W 3. 4. 5. 6. 7.

Impedance: 8 Ohm Wattage: 24/36W Sensitivity: 90dB Frequency response: 190 – 18,000 HZ Ceiling mounted

F4/3

Page 81: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

81

Public Address and Monitor loudspeaker system

Active bi-amped Public Address and Monitor Power supply

Mminimum Technical specification and features

240AC 50HZ

1.2 1.3 1.4 1.5 1.6

Power capacity Construction Handles Adapter Design and shapes

160 watts

Extremely light and steady enclosure Custom horn ergonomic caring handles Adapter built into cabin Ideal for use in all professional audio application systems Asymmetrical profile use as a stage monitor Unimpeded access to control in all application condition Two in depended processors 400watts rms (pwm) “pulse width modulation” Technology 100watts rms class AB power amps 64mm coil and a powerful ultra light neodymium magnet Advance dynamic active protection of the drivers Assuring total reliability under extreme condition (ensuring prolonged acoustic feedback)

1.7 1.8 1.9 1.10 1.11 1.12 1.14

Controls 2 way bi amped systems Woofer HF drivers/horns LF drives HF Compression Optimization of the acoustic response

1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 1.23 1.24

Active electronic filters Professional control panel with Three band equalizer Impendence Frequency response Electronics crossover Sensitivity Maximum SPL Built in Power amplifier Input impendence/Sensitivity

24dB /oct XLR/Jack input combine Neutrik High-mid –low Preamp gain control and Master control 8 ohms 40hz-----20khz 1.8 98 125 2 mos Fet class AB with 2 independent Processors Mic 40dB/2 ohms

Line 0 dB /20kohms 1.25

1.26

Connections Combined XLR and ¼”Jack balanced Microphone /Line input and XLR for the link output

Accessories: Speaker stands

F4/5

Page 82: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

82

10 RADIO MICROPHONE SYSTEMS A. Hand held Transmitters (Dynamic cardioids)

Item Hand held Transmitters (Dynamic cardioids) Minimum Technical specification and features

2.1 2.2 2.3 2.4

Each system should comprise of; UHF Hand-held (vocal) wireless microphone/transmitter 64 or more selectable channel frequencies Maximum input level; 145dB SPL Input sensitivity control 2.5

2.6 2.7

ON /OFF Switch designed to prevent accidental activation LED Low battery indicator

2.8 2.9

Dynamic Microphone unit cardioid Frequency range 822—866 MHz UHF RF Carrier power; less than 50mw PLL Synthesizer

2.10 2.11 2.12 2.13 2.14 2.15 2.16 2.17 2.18 2.19

Maximum deviation: ± 40khz Battery; 6LR61(9V ONE) or equivalent Battery Life; more than 10 hours (Alkaline) Power/Battery indicator Antenna, 1/λ helical Antenna Ambient temperature 10° C to 50° c. Finish: Resin rubber coating Accessories: Stand adopters, storage case

1: 2-in/24-out Audio Press Feed (Mic/Line Switches on 12-Outputs

ITEM 3.1 3.2 3.3 3.4

Minimum Technical specification and features Power: AC MAINS (using AC-DC Adapter) Power: Consumption 250 mA (12 V DC) Receiving Frequency: 822 –870 MHz UHF 64 channels selectable frequencies.

3.5 Receiving System: Double supper heterodyne. 3.6 Audio Output: MIC – 60 dB/ Line - 20 dB 600Ω ¼” phone jack (unbalanced), XLR -3-

31 type connector (balanced) Mixing input: 20 dB 10KΩ ¼” phone jack (unbalanced) XLR -3-31 type connector 3.7

(balanced) 3.8 Antenna Input: 75Ω BNC (Phantom powering for antenna)- 9V DC.

3.9 Receiving sensitivity: Better than 80 dB. 310 3.11 3.12 3.13 3.14

Indication: Audio (11 steps) RF (11 steps) ANT A/B Audio (peak). Channel check: usable frequencies scanning. Digital Control I/O: Usable frequencies reading, frequencies input. Frequency response: 100 – 12 000 HZ ± 3dB. Accessories: Rack mounting brackets.

3.15 And sets of recommended spare parts

F4/6

Page 83: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

83

AUDIO PRESS FEED- 2-in/24-out Audio Minimum technical specification and features Description-

Audio Press Feed of high quality versatile unit for conferences, meetings, courtrooms, auditoriums, etc.

A portable unit mounted in a Halliburton aluminum case. Specifications

5.2

5.3 Audio: Two Balanced microphone (switch able to line inputs at 10k-ohms)

5.4 5.5

Gain controls VU Meter

Outputs: 5.6 5.7

16 Separate Outputs Each One: Transformer Isolated

b) Specifications for wire-conference/wireless system A: System overview

Microphone with fixed gooseneck, illuminated ring

Loudspeaker

Microphone button with led, to indicate request to speak or on/off status

Fixed connecting cables with 15- pin sub – D plug or wireless

Documentation output ( Mini jack socket 3.5mm)

To include Connection to recorders etc this should be compatibles to MCS100

B: Technical specification AF – Frequency response - 80 HZ-19KHZ

Interface-RS-232 9-pin sub –socket for external PC or media control systems

Two USB Interface - For external PC Connection

Switch- Button - ON/OFF – Switch.

-

Reset button for user specific adjustment

master reset button for manufacturer specific adjustment

AF- Output ---- XLR -Male ,Balance, Ungrounded 1.55V (+6dBm)

AF-Input AUX,XLR FEMALE,250mv -40Db- balanced

Audi output record- XLR male balanced

Limiter – compensates variation in speaking distance

Microphone – SHM 21/8 – 400 gooseneck microphones fixed with illuminated ring.

Loud speaker wideband –integrated loud speaker with volume control

Speaker out 0dB—20dB.

C: Chairman Microphone One microphone with the following (Three Buttons)

Priority button

Microphone button

Clear button. F4/7

Page 84: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

84

Connections: i. 1x3 long cable with 15-pin sub D plug microphones lines or wireless

ii. -1x15 -pin sub -D socket. Microphone lines or wireless

iii. -1x mini –jack (3.5) documentation output.

iv. Approximate dimensions (without microphone)

v. Length; 180mm, width 150; Height 50mm

vi. Approximate weight (without microphone)

vii. Colour - stone grey or grey.

D: Delegate Microphone AF- Frequency Response -80 Hz—19 kHz

AF- output (+6dBm) balanced, microphone line

AF- output (-10 dBm) unbalance, mini –jack (3.5)

Limiter -Compensate variation in speaking distance, cannot be switched off

Speaker – wide band, integrated loud speaker

D:Volume control for loud speaker output (0db - 20db) One button- microphone.

Dual color LED microphone ;

Green- microphone on

Red – request to speak

5 DIP switches (No. 1-5) address of the microphone units (Binary code)

F: SOFTWARE 1. Configuration Menu

User interface:

Selection of desktop picture (load bit map), play back video signal or create video signal

using the built-in drawing program (designer).

Displaying of participants’ fields: microphone unit inactive, microphone unit active,

registration and speaker’s time expired.

Can be loaded externally as bitmap file or created with designer program.

Grid size for drag or drop of participants’ fields on the screen.

Designer for the design of user interface and participants’ field.

