TENDER No. KFS/5/2016 - Kenya Forest Service

Transcription

TENDER No. KFS/5/2016 - Kenya Forest Service
KENYA FOREST SERVICE
PROVISION OF MAINTENANCE AND
SUPPORT SERVICES FOR ICT
EQUIPMENT
Bid No. KFS/5/2016 – 2017
AUGUST 2016
TABLE OF CONTENTS
Page
INTRODUCTION ……………………………………….
3
SECTION I
INVITATION TO TENDER………………………………….
4
SECTION II
INSTRUCTIONS TO TENDERERS………………………..
5
APPENDIX TO INSTITUTIONS TO TENDER ………….
19
SECTION III
GENERAL CONDITIONS OF CONTRACT………………
21
SECTION IV
SPECIAL COND1TIONS OF CONTRACT………………..
27
SECTION V
SCHEDULE OF REQUIREMENTS………………………
30
SECTION VI
TECHNICAL SPECIFICATIONS…………………………
31
SECTION VI
STANDARD FORMS……………………………………….
33
INTRODUCTION
The Kenya Forest Service is a corporate body that was established under the Forest
Act, 2005 (henceforth referred to as the Act). Commencing its operations in
February 2007, the Service’s expressed mandate is:
To enhance development, conservation and management of Kenya’s forest resources
base in all public forests, and assist County Governments to develop and manage
forest resources on community and private lands for the equitable benefit of present
and future generations.
Its functions are inter alia;
1.
Manage all forests on state, community & private land;
2.
Provide forest extension services by assisting forest owners, farmers and
Associations n the sustainable management of forests;
3.
Collect all revenue and charges due to the Government in regard to forest
resources produce and services;
4.
Empower and engage communities, private sector & other stakeholders in the
conservation and management of forests;
5.
Manage forests on water catchment areas primarily for purposes of water and
soil conservation, carbon sequestration and other environmental services;
6.
Promote national interests in relation international forest related conventions
and principles;
a) Being a State corporation with a disciplined force, the Service at times will
be required to participate in security operations.
b) Carry out aerial survey of biomass & tree cover as well as assisting the
central government in aerial survey of livestock, food crops & early
warning systems surveys.
c) Assist in disaster operations e.g. fire fighting, delivering food & medical
supplies to Kenyans in flooded or in hunger prone areas
d) Assist in medical evacuations for injured rangers, foresters or other
Kenyans in remote areas.
SECTION I - INVITATION FOR TENDERS
Date: 19.8.2016
TENDER REF. NO. KFS/5/2016 – 2017
TENDER NAME: PROVISION OF MAINTENANCE AND SUPPORT SERVICES
FOR ICT EQUIPMENT
1.1
Kenya Forest Service invites sealed tenders from eligible candidates for the
provision of maintenance and support services for ICT equipment.
1.2
Interested eligible candidates may obtain further information from and inspect the
tender documents at the Supply Chain Management Department at KFS
headquarters, Karura off Kiambu Road, P.O. Box 30513-00100, Tel 0202397660/020-8023042 Nairobi during normal working hours.
1.3
A complete set of tender documents may be obtained by interested candidates upon
payment of a non-refundable fee of Kshs. 1,000 in cash or bankers cheque payable
to the Director, Kenya Forest Service. The document can also be downloaded from
the KFS website www.kenyaforestservice.org or from the IFMIS suppliers portal;
supplier.treasury.go.ke free of charge. Those who download the tender document
and intend to submit a bid are required to submit their particulars to the Supply
Chain Department’s Office for records and for the purpose of receiving any further
tender clarifications and/or addendums.
1.4
Prices quoted should be net inclusive of all taxes, and delivery costs, must be in
Kenya Shillings and shall remain valid for 120 days from the closing date of the
tender.
1.5
Completed tender documents are to be enclosed in plain sealed envelopes, marked
with the tender number and name and be deposited in the Tender Box at Kenya
Forest Service Headquarters, Reception area or to be addressed to the Director,
Kenya Forest Service P.O. Box 30513-00100 Nairobi so as to be received before 1ST
August 2016 11:00a.m.
1.6
Tenders will be opened immediately thereafter in the presence of the candidates
representatives who choose to attend at Kenya Forest Service Headquarters canteen
located in Karura, off Kiambu road.
1.7
All bidders must Serialize their documents
Head Supply Chain Management,
FOR: Director, Kenya Forest Service
SECTION II – INSTRUCTIONS TO TENDERERS
TABLE OF CONTENTS.