2. File Option Load/save of new user configuration.

Password configuration

3. Participants Participants’ name entry/credit

Functions statues participants, such as manual self-assignment, Registration ban on

speaking

4. Microphone unit option Entry of speaker’s time for all participants or specifically for each participant.

What happens after a speaker has run out of time: mute microphone unit or display event

in participants’ field.

Entry of conference time.

F4/8

Page 85: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

85

5. General: Interface configuration

NON: maximum number of open microphones

Design of partial windows as part of the overall user interface

Entry f conference time

6. Records Displaying of speaker’s time for all participants (single/overall time, save, print, load)

Help utility with detailed description of program and functions

C) Specifications for Video conferencing (Telepresence Room)

1. TelePresence Portfolio Features

Any-to-any interoperability support Advanced Audio codec support TelePresence Auto Collaborate TelePresence Event Controls TelePresence Expert on Demand support TelePresence Extended Reach (1.5-Mbps -T1/E1) TelePresence Recording Studio TelePresence WebEx Engage Configuration options Dialing buttons Directories Document camera controls Encryption Gigabit Ethernet switch Multipoint support Mute and hold Network-adaptive bandwidth usage Power over Ethernet (PoE) power support

Allow change of Settings

Signaling protocol support

Speed dial

System lighting

Volume control

2. Product Specifications

F4/9

Page 86: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

86

Any-to-any interoperability support

Allows for interoperate with standards-based H.323 videoconferencing systems and other HD endpoints.

Audio codec support

G.711 and advanced audio coding with low delay (AAC-LD) audio compression codecs are available.

TelePresence Auto Collaborate

allows users in all rooms to instantly see and share information or objects with others by simply plugging in a device such as a laptop computer or the integrated optional HD document camera.

An optional presentation codec is dedicated to the data channel to provide full-motion (30-fps) graphics and multimedia content Auto-Collaborate data channel.

TelePresence Event Controls

Through a web interface, event managers can control the flow of an event produced with a theTelePresence system - providing a cost-effective way to reach wide audiences with spectacular and compelling results.

TelePresence Expert on Demand support Product must offer customer service and point-of-sale services.

TelePresence Extended Reach

An optimized 720p TelePresence mode to provide wide-area bandwidth connections as low as 1.5-Mbps (T1/E1) speeds. The system maintains latency and packet loss while providing constrained bandwidth options for remote-office or telecommuter deployments.

TelePresence Recording Studio

Have an intuitive user interface on TelePresence

Allows replaying of recordings on TelePresence endpoints or on standard browser-based players.

SIP, IP, Dynamic Host Configuration Protocol (DHCP), Secure Shell (SSH) Protocol, 802.1p/q, and Real-Time Transport Protocol (RTP)

Connectivity

Ethernet (1 LAN, RJ-45 connection: 100/1000m), internal 4-port Ethernet switch, and high-definition video connector

Programming interfaces

Web-based user interface; IP address assignment can be statically configured or configured through the TelePresence administrator web interface

2020 lb (freight weight) (916 kg)

Maximum: 5292W (44.1A @ 240V)

Typical: 4410W ( 18.4A @ 240V)

Total typical heat dissipation*

3.3kW

11,200 BTU/hr

3.0

a)

Video and Audio Specifications

Bandwidth consumption

3-9 Mbps (720p) or 9-12 Mbps (1080p) for IP QoS connections recommended; on average, Mbps (1080p)

b) Video standards

H.264 F4/10

Protocols

Weight

Power

Page 87: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

87

Page 88: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

88

c)

d)

Frame rates

30 frames per second using H.264

Data and graphics frame rate

Graphics sharing at 5 frames per second (standard configuration)

Optional graphics sharing at 30 frames per second using a dedicated presentation codec

e)

f) 720p and 1080p

Resolution

1920 x 1080 native

g)

h)

i)

Audio standards

G.711 and AAC-LD (22 kHz)

Audio features

Dynamic Echo Cancellation for spatial audio

TelePresence High-Definition Camera

• CMOS 2- to 3-inch sensor

• C-mount Lens

• 1080p 30

• Minimum illumination 300 Lux

• Manual focus

5.0 Additional Specifications

a) Firmware upgrades

Downloadable

b) Video network features

Intelligent packet loss recovery of video transmission

Network interface

1 LAN or Ethernet (RJ-45); 100/1000 Mbps

Internal 4-port Ethernet switch with 2 PoE (IEEE 802.3af) ports on codec

6.0 Temperature Ratings

Relative humidity

10 to 95% (no condensing)

7.0 Regulatory Compliance

CE marking

UL/CSA/IEC/EN/AS/NZS/ 60950

FCC Part 15 Class A

CISPR22/EN55022 Class A

EN55024

5.0 GENERAL SPECIFICATIONS

CABLES AND CONNECTORS

. All the cabling shall be carried out in trunking. Basically, cables carrying video signal between cameras and TV monitoring via video control multiplexer equipment shall be Cat 6 cables. Connectors shall be RJ-45 jacks as appropriate F4/11

Page 89: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

89

WIRELESS ACCESS POINTS SPECIFICATIONS

ITEM SPECIFICATIONS 802.11N 3 x 3 multiple-input multiple-output (MIMO) with two spatial streams Maximal ratio combining (MRC)

20- and 40-MHz channels PHY data rates up to 300 Mbps Packet aggregation: A-MPDU (Tx/Rx), A-MSDU (Tx/Rx) 802.11 dynamic frequency selection (DFS) (Bin 5)

Cyclic shift diversity (CSD) support Sopported data rates 802.11a: 6, 9, 12, 18, 24, 36, 48, and 54 Mbps

802.11g: 1, 2, 5.5, 6, 9, 11, 12, 18, 24, 36, 48, and 54 Mbps

802.11n data rates (2.4 GHz[1] and 5 GHz):

Maximum Number of 2.4 GHz Non overlapping 802.11b/g:20 MHz: 3 Channels 802.11n:20 MHz: 3

5 GHz

802.11a:20 MHz: 24 802.11n:20 MHz: 24 40 MHz: 11

Integrated Antenna 2.4 GHz, gain 4.0 dBi, horizontal beamwidth 360° 5 GHz, gain 4.0 dBi, horizontal beamwidth 360°

External Antenna (Sold Separately)

Certified for use with antenna gains up to 6 dBi (2.4 GHz and 5 GHz) 802.11n antennas delivering optimal coverage for a variety of

deployment scenarios

Interfaces 10/100/1000BASE-T autosensing (RJ-45) Management console port (RJ-45)

Indicators Status LED indicates boot loader status, association status, operating

status, boot loader warnings, boot loader errors

Dimensions (W x L x H)

Access point (without mounting bracket): 8.7 x 8.7 x 1.84 in. (22.1 x 22.1 x 4.7 cm)

Weight 1.9 lbs. (0.86 kg)

Page 90: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

90

System Memory 256 MB DRAM 32 MB flash

Input Power Requirements

AP1600: 44 to 57 VDC Power Supply and Power Injector: 100 to 240 VAC; 50 to 60 Hz

Powering Options

802.3af Ethernet Switch Power Injectors (AIR-PWRINJ4=, AIR-PWRINJ5=) Local Power Supply (AIR-PWR-B=)

Power Draw

AP1600: 12.95 W Note: When deployed using PoE, the power drawn from the power sourcing equipment will be higher by some amount dependent on the length of the interconnecting cable. This additional power may be as high as 2.45W, bringing the total system power draw (access point + cabling) to 15.4W.

Warranty Limited Lifetime Hardware Warranty

Compliance

Standards

Safety: UL 60950-1 CAN/CSA-C22.2 No. 60950-1 UL 2043 IEC 60950-1 EN 60950-1 Radio approvals: FCC Part 15.247, 15.407 EMI and susceptibility (Class B) FCC Part 15.107 and 15.109 VCCI (Japan) EN 60601-1-2 EMC requirements for the Medical Directive 93/42/EEC IEEE Standard: IEEE 802.11a/b/g, IEEE 802.11n, IEEE 802.11h, IEEE 802.11d Security: 802.11i, Wi-Fi Protected Access 2 (WPA2), WPA 802.1X Advanced Encryption Standards (AES), Temporal Key Integrity Protocol

(TKIP) EAP Type(s): Extensible Authentication Protocol-Transport Layer Security (EAP-TLS) EAP-Tunneled TLS (TTLS) or Microsoft Challenge Handshake

Authentication Protocol Version 2 (MSCHAPv2) Protected EAP (PEAP) v0 or EAP-MSCHAPv2 Extensible Authentication Protocol-Flexible Authentication via Secure

Tunneling (EAP-FAST) PEAPv1 or EAP-Generic Token Card (GTC) EAP-Subscriber Identity Module (SIM) Multimedia: Wi-Fi Multimedia (WMM ™ ) Other: FCC Bulletin OET-65C RSS-102

Page 91: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

91

LAPTOP SPECIFICATIONS ITEM REQUIREMENT Processor / Chipset Intel Core i7-6700HQ with Intel HD Graphics 4000 (Quad-Core Processor 6M

Cache, up to 3.5 GHz) System Memory 8GB DDR4 Storage Subsystem Interface Serial ATA 1TB Display/ Graphics LCD Backlight Technology LED backlight, 14” Optical Drives Optical Drive DVD±RW (±R DL) / DVD-RAM Audio and Video Graphics Processor Intel HD Graphics 4600 Integrated Webcam External Ports Multi-format digital media card reader for MMC and SD cards, 1 VGA, 1 HDMI, 1

headphone-out, 1 microphone-in, 1 USB 2.0,2 USB 3.0, 1 RJ45 Wireless Connectivity 802.11b/g/n, Bluetooth Input One Touch Function Keys, built-in numeric keyboard, multi-touch clickpad

Card Reader Type - card reader

Supported Flash Memory – MultiMedia Card, SD Memory Video Graphics Intel HD Graphics 4000 (up to 1.65 GB) Power Supply 220 – 240 VAC, 50/60 Hz Operating System Windows 10 Professional Application Software Latest MS Office 2013 Professional licensed

Latest version of Kaspersky Internet Security with CDs and one year license key Laptop Bag Laptop Bag Warranty One (1) Year Manufacturer Warranty

Page 92: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

92

PoE SWITCH SPECIFICATIONS

ITEM REQUIREMENT

Description 48 Ethernet 10/100 ports with IEEE 802.3af and pre standard PoE 4 SFP-based Gigabit Ethernet ports 32-Gbps, high-speed stacking bus Innovative stacking technology 1 RU stackable, multilayer switch Enterprise-class intelligent services delivered to the network edge IP Services software feature set (IPS) Provides full IPv6 dynamic routing

Performance 32-Gbps switching fabric

• Stack-forwarding rate of 38.7 mpps for 64-byte packets

• Forwarding rate: 6.5 mpps

• 128 MB DRAM and 32 MB Flash memory

• Configurable up to 12,000 MAC addresses

• Configurable up to 20,000 unicast routes

Number of Ports 48

Connectors and Cabling 10BASE-T ports: RJ-45 connectors, 2-pair Category 3 (Cat-3), 4, or 5 unshielded twisted-pair (UTP) cabling 100BASE-TX ports: RJ-45 connectors, 2-pair Cat-5 UTP cabling 100BASE-FX ports: MT-RJ connectors, 50/125 or 62.5/125 micron multimode fiber 1000BASE-T ports: RJ-45 connectors, 2-pair Cat-5 UTP cabling 1000BASE-T SFP-based ports: RJ-45 connectors, 2-pair Cat-5 UTP cabling 1000BASE-SX, -LX/LH, -ZX, and CWDM SFP-based ports: LC fiber connectors (single-mode, or multimode fiber) 10GBASE-ER XENPAK-based port (single-mode) 10GBASE-LR XENPAK-based port (single-mode) stacking ports: copper-based Management console port: RJ-45-to-DB9 cable for PC connections

Indicators Per-port status LEDs: link integrity, disabled, activity, speed, and full-duplex indications System-status LEDs: system, RPS, and bandwidth-utilization indications

Dimensions 1.73 x 17.5 x 16.1 in. (4.4 x 44.5 x 40.9 cm)

Page 93: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

93

Mean Time Between Failure (MTBF)

165,243 hours

Power Supply Maximum 3750G-48PS 590W

Measured 100% Throughput Power Consumption (with maximum possible PoE loads)

Switch Power: 541W PoE Power :370W Total Output BTU :581 BTU/hour

Input Voltage and Frequency 100-240VAC, 4.0-8.0A, 50-60 Hz

Standards IEEE 802.1s IEEE 802.1w IEEE 802.1x IEEE 802.3ad IEEE 802.3af IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports IEEE 802.1D Spanning Tree Protocol IEEE 802.1p CoS classification IEEE 802.1Q VLAN IEEE 802.3 10BASE-T IEEE 802.3u 100BASE-T IEEE 802.3ab 1000BASE-T IEEE 802.3z 1000BASE-X

Original detailed and highlighted Brochures must be submitted.

Page 94: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

94

SCHEDULE OF UNIT RATE

SECTION G

Page 95: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

95

SCHEDULE OF UNIT RATES

DESCRIPTION ITEM QTY/UNIT RATE(KSHS)

1.

2.

3.

Analog Executive telephone instrument

Analog Standard telephone instrument

16 port edge switch

No.

No.

No

G1

Page 96: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

96

BILLS OF QUANTITIES

1. Statement of Compliance

a)

b)

I confirm compliance of all clauses of the General Conditions, General Specifications and Particular Specifications in this tender.

I confirm I have not made and will not make any payment to any person, who can be perceived as an inducement to win this tender.

Signed: …………………………………….for and on behalf of the Tenderer

Date: ………………………………………………………………………….