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
2.13
2.14
2.15
2.16
2.17
2.18
2.19
2.20
2.21
2.22
2.23
2.24
2.25
2.26
2.27
2.28
2.29
2.30
2.31
Page
Eligible Tenderers …………………………………………………6
Cost of tendering ………………………………………………….6
Contents of tender documents ……………………………………...7
Clarification of Tender documents …………………………………7
Amendement of tender documents …………………………………8
Language of tenders ………………………………………………..8
Documents comprising the tender ………………………………….8
Form of tender ……………………………………………………...9
Tender prices ……………………………………………………….9
Tender currencies …………………………………………………..9
Tenderers eligibility and qualifications …………………………….9
Tender security …………………………………………………….10
Validity of tenders …………………………………………………11
Format and signing of tenders ……………………………………...11
Sealing and marking of tenders …………………………………….12
Deadline for submission of tenders ………………………………...12
Modification and withdrawal of tenders …………………………....12
Opening of tenders ………………………………………………….13
Clarification of tenders ……………………………………………..14
Preliminary Examination …………………………………………...14
Conversion to other currencies ……………………………………..15
Evaluation and comparison of tenders ……………………………...15
Contacting the procuring entity ……………………………………16
Post-qualification …………………………………………………..17
Award criteria ……………………………………………………...17
Procuring entities right to vary quantities ………………………….17
Procuring entities right to accept or reject any or all tenders ………17
Notification of award ……………………………………………....18
Signing of Contract ………………………………………………...18
Performance security ………………………………………………19
Corrupt or fraudulent practices …………………………………….19
SECTION II INSTRUCTIONS TO TENDERERS
2.1
Eligible tenderers
2.1.1. This Invitation to tender is open to all tenderers eligible as described in the
instructions to tenderers. Successful tenderers shall provide the services for
the stipulated duration from the date of commencement (hereinafter referred
to as the term) specified in the tender documents.
2.1.2. The procuring entity’s employees, committee members, board members and
their relative (spouse and children) are not eligible to participate in the
tender unless where specially allowed under section 131 of the Act.
2.1.3. Tenderers shall provide the qualification information statement that the
tenderer (including all members, of a joint venture and subcontractors) is not
associated, or have been associated in the past, directly or indirectly, with a
firm or any of its affiliates which have been engaged by the Procuring entity
to provide consulting services for the preparation of the design,
specifications, and other documents to be used for the procurement of the
services under this Invitation for tenders.
2.1.4. Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible.
2.2
Cost of tendering
2.2.1 The Tenderer shall bear all costs associated with the preparation and
submission of its tender, and the procuring entity, will in no case be
responsible or liable for those costs, regardless of the conduct or outcome of
the tendering process.
2.2.2 The price to be charged for the tender document shall not exceed
Kshs.5,000/=
2.2.3 The procuring entity shall allow the tenderer to review the tender document
free of charge before purchase.
2.3
Contents of tender documents
2.3.1. The tender document comprises of the documents listed below and addenda
issued in accordance with clause 6 of these instructions to tenders
i)
ii)
Instructions to tenderers
General Conditions of Contract
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
Special Condtions of Contract
Schedule of Requirements
Details of service
Form of tender
Price schedules
Contract form
Confidential business questionnaire form
Tender security form
Performance security form
Principal’s or manufacturers authorization form
Declaration form
2.3.2. The Tenderer is expected to examine all instructions, forms, terms, and
specifications
in
the
tender
documents.
Failure
to
furnish all information required by the tender documents or to submit a
tender not substantially responsive to the tender documents in every respect
will be at the tenderers risk and may result in the rejection of its tender.
2.4
Clarification of Documents
2.4.1. A prospective
candidate
making
inquiries of
the
tender
document may notify the Procuring entity in writing or by post, fax or email
at the entity’s address indicated in the Invitation for tenders. The Procuring
entity will respond in writing to any request for clarification of the tender
documents, which it receives no later than seven (7) days prior to the
deadline for the submission of tenders, prescribed by the procuring entity.
Written copies ofthe
Procuring entities response (including an
explanation of the query but without identifying the source of inquiry) will
be sent to all prospective tenderers who have received the tender documents”
2.4.2. The 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
2.5
Amendment of documents
2.5.1. At any time prior to the deadline for submission of tenders, the
Procuring entity, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective tenderer, may
modify the
tender documents
by issuing
an
addendum.
2.5.2. All prospective tenderers who have obtained the tender documents will be
notified of the amendment by post, fax or email and such amendment will be
binding on them.
2.5.3. In order to allow prospective tenderers reasonable time in which to take the
amendment into account in preparing their tenders, the Procuring entity, at
its discretion, may extend the deadline for the submission of tenders.
2.6
Language of tender
2.6.1. The tender prepared by the tenderer, as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the
Procuring entity, shall be written in English language. Any printed literature
furnished by the tenderer may be written in another language provided they
are accompanied by an accurate English translation of the relevant passages
in which case, for purposes of interpretation of the tender, the English
translation shall govern.
2.7
Documents Comprising the Tender
The tender prepared by the tenderer shall comprise the following
components:
(a) A Tender Form and a Price Schedule completed in accordance
with paragraph 9, 10 and 11 below.
(b) Documentary evidence established in accordance with Clause 2.11
that the tenderer is eligible to tender and is qualified to perform the
contract if its tender is accepted;
(c) Tender security furnished is in accordance with Clause 2.12
(d) Confidential business questionnaire
2.8 Form of Tender
2.8.1 The tenderers shall complete the Form of Tender and the appropriate Price
Schedule furnished in the tender documents, indicating the services to be
performed.
2.9
Tender Prices
2.9.1 The tenderer shall indicate on the Price schedule the unit prices where
applicable and total tender prices of the services it proposes to provide under
the contract.
2.9.2 Prices indicated on the Price Schedule shall be the cost of the services
quoted including all customs duties and VAT and other taxes payable:
2.9.3 Prices quoted by the tenderer shall remain fixed during the term of the
contract unless otherwise agreed by the parties. A tender submitted with an
adjustable price quotation will be treated as non-responsive and will be
rejected, pursuant to paragraph 2.22.
2.9.4 Contract price variations shall not be allowed for contracts not exceeding
one year (12 months)
2.9.5 Where contract price variation is allowed, the variation shall not exceed 10%
of the original contract price.
2.9.6 Price variation requests shall be processed by the procuring entity within 30
days of receiving the request.
2.10 Tender Currencies
2.10.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in the
appendix to in Instructions to Tenderers
2.11 Tenderers Eligibility and Qualifications.
2.11.1 Pursuant to Clause 2.1 the tenderer shall furnish, as part of its tender,
documents establishing the tenderers eligibility to tender and its
qualifications to perform the contract if its tender is accepted.
2.11.2 The documentary evidence of the tenderers qualifications to perform the
contract if its tender is accepted shall establish to the Procuring entity’s
satisfaction that the tenderer has the financial and technical capability
necessary to perform the contract.
2.12 Tender Security
2.12.1 The tenderer shall furnish, as part of its tender, a tender security for the
amount and form specified in the Invitation to tender.
2.12.2 The tender security shall be in the amount not exceeding 2 per cent of the
tender price.
2.12.2 The tender security is required to protect the Procuring entity against the risk
of Tenderer’s conduct which would warrant the security’s forfeiture,
pursuant to paragraph 2.12.7
2.12.3 The tender security shall be denominated in a Kenya Shillings or in another
freely convertible currency and shall be in the form of:
a) A bank guarantee.
b) Cash.
c) Such insurance guarantee approved by the Authority.
d) Letter of credit
2.12.4 Any tender not secured in accordance with paragraph 2.12.1 and 2.12.3 will
be rejected by the Procuring entity as non responsive, pursuant to paragraph
2.20
2.12.5 Unsuccessful tenderer’s security will be discharged or returned as promptly
as possible but not later than thirty (30) days after the expiration of the
period of tender validity prescribed by the procuring entity.
2.12.6 The successful tenderer’s tender security will be discharged upon the
tenderer signing the contract, pursuant to paragraph 2.29, and furnishing the
performance security, pursuant to paragraph 2.30.
2.12.7 The tender security may be forfeited:
(a) If a tenderer withdraws its tender during the period of tender validity
specified by the procuring entity on the
Tender Form; or
(b) In the case of a successful tenderer, if the tenderer fails:
(i) to sign the contract in accordance with paragraph 30
or
(ii) to furnish performance security in accordance with paragraph 31.
(c) If the tenderer rejects, correction of an error in the tender.
2.13 Validity of Tenders
2.13.1 Tenders shall remain valid for 60 days or as specified in the invitation to
tender after date of tender opening prescribed by the Procuring entity,
pursuant to paragraph 2.18. A tender valid for a shorter period shall be
rejected by the Procuring entity as nonresponsive.
2.13.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s
consent to an extension of the period of validity. The request and the
responses thereto shall be made in writing. The tender security provided
under paragraph 2.12 shall also be suitably extended. A tenderer may refuse
the request without forfeiting its tender security. A tenderer granting the
request will not be required nor permitted to modify its tender.
2.14 Format and Signing of Tender
2.14.1 The tenderer shall prepare two copies of the tender, clearly / marking each
“ORIGINAL TENDER” and “COPY OF TENDER,” as appropriate. In the
event of any discrepancy between them, the original shall govern.
2.14.2 The original and all copies of the tender shall be typed or written in indelible
ink and shall be signed by the tenderer or a person or persons duly
authorized to bind the tenderer to the contract. All pages of the tender,
except for unamended printed literature, shall be initialed by the person or
persons signing the tender.
2.14.3 The tender shall have no interlineations, erasures , or overwriting except as
necessary to correct errors made by the tenderer, in which case such
corrections shall be initialed by the person or persons signing the tender.
2.15 Sealing and Marking of Tenders
2.15.1 The tenderer shall seal the original and each copy of the tender in separate
envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The
envelopes shall then be sealed in an outer
envelope.