Official Rubber Stamp: ……………………………………………………………

i

Page 97: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

97

SCHEDULE OF CONTRACT DRAWINGS

(THERE ARE NO DRAWINGS IN THIS CONTRACT)

Page 98: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

98

SECTION VII

BILLS OF QUANTITIES

Notes for preparing Bills of Quantities

1.0 Preamble to Bill of Quantities

a) The Bill of Quantities shall form part of the Contract Documents and is to be read in conjunction

with the Instructions to Tenderers, Conditions of Contract Parts I and II, Specifications and

Drawings.

b) The brief description of the items in the Bill of Quantities is purely for the purpose of identification,

and in no way modifies or supersedes the detailed descriptions given in the conditions of Contract

and Specifications for the full direction and description of work and materials.

c) The Quantities set forth in the Bill of Quantities are estimated and provisional, representing

substantially the work to be carried out, and are given to provide a common basis for tendering and

comparing of Tenders. There is no guarantee to the Contractor that he will be required to carry out

all the quantities of work indicated under any one particular item or group of items in the Bill of

Quantities. The basis of payment shall be the Contractor’s rates and the quantities of work actually

done in fulfilment of his obligation under the Contract.

d) The prices and rates inserted in the Bills of Quantities will be used for valuing work executed, and

the Engineer will measure the whole of the works executed in accordance with this Contract.

e) A price or rate shall be entered in ink against every item in the Bill of Quantities with the exception

of items, which already have provisional sums, affixed thereto. The Tenderers are reminded that

no “nil” or “included” rates or “lump-sum” discounts will be accepted. The rates for various items

should include discounts if any. Tenderers who fail to comply will be disqualified.

f) Provisional sums (including Day works) in the Bill of Quantities shall be expended in whole or in

part at the discretion of the Engineer in accordance with Sub-clause 52.4 and Clause 58 of part of

the Conditions of Contract.

g) The price and rates entered in the Bill of Quantities shall, except insofar as it is otherwise provided

under the Contract, include all Constructional plant to be used, labour, insurance, supervision,

compliance, testing, materials, erection, maintenance or works, overheads and profits, taxes and

duties together with all general risks, liabilities and obligations set out or implied in the Contract,

transport, electricity and telephones, water, use and replenishment of all consumables, including

those required under the Contract by the Engineer and his staff.

h) Errors will be corrected by the Employer for any arithmetic errors in computation or summation as

follows:

(a) Where there is a discrepancy between amount in words and figures, the amount in words

will govern; and

Page 99: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

99

(b) Where there is a discrepancy between the unit rate and the total amount derived from the

multiplication of the unit price and the quantity, the unit rate as quoted will govern, unless

in the opinion of the Employer, there is an obviously gross misplacement of the decimal

point in the unit price, in which event the total amount as quoted will govern and the unit

rate will be corrected.

(c) If a Tenderer does not accept the correction of errors as outlined above, his Tender will be

rejected.

i) The Bills of Quantities, unless otherwise expressly stated therein, shall be deemed to have been

prepared in accordance with the principles of the latest edition of the Civil Engineering Standard

Method of Measurement (CESMM).

j) “Authorized” “Directed” or “Approved” shall mean the authority, direction or approval of the

Engineer.

k) Unless otherwise stated, all measurements shall be net taken on the finished work carried out in

accordance with the details shown on the drawings or instructed, with no allowance for extra cuts

or fills, waste or additional thickness necessary to obtain the minimum finished thickness or

dimensions required in this Contract. Any work performed in excess or the requirements of the

plans and specifications will not be paid for, unless ordered in writing by the Engineer.

l) (a) Hard material, in this Contract, shall be defined as the material which, in the opinion of the

Engineer, require blasting, or the use of metal wedges and sledgehammers, or the use of compressed

air drilling for their removal, and which cannot be extracted by ripping with a dozer tractor of at

least 150 brake horse power (112 kilowatt) with a single, rear-mounted, hydraulic ripper. Boulders

of more than 0.2m3 occuring in soft material shall be classified as hard material (b) Soft material

shall be all material other than hard material.

2.0 The objectives of the Bills of Quantities are;

(a) to provide sufficient information on the quantities of Works to be performed to enable tenders to

be prepared efficiently and accurately; and

(b) When a Contract has been entered into, to provide a priced Bills of Quantities for use in the

periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bills of Quantities in

sufficient detail to distinguish between the different classes of Works, or between Works of the

same nature carried out in different locations or in other circumstances which may give rise to

different considerations of cost. Consistent with these requirements, the layout and content of the

Bills of Quantities should be as simple and brief as possible.

3.0 The Bills of Quantities should be divided generally into the following sections:

(a) Preliminaries.

The preliminaries should indicate the inclusiveness of the unit prices, and should state the

methods of measurement which have been adopted in the preparation of the Bills of Quantities

and which are to be used for the measurement of any part of the Works.

The number of preliminary items to be priced by the tenderer should be limited to tangible items

such as site office and other temporary works, otherwise items such as security for the Works

Page 100: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

100

which are primarily part of the Contractor’s obligations should be included in the Contractor’s

rates.

(b) Work Items

(i) The items in the Bills of Quantities should be grouped into sections to distinguish

between those parts of the Works which by nature, location, access, timing or any

other special characteristics may give rise to different methods of construction or

phasing of the Works or considerations of cost. General items common to all

parts of the Works may be grouped as a separate section in the Bills of Quantities.

(ii) The brief description of the items in the Bill of Quantities should in no way

modify or supersede the detailed descriptions given in the Contract drawings,

Conditions of Contract and Specifications.

(iii) Quantities should be computed net from the Drawings, unless directed otherwise

in the Contract, and no allowance should be made for bulking, shrinkage or

waste. Quantities should be rounded up or down where appropriate.

(iv) The following units of measurement and abbreviations are recommended for use.

Page 101: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

101

Unit Abbreviation

Unit Abbreviation

cubic meter

hectare

hour

kilogram

lump sum

meter

metric ton (1,000 kg)

M3 or cu m

ha

h

kg

sum

m

t

millimeter

month

number

square meter

square millimeter

week

mm

mon

nr

m2 or sq m

mm2 or sq mm

wk

(v) The commencing surface should be identified in the description of each item for

Work involving excavation, boring or drilling, for which the commencing surface

is not also the original surface. The excavated surface should be identified in the

description of each item for Work involving excavation for which the excavated

surface is not also the final surface. The depths of Work should be measured

from the commencing surface to the excavated surface, as defined.

(c) Day work Schedule

A Day work Schedule should be included if the probability of unforeseen work, outside the items

included in the Bills of Quantities is relatively high. To facilitate checking by the Employer of

the realism of rates quoted by the tenderers, the Day work Schedule should normally comprise:

(i) a list of the various classes of labour, and materials for which basic Day work rates or

prices are to be inserted by the tenderer, together with a statement of the conditions under

which the Contractor will be paid for Work executed on a Day work basis; and

(ii) a percentage to be entered by the tenderer against each basic Day work Subtotal amount

for labour, materials and plant representing the Contractor’s profit, overheads, supervision

and other charges.

(d) Provisional Quantities and Provisional Sums

(i) Provision for quantity contingencies in anyparticular tem or class of Work with

a high expectation of quantityoverrun should be made by entering specific

“Provisional Quantities” or “Provisional Items” in the Bills of Quantities, and not

by increasing the quantities for that item or class of Work beyond those of the

Work normally expected to be required. To the extent not covered above, a

general provision for physical contingencies (quantity overruns) should be made

by including a “Provisional Sum” in the Summary of the Bills of Quantities.

Similarly, a contingency allowance for possible price increases should be

Page 102: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

102

provided as a “Provisional Sum” in the Summary of the Bills of Quantities. The

inclusion of such provisional sums often facilitates budgetary approval by

avoiding the need to request periodic supplementary approvals as the future need

arises.

(ii) Provisional Sums to cover specialized works normally carried out by Nominated

Sub Contractors should be avoided and instead Bills of Quantities of the

specialised Works should be included as a section of the main Bill of Quantities

to be priced by the Main Contractor. The Main Contractor should be required to

indicate the name (s) of the specialised firms he proposes to engage to carry out

the specialized Works as his approved domestic sub-contractors. Only

Provisional Sums to cover specialized Works by statutory authorities should be

included in the Bills of Quantities.