The
inner
and
outer
envelopes
shall:
(a) be addressed to the Procuring entity at the address given in the invitation
to tender
(b) bear, tender number and name in the invitation to tender and the words:
“DO NOT OPEN BEFORE(Tuesday, 6th September 2016 at 10:00 A.M),”
2.15.3 The inner envelopes shall also indicate the name and address of the tenderer
to enable the tender to be returned unopened in case it is declared “late”. —
2.15.4 If the outer envelope is not sealed and marked as required by paragraph
2.15.2, the Procuring entity will assume no responsibility for the tender’s
misplacement or premature
opening.
2.16 Deadline for Submission of Tenders
2.16.1 Tenders must be received by the Procuring entity at the address
specified under paragraph 2.15.2 no later than (Tuesday, 6th September 2016
at 10:00 A.M)
2.16.2 The procuring entity may, at its discretion, extend this deadline for the
submission of tenders by amending the tender documents in accordance with
paragraph 6, in which case all rights and obligations of the procuring entity
and candidates previously subject to the deadline will thereafter be subject to
the deadline as extended.
2.16.3 Bulky tenders which will not fit in the tender box shall be received by the
procuring entity as provided for in the appendix.
2.17 Modification and withdrawal of tenders
2.17.1 The tenderer may modify or withdraw its tender after the tender’s
submission, provided that written notice of the modification , including
substitution or withdrawal of the tender’s is received by the procuring entity
prior to the deadline prescribed for the submission of tenders.
2.17.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed,
marked, and dispatched in accordance with the provisions of paragraph 2.15.
A withdrawal notice may also be sent by cable, but followed by a signed
confirmation copy, postmarked not later than the deadline for submission of
tenders.
2.17.3 No tender may be modified after the deadline for submission of tenders.
2.17.4 No tender may be withdrawn in the interval between the deadline for
submission of tenders and the expiration of the period of tender validity
specified by the tenderer on the Tender Form. Withdrawal of a tender during
this interval may result in the Tenderer’s forfeiture of its tender security,
pursuant to paragraph 2.12.7.
2.17.5 The procuring entity may at any time terminate procurement proceedings
before contract award and shall not be liable to any person for the
termination.
2.17.6 The procuring entity shall give prompt notice of the termination to the
tenderers and on request give its reasons for termination within 14 days of
receiving the request from any tenderer.
2.18 Opening of Tenders
2.18.1 The Procuring entity will open all tenders in the presence of
tenderers’ representatives who choose to attend, at …(time, day, and date of
closing) and in the location specified in the invitation to tender. The
tenderers’ representatives who are present shall sign a register evidencing
their attendance.
2.18.3 The tenderers’ names, tender modifications or withdrawals, tender prices,
discounts, and the presence or absence of requisite tender security and such
other details as the Procuring Entity, at its discretion, may consider
appropriate, will be announced at the opening.
2.18.4 The procuring entity will prepare minutes of the tender opening which will
be submitted to the tenderers that signed the tender opening register and will
have made the request.
2.19 Clarification of tenders
2.19.1 To assist in the examination, evaluation and comparison of tenders the
procuring entity may at its discretion , ask the tenderer for a clarification of
its tender. The request for clarification and the response shall be in writing,
and no change in the prices or substance shall be sought, offered, or
permitted.
2.19.2 Any effort by the tenderer to influence the procuring entity in the procuring
entity’s tender evaluation, tender comparision or contract award decisions
may result in the rejection of the tenderers tender.
Comparison or contract award decisions may result in the rejection of the
tenderers’ tender.
2.20 Preliminary Examination and Responsiveness
2.20.1 The Procuring entity will examine the tenders to determine whether they are
complete, whether any computational errors have been made, whether
required securities have been furnished whether the documents have been
properly signed, and whether the tenders are generally in order.
2.20.2 Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the
total price shall be corrected. if the candidate does not accept the correction
of the errors, its tender will be rejected, and its tender security may be
forfeited. If there is a discrepancy between words and figures, the amount in
words will prevail.
2.20.3 The Procuring entity may waive any minor informality or nonconformity or
irregularity in a tender which does not constitute a material deviation,
provided such waiver does not prejudice or affect the relative ranking of any
tenderer.
2.20.4 Prior to the detailed evaluation, pursuant to paragraph 23, the Procuring
entity will determine the substantial responsiveness of each tender to the
tender documents. For purposes of these paragraphs, a substantially
responsive tender is one which conforms to all the terms and conditions of
the tender documents without material deviations. The Procuring entity’s
determination of a tender’s responsiveness is to be based on the contents of
the tender itself without recourse to extrinsic evidence.
2.20.5 If a tender is not substantially responsive, it will be rejected by the Procuring
entity and may not subsequently be made responsive by the tenderer by
correction of the nonconformity.