(iii) Unless otherwise provided in the Contract, the Provisional Sums included in the

Bills of Quantities should always be expended in whole or in part at the discretion

of the Engineer after full consultation with the Employer.

(e) Summary

The Summary should contain a tabulation of the separate parts of the

Bills of Quantities carried forward, with Provisional Sums for Day works,

physical (quantity) contingencies, and price contingencies (upward price

adjustment) where applicable.

Page 103: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

103

CONTRACT PRELIMINARIES

ITEM DESCRIPTION QTY UNIT RATE AMOUNT

1 Discrepancies Clause 1.02

2 Site Location clause 1.06.

3 Scope of Contract works Clause 1.08

4 Firm Price Contract Clause 1.12

5 Bond Clause 1.15

6 Government Legislation and Regulation Clause

1.16

7 Insuarance company Fee Clause 1.18

8 Sample and Materials Generally Clause 1.21

9 Contractors office in Kenya Clause 1,23

10 Setting to work and Regulating system clause

1.29

11 Identification of Plant Compponents Clause

1.30

12 Working Drawings Clause 1.32

13 Record Drawings (As Installed)and

instructions

Clause 1.33

14 Maitanance Manual Clause 1.34

15 Hand Over Clause 1.35

16 Painting Clause 1.36

17 Testing and Inspection-Manufactured Plant Clause 1.38

18 Testing and Inspection-Installtion Clause 1.39

19 Storage of Materials Clause 1.41 20 Initial Maintanance Clause 1.42 21 Temporary Works Clause 1.63 22 Supervision by Engineer and Site Meetings

Clause 1.67 23 Contractors Obligation and Employers

Obligation Clause 1.69 24 Any Other Preliminaries

Total Carried to Grand summary page

CP

Page 104: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

104

ITEM DESCRIPTION QTY UNIT RATE TOTAL

BILL NO 1

TYPICAL FLOOR-STRUCTURED CABLING

Supply,Install, Test and Commission

The Following

HORIZONTAL CABLING

1 RJ45 Cat UTP (Dual) Data and voice

outlets complete with faceplates 25 no

2 3M RJ45-RJ45 cat 6 UTP factory termi-

nated patch cords as siemons for

use at workstations. 25 no

3 3M, RJ45-RJ11 Patch cords betwwen

Data outlet and Telephone handset. 25 no

4 1M,RJ45-RJ45 Cat 6 UTP factory

terminated patch cords as siemons

to be used in the cabinet. 20 no

5 Cat 6 UTP 4 pair screened cable as

siemons pulled betwwen cabinet and

outlet plates. 2,200 lm

6 IDC (insulation displacement connect-

ors )-RJ45 1M patch cords jacks. 166 no

7 IDC Voice termination kit 1 no

CABINETS

8 22U Wall mounted cabinet

power outlet sockets. 1 no

9 Cable Managers 4 no

collection carried to summary

SC/1

Page 105: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

105

ITEM DESCRIPTION QTY UNIT RATE TOTAL

10 240V, 50 Hz,1000VA, Smart Ups

power supply unit with USB and

Serial Port as APC or an approved

equivalent. 1 no

11 48 Port Switch as described in the particular specifications. 1 no

12 Earthing the system item

13 Any other Item that maybe necessary

to complete the system

a)

b)

c)

BACKBONE CABLING

14 1000 BASE X 8 Core Multimode Fibre

Optic cable 45 m

15 48 Port Data Patch panel 1 no

15 48 port Voice Patch panel 1 no

16 Dual Fibre optic patch leads 3 no

17 SC-SC Fibre patch cord 1 no

collection carried to summary

collection from SC/1

collection from above

Total for Typical Floor ×4

Total for 4 no Floors Structured cabling

ITEM DESCRIPTION QTY UNIT RATE TOTAL

MAIN DISTRIBUTION CABINET ROOM

Horizontal Cabling

Page 106: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

106

1 Fibre Optic 62.5/125 µm multimode

2 Fibre Optic Map IT Patch Panel 3 no

3 Flat Mode fibre adapter module 12 no

4 Multimode Pigtails, 1 M 6 no

5 Multimode connectors 12 no

6 42U Floor Standing Cabinet,66×600 1 no

7 500-Pair Telephone Cable 100 lm

8 DEM-20IF 1000base Fibre convertor 6 no

9 Horizontal cable Managers 12 no

10 12-Port core switch(Active and

Redundant 2 no

11 Any other Item to complete Installation

at Server Room item

12 Ällow fo Preparing and Presenting

warranty ,documentation, cabling

layout,indelible point labels and

test results.) To be submited as a

bound report. item

13 5KVA, Un-interuptible power supply unit 1 no

14 48 Port Fibre Optic Patch panels 3 no

Collection for Cabinet Room carried to summary

SC/3

Page 107: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

107

ITEM DESCRIPTION QTY UNIT RATE TOTAL

SUMMARY FOF STRUCTURED CABLING

1 Collection From SC/2 for Horizontal

Cabling for 4 Floors

2 Collection From SC/3 for Main Cabinet room

Cabling and works

Total for Structured Cabling Works

SC/4

ITEM DESCRIPTION QTY UNIT RATE TOTAL

BILL NO 2- IP/EPABX

Supply,Install ,Test and Commission

Page 108: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

108

The Following÷

1 IP/Electronic PABX equiped with

4 Co Lines/8ISDN Card/64 exten-

sions/ 1 Operator position and

can to 6 lines/2 tie lines/132

extensions/1 operator position

and complete with call magement. 1 no

2 A battery set for the EAPX

with enough capacity to serve

all auxiliry equipment linked to

For a period minimum 8 hours. 1 no

3 An AC voltage stabiliser for EPABX 1 no

as sollatec or an approved equivalent.

4 Provide Telecommunication Earth

for EAPBX. 1 NO

4 Modem for SDN card. 2 no

TELEPHONE WIRING AND TELEPHONE

INSTRUMENTS

5 IP Telephone Instruments

a)Standard as Karel or approved 45 no

equivalent

b)Executive Set/secretarial complete

with AC power adaptor as Karrel or 16 no

an approved equivalent.

Total for IP/PABX for 4 Floors

SC/5

ITEM DESCRIPTION QTY UNIT RATE TOTAL

BILL NO 3-CCTV WORKS

Page 109: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

109

Supply, Install, Test and Commision the

Following:

INDOOR INSTALLATION

1 Indoor fixed Mini dome system cameras

22 no

2 24 Port-EN, Fast EN, Gigabit EN-10

Base-T, 100 Base TX, 1000 Base-T+

(empty)-plug-in module, PoE. 2 no

3 Cat 6-E, 4 Pair STP terminated in

Rj45 as appropriate and drawn in H/G

new conduiits and trunking. 400 LM

CONTROL ROOM

4 Monitoring Server, dual core 64

bit server. 1 no 5 PCI VGA Cards, Connectors port,

TV/S-Video port, DVI Port 2 no

6 IP Surveillance software for viewing

and Recording Live video of pre-

mises. 1 lot 7 24 Port-EN, Fast EN, Gigabit EN-

Base-T, 100-Base TX, 1000Base. 1 no

8 24-Port patch -panel, patch cords

and all the necessary accessories 2 no

9 Computer rack, Computer desk

top for monitors. 1 lot

10 Power Supply Unit Complete with

all accessories including 1000VA

Ups 1 NO

collection carried to summary

SC/6

Page 110: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

110

ITEM DESCRIPTION QTY UNIT RATE TOTAL

11 Cat 6, 4 Pair STP terminated in

RJ 45 as appropriate and drawn

in H/G conduit. 300 lm

12 LCD TFT Panel display, 32'', HDMI

Input, Component Video input. 2 no

13 Installation, Programming, testing

and Commissioning of the system. item

14 Allow for any other items required

to complete the installation

i)

ii)

iii)

collection carried to summary

Carried From SC/4

Carried From Above

Total for CCTV works

ITEM DESCRIPTION QTY UNIT RATE TOTAL

Page 111: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

111

BILL NO 5-AUDIO VISUAL WORKS

Supply,Install, Test and Commiss-

ion the following:

1 6000 Lumens LCD projector for the

meeting rooms described in the

specifications. 1 no

2 LCD projector mount complete

with electric Lift for the above

item 1 no

3 Interäctive marker/white board

(3'×4' screen)- Panaboard UB5310G

Thermal 1275W with stand. 1 no

4 Medium laser presenter pointer

or scaler 1 no

5 36U Cabinet for housing audio

visual equipment in the meeting

room 1 no

6 96'' ceilling mounted-retractable

projection screen 1 no

7 Laptop Computer as i5 series

complete DVI Card and all other

accessories and software necessàry

as described in specifications. 2 no

8 1 KVA UPS-rack mounted UPS for

conference rooms 2 no

9 RG-59 Coaxial cable 1 roll

10 Ceilling mounted speakers as

described in the specifications 4 no

(conference rooms)

collection carried to summary

SC/8

Page 112: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

112

ITEM DESCRIPTION QTY UNIT RATE TOTAL

11 Table top mounted goose neck

speakers, 16 cm complete with

microphone points for conference

rooms 2 no

WIFI

12 Wireless router for wifi access points conference/meeting rooms

6 no

13 Cabling for the above item

14 Any other necessary item to make

the installation complete item

collection carried to summary

carried from SC/8

carried from above

total for Audio visual works

SC/9

Page 113: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

113

ITEM DESCRIPTION QTY UNIT RATE TOTAL

SUMMARY PAGE

1 Total for structured cabling

2 Total for IP/PABX

3 Total for CCtV works

5 Total for Audio visual works

TOTAL for SRUCTURED/IP/PABX/CCTV

SC/9

Page 114: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

114

ITEM DESCRIPTION QTY UNIT RATE TOTAL

PROVISIONAL SUMS

1 ALLow for ksh Nine hundred thousand Shillings

Only For Contingencies(900,000/=)

2 Allow for ksh two Hundred Thousand

Only For Project Management(200,000/=)

3 Allow For ksh One Hundred Thousand

Only For Testing the whole works.

(100,000/=)

Total for provisional sums carried to Grand Summary

PS

Page 115: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

115

GRAND SUMMARY

ITEM DESCRIPTION TENDER AMOUT OFFICIA USE

1 PRELIMINARIES

2 TOTAL FOR STRUCTURED/EPABX/CCTV WORKS

3 PROVISIONAL SUMS

4 GRAND TOTAL FOR STRUCTURED/EPABX/CCTV WORKS

6 Add 16% VAT

TOTAL FOR STRUCTURED /EAPABX/CCTV CABLING WORKS (ksh)

AMOUNT IN WORDS: ksh

Contractors Name

Address

Signature

Date

Witnes name

Address

Signature

Date

G/S

Page 116: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

116

SECTION V111

STANDARD FORMS

Page 117: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

117

SECTION VII1

STANDARD FORMS

(i) Form of Invitation for Tenders

(ii) Form of Tender

(iii) Appendix to Form of Tender

(iv) Letter of Acceptance

(v) Form of Agreement

(vi) Form of Tender Security

(vii) Performance Bank Guarantee (unconditional)

(viii) Bank Guarantee for Advance Payment

(ix) Tender Questionnaire

(xi) Confidential Business Questionnaire

(x) Statement of Foreign Currency Requirement

(xi) Schedule of Materials;- Basic Prices

(xii) Schedule of Labour;- Basic Prices

(xiii) Schedule of Plant and Equipment

(xv) Details of Sub-Contractors

(xvi) Certificate of Tenderer’s Site visit

(xvii) Form of Written Power of Attorney

(xviii) Key Personnel

(xix) Completed Civil Works

(xx) Schedule of Ongoing Projects

(xxi) Other Supplementary Information

(xxii) Request for Review Form

Page 118: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

118

FORM OF INVITATION FOR TENDERS

_______________________ [date]

To: _____________________________________ [name of Contractor]

_____________________________________ [address]

_____________________________________

_____________________________________

Dear Sirs:

Reference: _________________________________________ [Contract Name]

You have been prequalified to tender for the above project.

We hereby invite you and other prequalified tenderers to submit a tender for the execution andcompletion of the

above Contract.

A complete set of tender documents may be purchased by you from _________________________

[mailing address, cable/telex/facsimile numbers].

Upon payment of a non-refundable fee of Kshs __________________

All tenders must be accompanied by ________________number of copies of the same and asecurity in the form

and amount specified in the tendering documents, and must be delivered to

____________________________________________________________________

[Address and location]

at or before _______________________ (time and date). Tenders will be opened immediatelythereafter, in the

presence of tenderers’ representatives who choose to attend.

Please confirm receipt of this letter immediately in writing by cable/facsimile or telex.

Yours faithfully,

_____________________________________ Authorised Signature

_____________________________________ Name and Title

Page 119: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

119

FORM OF TENDER

TO: __________________________ [Name of Employer) ____________[Date]

__________________________ [Name of Contract]

Dear Sir,

1. In accordance with the Conditions of Contract, Specifications, Drawings and Bills of Quantities for the

execution of the above named Works, we, the undersigned offer to construct, install and complete such

Works and remedy any defects therein for the sum of

Kshs._____________________________ [Amount in figures] Kenya

Shillings___________________________________________________________________

________________________ [Amount in words]

2. We undertake, if our tender is accepted, to commence the Works as soon as is reasonably possible after the

receipt of the Project Manager’s notice to commence, and to complete the whole of the Works comprised in

the Contract within the time stated in the Appendix to Conditions of Contract.

3. We agree to abide by this tender until ___________________ [Insert date], and it shall remain binding upon

us and may be accepted at any time before that date.

4. Unless and until a formal Agreement is prepared and executed this tender together with your written

acceptance thereof, shall constitute a binding Contract between us.

5. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this ____________________ day of _______20________________

Signature __________________in the capacity of___________________

duly authorized to sign tenders for and on behalf of

_____________________________________________ [Name ofEmployer]

of___________________________________________ [Address of Employer]

Witness; Name______________________________________

Address_____________________________________

Signature___________________________________

Date_______________________________________

Page 120: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

120

APPENDIX TO FORM OF TENDER

(This appendix forms part of the tender)

CONDITIONS OF CONTRACT CLAUSE AMOUNT

Tender Security (Bank Guarantee only) Kshs

Amount of Performance Security

(Unconditional Bank Guarantee)

10.1 ___ percent of Tender Sum in the form of

Unconditional Bank Guarantee

Program to be submitted 14.1 Not later than ___ days after issuance of Order

to Commence

Cash flow estimate to be submitted 14.3 Not later than ___ days after issuance of Order

to Commence

Minimum amount of Third Party

Insurance

23.2 Kshs.

Period for commencement, from the

Engineer’s order to commence

41.1 ______ days

Time for completion 43.1 …………………………

Amount of liquidated damages 47.1 Kshs. per day

Limit of liquidated damages 47.1 ___% of Contract Value

Defect Liability period 49.1 Months

Percentage of Retention 60.5 ___ of Interim Payment Certificate

Limit of Retention Money 60.5 ___ % of Contract Price

Minimum amount of interim certificates 60.2 Contract value/Time for completion in months

Time within which payment to be made

after

Interim Payment Certificate signed by

Engineer

60.8 _______days

Time within which payment to be made

after

Final Payment Certificate signed by

Engineer

60.8 _________ days

Appointer of Arbitrator 67(3) Chief Justice of The Republic of Kenya

Page 121: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

121

Notice to Employer and Engineer 68.2 The Employers address is:

Chief Officer,Department of Health services,

……, P.O.Box …11200…

NYERI

The Engineer’s address is:

County Electrical Engineer (……),

Department of TPWI&Energy …,

P.O.Box……372

Nyeri

Signature of Tender…………………………………Date……………………

Page 122: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

122

LETTER OF ACCEPTANCE

[Letterhead paper of the Employer]

_______________________ [date]

To: _______________________

[Name of the Contractor]

_____________________

[Address of the Contractor]

Dear Sir,

This is to notify you that your Tender dated ___________________________ for the

execution of ________________________________________________

[Name of the Contract and identification number, as given in the Tender documents] for the Contract

Price of Kshs. __________________________ [amount in figures]Kenya

Shillings______________________________ (amount in words)] in accordance with the

Instructions to Tenderers is hereby accepted.

You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract

documents.

Authorized Signature …………………………………………………………………

Name and Title of Signatory …………………………………………………………

Attachment: Agreement

Page 123: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

123

FORM OF AGREEMENT

THIS AGREEMENT, made the _________________ day of ________ 20 ______

between________________________________________________of[or whose registered office is situated

at]__________________________________________

(Hereinafter called “the Employer”) of the one part AND

________________________________________________________of [or whose registered office is situated at]

_________________________________________ (hereinafter called “the Contractor”) of the other part.

WHEREAS THE Employer is desirous that the Contractor executes

________________________________________________________________________

(Name and identification number of Contract)(Hereinafter called “the Works”) located

at______________________________ [Place/location of theWorks] and the Employer has accepted the tender

submitted by the Contractor for the execution and completion of such Works and the remedying of any defects

therein for the Contract Price of Kshs___________________________ [Amount in figures], Kenya

Shillings_____________________________________________ [Amount inwords].

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 hereinafter referred to.

2. The following documents shall be deemed to form and shall be read and construed as part of this Agreement

i.e.

(i) Letter of Acceptance

(ii) Form of Tender

(iii) Conditions of Contract Part I

(iv) Conditions of Contract Part II and Appendix to Conditions of Contract

(v) Specifications

(vi) Drawings

(vii) Priced Bills of Quantities

3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,

the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any

defects therein in conformity in all respects with the provisions of the Contract

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of

the Works 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 thereto have caused this Agreement to be executed the day and year first before

written.

The common Seal of _________________________________________________

Was hereunto affixed in the presence of ________________________________

Signed Sealed, and Delivered by the said ______________________________

Binding Signature of Employer ________________________________________

Binding Signature of Contractor _______________________________________

In the presence of (i) Name_______________________________________

Address_____________________________________

Signature___________________________________

[ii] Name _______________________________________

Address________________________________

Signature____________________________________

Page 124: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

124

FORM OF TENDER SECURITY

WHEREAS ……………………………………….. (Hereinafter called “the Tenderer”) has submitted his tender

dated ………………………… for the construction of

………………………………………………………………………

…………………… (Name of Contract)

KNOW ALL PEOPLE by these presents that WE ……………………… having our registered office at

………………(hereinafter called “the Bank”), are bound unto ……………………………(hereinafter called “the

Employer”) in the sum of

Kshs...……….. for which payment well and truly to be made to the said Employer, the Bank binds itself, its

successors and assigns by these presents sealed with the Common Seal of the said Bank this ……………. Day of

………20…………

THE CONDITIONS of this obligation are:

1. If after tender opening the tenderer withdraws his tender during the period of tender validity specified in the

instructions to tenderers

Or

2. If the tenderer, having been notified of the acceptance of his tender by the Employer during the period of

tender validity:

(a) fails or refuses to execute the form of Agreement in accordance with the Instructions to Tenderers,

if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to

Tenderers;

(c) rejects a correction of an arithmetic error in the tender.

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand,

without the Employer having to substantiate his demand, provided that in his demand the Employer will

note that the amount claimed by him is due to him, owing to the occurrence of one or both of the two

conditions, specifying the occurred condition or conditions.

This 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 said date.

___________________________ ______________________________

[Date [ [signature of the Bank]

___________________________ ______________________________

[Witness] [Seal]

(Amend accordingly if provided by Insurance Company)

Page 125: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

125

PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)

To: _________________________ (Name of Employer) ___________ (Date)

__________________________ (Address of Employer)

Dear Sir,

WHEREAS ______________________ (hereinafter called “the Contractor”) has undertaken, in pursuance of

Contract No. _____________ dated _________ to execute _______________

(Hereinafter called “the Works”);

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a

Bank Guarantee by a recognised bank for the sum specified therein as security for compliance with his obligations

in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the

Contractor, up to a total of Kshs. ________________ (amount of Guarantee in figures) Kenya

Shillings__________________________________________ (amount of Guarantee in words), and we undertake to

pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Kenya

Shillings _________________________ (amount ofGuarantee in words) as aforesaid without your needing to

prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the

demand.

We further agree that no change, addition or other modification of the terms of the Contract or of the Works to be

performed thereunder or of any of the Contract documents which may be made between you and the Contractor

shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any change,

addition, or modification.

This guarantee shall be valid until the date of issue of the Certificate of Completion.

SIGNATURE AND SEAL OF THE GUARANTOR ___________________

Name of Bank ____________________________________________

Address ________________________________________________

Date ______________________________________________________

(Amend accordingly if provided by Insurance Company

Page 126: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

126

BANK GUARANTEE FOR ADVANCE PAYMENT

To: ________________________ [name of Employer] ___________ (Date)

___________________ [address of Employer]

Gentlemen,

Ref: _______________________________________________ [name of Contract]

In accordance with the provisions of the Conditions of Contract of the above-mentioned Contract,

We,_______________________________________[name and Address of Contractor] (hereinafter called “the

Contractor”) shall deposit with _______________________________[name of Employer] a bank guarantee to

guarantee his proper and faithful performance under the said Contract in an amount of

Kshs._____________[amount of Guarantee in figurers] Kenya

Shillings_____________________________________[amount of Guarantee in words].

We, ________________[bank or financial institution], as instructed by the Contractor, agree unconditionally and

irrevocably to guarantee as primary obligator and not as Surety merely, the payment to

___________________________[name of Employer] on his first demand without whatsoever right of objection on

our part and without his first claim to the Contractor, in the amount not exceeding

Kshs________________________[amount of Guarantee in figures] Kenya Shillings

_____________________________________________________________[amount of Guarantee in words], such

amount to be reduced periodically by the amounts recovered by you from the proceeds of the Contract.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to

be performed thereunder or of any of the Contract documents which may be made between

________________________ [name of Employer] and the Contractor, shall in any way release us from any liability

under this guarantee, and we hereby waive notice of any such change, addition or modification.