2.21 Conversion to a single currency
2.21.1 Where other currencies are used, the procuring entity will convert those
currencies to Kenya shillings using the selling exchange rate on the date of
tender closing provided by the central bank of Kenya.
2.22 Evaluation and comparison of tenders.
2.22.1 The procuring entity will evaluate and compare the tenders which have been
determined to be substantially responsive, pursuant to paragraph 2.20
2.22.2 The comparison shall be of the price including all costs as well as duties and
taxes payable on all the materials to be used in the provision of the services.
2.22.3 The Procuring entity’s evaluation of a tender will take into account, in
addition to the tender price, the following factors, in the manner and to the
extent indicated in paragraph 2.22.4 and in the technical specifications:
(a) operational plan proposed in the tender;
(b) deviations in payment schedule from that specified in the Special
Conditions of Contract;
2.22.4 Pursuant to paragraph
will
(a) Operational Plan.
22.3
the
be
following
evaluation
methods
applied:
The Procuring entity requires that the services under the Invitation for
Tenders shall be performed at the time specified in the Schedule of
Requirements. Tenders offering to perform longer than the procuring
entity’s required delivery time will be treated as non-responsive and
rejected.
(b) Deviation in payment schedule.
Tenderers shall state their tender price for the payment on a schedule
outlined in the special conditions of contract. Tenders will be evaluated on
the basis of this base price. Tenderers are, however, permitted to state an
alternative payment schedule and indicate the reduction in tender price they
wish to offer for such alternative payment schedule. The Procuring entity
may consider the alternative payment schedule offered by the selected
tenderer.
2.22.5 The tender evaluation committee shall evaluate the tender within 30 days
from the date of opening the tender.
2.22.6 To qualify 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
Shall not be debarred from participating in public procurement.
(d)
2.23. Contacting the procuring entity
2.23.1 Subject to paragraph 2.19, no tenderer shall contact the procuring entity on
any matter relating to its tender, from the time of the tender opening to the
time the contract is awarded.
2.23.2 Any effort by a tenderer to influence the procuring entity in its decisions on
tender evaluation tender comparison or contract award may result in the
rejection of the tenderers tender.
2.24 Award of Contract
a) Post qualification
2.24.1 In the absence of pre-qualification, the Procuring entity will determine to its
satisfaction whether the tenderer that is selected as having submitted the
lowest evaluated responsive tender is qualified to perform the contract
satisfactorily.
2.24.2 The determination will take into account the tenderer’s financial and
technical capabilities. It will be based upon
an examination of the
documentary evidence of the tenderers qualifications submitted by the
tenderer, pursuant to paragraph 2.1.2, as well as such other information as
the
Procuring
entity
deems
necessary
and
appropriate.
2.24.3 An affirmative determination will be a prerequisite for award of the contract
to the tenderer. A negative determination will result in rejection of the
Tenderer’s tender, in which event the Procuring entity will proceed to the
next lowest evaluated tender to make a similar determination of that
Tenderer’s capabilities to perform satisfactorily.
b)
Award Criteria
2.24.3 Subject to paragraph 2.29 the Procuring entity will award the contract to the
successful tenderer whose tender has been determined to be substantially
responsive and has been determined to be the lowest evaluated tender,
provided further that the tenderer is determined to be qualified to perform
the contract satisfactorily.
2.24.4 The procuring entity reserves the right to accept or reject any tender and to
annul the tendering process and reject all tenders at any time prior to
contract award, without thereby incurring any liability to the affected
tenderer or tenderers or any obligation to inform the affected tenderer or
tenderers of the grounds for the procuring entity’s action. If the procuring
entity determines that none of the tenderers is responsive; the procuring
entity shall notify each tenderer who submitted a tender.
2.24.5 A tenderer who gives false information in the tender document about its
qualification or who refuses to enter into a contract after notification of
contract award shall be considered for debarment from participating in
future public procurement.
2.25 Notification of award
2.25.1 Prior to the expiration of the period of tender validity, the Procuring
entity will notify the successful tenderer in writing that its tender has
been accepted.
2.25.2 The notification of award will signify the formation of the Contract subject
to the signing of the contract between the tenderer and the procuring entity
pursuant to clause 2.29. Simultaneously the other tenderers shall be notified
that their tenders have not been successful.
2.25.3 Upon the successful Tenderer’s furnishing of the performance security
pursuant to paragraph 31, the Procuring entity will promptly notify each
unsuccessful Tenderer and will discharge its tender security, pursuant to
paragraph 2.12
2.26 Signing of Contract
2.26.1 At the same time as the Procuring entity notifies the successful tenderer
that its tender has been accepted, the Procuring entity will simultaneously
inform the other tenderers that their tenders have not been successful.
2.26.2 Within fourteen (14) days of receipt of the Contract Form, the successful
tenderer shall sign and date the contract and return it to the Procuring entity.
2.26.3 The parties to the contract shall have it signed within 30 days from the date
of notification of contract award unless there is an administrative review
request.
2.27 Performance Security
2.27.1 Within thirty (30) days of the receipt of notification of award from the
Procuring entity, the successful tenderer shall furnish the performance
security in accordance with the Conditions of Contract, in the Performance
Security Form provided in the tender documents, or in another form
acceptable to the Procuring entity.
2.27.2 Failure of the successful tenderer to comply with the requirement of
paragraph 2.29 or paragraph 2.30.1 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the tender security, in which event
the Procuring entity may make the award to the next lowest evaluated or call
for new tenders.
2.28 Corrupt or Fraudulent Practices
2.28.1 The Procuring entity requires that tenderers observe the highest
standard of ethics during the procurement process and execution of
contracts. A tenderer shall sign a declaration that he has not and will not be
involved in corrupt or fraudulent practices.
2.28.2 The procuring entity will reject a proposal for award if it determines that the
tenderer recommended for award has engaged in corrupt or fraudulent
practices
in
competing
for
the
contract
in
question;
2.28.3 Further, a tenderer who is found to have indulged in corrupt or fraudulent
practices risks being debarred from participating in public procurement in
Kenya.
APPENDIX TO INSTRUCTIONS TO THE TENDERERS
The following information for procurement of services shall complement or
amend the provisions of the instructions to tenderers. Wherever there is a
conflict between the provisions of the instructions to tenderers and the
provisions of the appendix, the provisions of the appendix herein shall
prevail over those of the instructions to tenderers
Instructions to
tenderers
Particulars of appendix to
instructions to tenderers
2.1
Women, Youth and People with disability. Bidders will be required to
provide proof of eligibility in this category
2.2.2
N/A – tender securing declaration form
2.11
Women, Youth and People with disability. Bidders will be required to
provide proof of eligibility in this category
2.12
The bidders will be required to fill in a tender securing declaration
form in place of a bid security
2.16
Tuesday, 6th September 2016 at 10:00 A.M
2.18.1
As 2.16 above
2.22
EVALUATION CRITERIA
Evaluation will be evaluated in three stages:
1.
Mandatory/preliminary – where any proposal that fails here does
not proceed to the next stage
2. Technical evaluation – where the bids will be evaluated against the
requirements in each lot. Where the bidder lacks in any requirement
in the Lot, the bid fails.
3.
Financial evaluation – Will involve comparison of bids that pass
the technical evaluation stage and determination of the lowest
evaluated bidder.
4.
Mandatory/Preliminary
5. the bid will be checked for any arithmetic errors and its
- Certified
Copy of
Registration
Certificate/Incorporation
completeness.
The
lowest priced
bidder among those Eations.
- Certified Copy of valid Tax Compliance Certificate from KRA
- Certified Current Business Licence
- Certified audited accounts or bank statements
- Fully signed form of tender
- Fill the Confidential Business Questionnaire
- Complete the form of tender and price schedule in the formats provided
- Declaration form
Technical Evaluation
LOT 1
1
2
3
COMPREHENSIVE SUPPORT AND MAINTENANCE
SERVICES FOR PRODUCTION SERVERS. – REQUIREMENTS
The service provider MUST have at least one (1) of the following
professionals:
 HP certified server Administrator for Linux and Windows
Operating System
 Support Manager/Team leader with Minimum BSc Degree in IT
or equivalent with 5 years in senior position.
Attach CVs and certificates
Have Manufacturers/partnership/reseller authorization/letter to resell and
provide support services in Kenya on
 HP servers
 Dell servers
Provide evidence (Attach two (2) recommendations where this has been
offered before).
Provide at least three (3) major clients where similar support and
maintenance services are currently being offered.
Provide evidence e.g. contracts or LPOs.
4
LOT 2
1
Be able to adhere to the following response times to be included in the
service level agreement (SLA);
 Emergency calls (Critical- systems are down) - Maximum
response time will be 2 hrs to customer site.
 Non-Emergency calls (Major- System in operation but with
possibility of degradation)-Maximum response time will be 4hrs
to customer ‘s site
 Non-Emergency calls (Minor- No impact on system operations)Maximum response time will be 12hrs to customer ‘s site
PROVISION OF SUPPORT AND MAINTENANCE SERVICES
FOR network devices and accessories (Routers, switches, wireless
access points) and CCTV – REQUIREMENTS
Bidder MUST be authorized partners/resellers/service providers for
 Cisco equipment
Provide evidence (Attach valid manufacturer’s
authorization/dealership/partnership letter)
2
3
4
The service provider MUST have at least three (3) professionals with
qualifications as follows;
Attach CVs and certificates
Support Manager/Team leader
 Minimum BSc degree in IT or equivalent.