No drawing may be made by you under this guarantee until we have received notice in writing from you that an

advance payment of the amount listed above has been paid to the Contractor pursuant to the Contract.

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until

____________________________________ (name of Employer) receives full payment of the same amount from

the Contract.

Yours faithfully,

Signature and Seal __________________________________________________

Name of the Bank or financial institution ______________________________

Address ______________________________________________________________

Date _________________________________________________________________

Witness: Name: ____________________________________________________

Address: __________________________________________________

Signature: ________________________________________________

Date: _____________________________________________________

Page 127: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

127

TENDER QUESTIONNAIRE

Please fill in block letters.

1. Full names of tenderer

………………………………………………………………………………………

2. Full address of tenderer to which tender correspondence is to be sent (unless an agent has been appointed

below)

………………………………………………………………………………………

3. Telephone number (s) of tenderer

………………………………………………………………………………………

4. Telex address of tenderer

………………………………………………………………………………………

5. Name of tenderer’s representative to be contacted on matters of the tender during the tender period

………………………………………………………………………………………

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)

Page 128: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

128

DECLARATION FORM

Date

To

The tenderer i.e. (name and address)

declare the following:

a) Has not been debarred from participating in public procurement.

b) Has not been involved in and will not be involved in corrupt and fraudulent practices regarding

public procurement.

Title Signature Date

(To be signed by authorized representative and officially stamped)

Page 129: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

129

CONFIDENTIAL BUSINESS QUESTIONNAIRE

You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) or 2 (c)

and 2 (d) whichever applies to your type of business.

You are advised that it is a serious offence to give false information on this Form.

Part 1 – General

Business Name ………………………………………………………………………

Location of business premises; Country/Town……………………….

Plot No……………………………………… Street/Road …………………………

Postal Address……………………………… Tel No………………………………..

Nature of Business…………………………………………………………………..

Current Trade License No…………………… Expiring date…………………

Maximum value of business which you can handle at any time: K. pound………………………..

Name of your bankers………………………………………………………………

Branch…………………………………………………………………………………

Part 2 (a) – Sole Proprietor

Your name in full…………………………………… Age…………………………

Nationality………………………………… Country of Origin…………………

*Citizenship details …………………………………………………………………

Part 2 (b) – Partnership

Give details of partners as follows:

Name in full Nationality Citizenship Details Shares

1……………………………………………………………………………………

2……………………………………………………………………………………

3……………………………………………………………………………………

Page 130: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

130

Part 2(c) – Registered Company:

Private or public……………………………………………………………

State the nominal and issued capital of the Company-

Nominal Kshs…………………………………………………………………

Issued Kshs……………………………………………………………………

Give details of all directors as follows:

Name in full. Nationality. Citizenship Details*. Shares.

1.

………………………………………………………………………………………

2.

………………………………………………………………………………………

3.

………………………………………………………………………………………

4.

………………………………………………………………………………………

Part 2(d) – Interest in the Firm:

Is there any person / persons in …………… ……… (Name of Employer) who has interest in this firm?

Yes/No……………………… (Delete as necessary)

I certify that the information given above is correct.

……………………… ……………………… …………………

(Title) (Signature) (Date)

* Attach proof of citizenship

Page 131: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

131

STATEMENT OF FOREIGN CURRENCY REQUIREMENTS

(See Clause 60[5] of the Conditions of Contract)

In the event of our Tender for the execution of____________________

__________________________ (name of Contract) being accepted, we would require

in accordance with Clause 21 of the Conditions of Contract, which is attached

hereto, the following percentage:

(Figures)………………………… (Words)…………………………………

of the Contract Sum, (Less Fluctuations) to be paid in foreign currency.

Currency in which foreign exchange element is required:

………………………………………………………………………………………

Date: The ………… Day of …………….. 20…………….

Enter 0% (zero percent) if no payment will be made in foreign currency.

Maximum foreign currency requirement shall be

_____________ (percent) of the Contract Sum, less Fluctuations.

_____________________

(Signature of Tenderer)

Page 132: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

132

SCHEDULE OF MATERIALS;-BASIC PRICES

(Ref: Clause 70 of Conditions of Contract)

TECHNICAL SCHEDULE OF ITEMS TO BE SUPPLIED

(To be completed by Tenderer)

ITEM DESCRIPTION TYPE/MAKE COUNTRY OF

ORIGIN

1.

2.

3.

4.

5.

6.

7.

8.

9

10

Lighting switches

Twin Plastic molded Socket outlets

Lighting fittings;1200mm, 40W LED

1500mm, 58W single bare batten LED fluorescent fitting

Bulkhead fitting with aluminum alloy body and poly-

carbonate diffuser forPintype/screw type LED lamps

100W Spherical Screw-neck fitting

1200mm, 2 x 36W Twin bare batten LED fluorescent

fitting

250W, post Lantern fitting

Smoke Detector

Addressable smoke detector base

I certify that the above information is correct.

…………………………… ………………………… ……………………

(Title) (Signature) (Date)

Page 133: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

133

The prices inserted above shall be those prevailing 30 days before the submission of Tenders

and shall be quoted in Kenya Shillings using the exchange rates specified in the Appendix to

Form of Tender.

Prices of imported materials to be quoted CIF Mombasa or Nairobi as appropriate depending

on whether materials are imported by the tenderer directly or through a local agent.

Transportation costs for imported materials to be quoted from Mombasa or Nairobi as

appropriate to _______________ (Contract Site) depending on whether materials are imported

directly by the tenderer or through a local agent.

Page 134: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

134

LETTER OF NOTIFICATION OFAWARD

Address of Procuring Entity

_____________________

_____________________

To:

This is to notify that the contract/s stated below under the above mentioned tender have been awarded to you.

1. Please acknowledge receipt of this letter of notification signifying your acceptance.

2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter but not earlier

than 14 days from the date of the letter.

3. You may contact the officer(s) whose particulars appear below on the subject matter of this letter of

notification of award.

(FULL PARTICULARS)

SIGNED FOR ACCOUNTING OFFICER

RE: Tender No.

Tender Name

Page 135: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

135

FORM RB 1

REPUBLIC OF KENYA

PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD

APPLICATION NO…………….OF……….….20……...

BETWEEN

…………………………………………….APPLICANT

AND

…………………………………RESPONDENT (Procuring Entity)

Request for review of the decision of the…………… (Name of the Procuring Entity) of ……………dated

the…day of ………….20……….in the matter of Tender No………..…of …………..20…

REQUEST FOR REVIEW

I/We……………………………,the above named Applicant(s), of address: Physical

address…………….Fax

No……Tel. No……..Email ……………, hereby request the Public Procurement Administrative Review

Board to review the whole/part of the above mentioned decision on the following grounds , namely:-

1.

2.

et

c.

By this memorandum, the Applicant requests the Board for an order/orders that: -

1.

2

e

t

c

SIGNED ………………. (Applicant)

Dated on…………….day of ……………/…20…

Page 136: Tender No. 13 Narumoru Level 4 Hospital Structured Cabling

136

FOR OFFICIAL USE ONLY

Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of

………....20….………

SIGNED

Board Secretary