 Atleast 4 year’s experience in similar or senior position
 Networking certification (CCNA or its equivalent)
Other two (2) professionals
 Minimum Diploma in IT related field from recognized training
institution
 Networking certification (CCNA or equivalent)
 Hardware certification (A+ or equivalent)
Provide at least five (5) major clients where similar support and
maintenance services are currently being offered.
Provide evidence e.g. contracts or LPOs.
Be able to adhere to the following response times to be included in the
service level agreement (SLA);
LOT 3
1
2
3
4
 Emergency calls (Critical- systems are down)- Maximum
response time will be 2 hrs to customer site.
 Non-Emergency calls (Major- System in operation but with
possibility of degradation)-Maximum response time will be 4hrs
to customer ‘s site
 Non-Emergency calls (Minor- No impact on system operations)Maximum response time will be 12hrs to customer ‘s site
PROVISION OF SUPPORT AND MAINTENANCE SERVICES
FOR DESKTOP COMPUTERS, LAPTOPS, PRINTERS,
PLOTTERS AND ACCESSORIES - REQUIREMENTS
Bidder MUST be authorized partners/resellers/service providers for
 Hewlett-Packard (HP)
 Lenovo
 DELL
Provide evidence (Attach valid manufacturer’s partnership/reseller
letter)
The provider MUST have at least three(3) of the following
professionals:
Attach certificates and recommendation letters
Team leader
 Minimum BSc degree in IT or equivalent
 Hardware/Software certification (A+ or equivalent)
 Atleast 3 years experience in similar or senior position
Other two (2) professionals
 Minimum Diploma in IT (Computer hardware/software) or
related field from recognized training institution
 Hardware/Software certifications (A+ or equivalent)
 Atleast three (3) years experience performing maintenance tasks
related to desktops/laptops/printers and related accessories
Provide at least five (5) major clients where similar support and
maintenance services are currently being offered.
Attach copies of contracts or LPOs.
The provider MUST have regional support base OR provide
arrangement on how support will be handled in the following regional
areas;
•
Coast (Mombasa)
•
Western (Kakamega)
•
Nyanza(Kisumu)
LOT 4
1
2
3
4
LOT 5
1
•
Nyeri
•
Eastern (Embu)
•
North Eastern (Garisa)
•
Ewaso North (Isiolo)
•
Eldoret
•
Londiani
•
Nakuru
•
All 47 county Head quarters
PROVISION OF SUPPORT AND MAINTENANCE OF
PHOTOCOPIER/SCANNERS - REQUIREMENTS
The provider MUST have at least two (2) of the following professionals:
 Hardware technicians: Minimum Diploma Electrical Engineering
from recognized technical training college in Kenya.
 Experience in the maintenance of
Kyocera/Ricoh/Nashuatec/Sharp photocopiers
Provide CVs
Must be authorized partners/resellers/service providers of
KYOCERA,RICOH,NASHUATEC/SHARP
Provide evidence.
Provide at least five (5) major clients where similar support and
maintenance services are currently being offered.
Attach copies of contracts or LPOs.
The provider MUST have regional support base OR provide
arrangement on how support will be handled in the in the following
regional areas;
 Coast (Mombasa)
 Western (Kakamega)
 Nyanza(Kisumu)
 Nyeri
 Eastern (Embu)
 North Eastern (Garisa)
 Ewaso North (Isiolo)
 Eldoret
 Londiani
 Nakuru
 All 47 county Head quarters
PROVISION OF SUPPORT AND MAINTENANCE OF IP
PHONES SYSTEM (AVAYA) - REQUIREMENTS
Have Manufacturers authorization to resell and provide support services
on
2
3
4
LOT 6
1
2
3
4
 Avaya IP Phones
(provide evidence)
The service provider MUST have at least two (2) of the following
professionals:
 Certified Avaya engineer/professional
Provide evidence (Attach certificates)
Provide at least four (4) major clients where similar support and
maintenance services are currently being offered.
Attach copies of contracts or LPOs.
Be able to adhere to the following response times to be included in the
service level agreement (SLA);
 Emergency calls (Critical- systems are down) - Maximum
response time will be 2 hrs to customer site.
 Non-Emergency calls (Major- System in operation but with
possibility of degradation)-Maximum response time will be 4hrs
to customer ‘s site
 Non-Emergency calls (Minor- No impact on system operations)Maximum response time will be 12hrs to customer ‘s site
PROVISION OF SUPPORT AND MAINTENANCE OF AIR
CONDITIONERS AND UPS – REQUIREMENTS
Have Manufacturers authorization to resell and provide support services
on
 APC UPS
 LG air conditioners
(provide evidence- Attach valid manufacturer’s
authorization/partnership/reseller letter)
At least three (3) reference sites where similar services are currently
being offered (provide evidence by attaching either LPOs or
contracts )
Provide at least three (3) CVs of technical support team CVs (Should be
skilled & Factory Trained, provide evidence). The technical support
staff should have more than three (3) years’ experience.
Attach CVs
Be able to adhere to the following response times to be included in the
service level agreement (SLA);
 Emergency calls (Critical- systems are down) - Maximum
response time will be 2 hrs to customer site.
 Non-Emergency calls (Major- System in operation but with
possibility of degradation)-Maximum response time will be 4hrs
to customer ‘s site
 Non-Emergency calls (Minor- No impact on system operations)Maximum response time will be 12hrs to customer ‘s site
SECTION III GENERAL CONDITIONS OF CONTRACT
TABLE OF CONTENTS
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
Definitions
Application
Standards
Use of contract documents and information
Patent Rights
Performance security
Inspections and tests
Payment
Prices
Assignment
Termination for default
Termination for insolvency
Termination for convenience
Resolution of disputes
Governing language
Force majeure
Applicable law
Notices
Page
SECTION III GENERAL CONDITIONS OF CONTRACT
3.1
Definitions
In this contract the following terms shall be interpreted as indicated:
a) “The contract” means the agreement entered into between the Procuring
entity and the tenderer as recorded in the Contract Form signed by the
parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
b) “The Contract Price” means the price payable to the tenderer under the
Contract for the full and proper performance of its contractual
obligations.
c) “The services” means services to be provided by the contractor including
materials and incidentals which the tenderer is required to provide to the
Procuring entity under the Contract.
d) “The Procuring entity” means the organization sourcing for the services
under this Contract.
e) “The contractor means the individual or firm providing the services under
this Contract.
f) “GCC” means general conditions of contract contained in this section
g) “SCC” means the special conditions of contract
h) “Day” means calendar day
3.2
Application
These General Conditions shall apply to the extent that they are not
superceded by provisions of other part of contract.
3.3
Standards
3.3.1 The services provided under this Contract shall conform to the 7 standards
mentioned in the Schedule of requirements
3.5
Patent Right’s
The tenderer shall indemnify the Procuring entity against all third-party
claims of infringement of patent, trademark, or industrial design tights
arising from use of the services under the contract or any part thereof .
3.6
Performance Security
Within twenty eight (28) days of receipt of the notification of Contract
award, the successful tenderer shall furnish to the Procuring entity the
performance security where applicable in the amount specified in Special
Conditions of Contract.
3.6.2 The proceeds of the performance security shall be payable to the Procuring
entity as compensation for any loss resulting from the Tenderer’s failure to
complete its obligations under the Contract.
3.6.3 The performance security shall be denominated in the currency of the
Contract, or in a freely convertible currency acceptable to the Procuring
entity and shall be in the form of :
a) Cash.
b) A bank guarantee.
c) Such insurance guarantee approved by the Authority.
d) Letter of credit.
3.6.4 The performance security will be discharged by the procuring entity and
returned to the candidate not later than thirty (30) days following the date of
completion of the tenderer’s performance of obligations under the contract,
including any warranty obligations under the contract.
3.7
Inspections and Tests
3.7.1 The Procuring entity or its representative shall have the right to inspect
and/or to test the services to confirm their conformity to the Contract
specifications. The Procuring entity shall notify the tenderer in writing, in a
timely manner, of the identity of any representatives retained for these
purposes.
3.7.2 The inspections and tests may be conducted on the premises of the tenderer
or its subcontractor(s). If conducted on the premises of the tenderer or its
subcontractor(s), all reasonable facilities and assistance, including access to
drawings and production data, shall be furnished to the inspectors at no
charge to the Procuring entity.
3.7.3 Should any inspected or tested services fail to conform to the Specifications,
the Procuring entity may reject the services, and the tenderer shall either
replace the rejected services or make alterations necessary to meet
specification requirements free of cost to the Procuring entity.
3.7.4 Nothing in paragraph 3.7 shall in any way release the tenderer from any
warranty or other obligations under this Contract.
3.8
Payment
3.8.1 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in SCC
3.9
Prices
Prices charged by the contractor for services performed under the Contract
shall not, with the exception of any Price adjustments authorized in SCC ,
vary from the prices by the tenderer in its tender or in the procuring entity’s
request for tender validity extension as the case may be. No variation in or
modification to the terms of the contract shall be made except by written
amendment signed by the parties.
3.10 Assignment
The tenderer shall not assign, in whole or in part, its obligations to perform
under this contract, except with the procuring entity’s prior written consent.
3.10 Termination for Default
The Procuring entity may, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the tenderer, terminate this
Contract in whole or in part:
a) if the tenderer fails to provide any or all of the services within the
period(s) specified in the Contract, or within any
extension thereof granted by the Procuring entity.
b) if the tenderer fails to perform any other obligation(s) under the Contract.
c) if the tenderer, in the judgment of the Procuring entity has engaged in
corrupt or fraudulent practices in competing for
or in executing the Contract.
In the event the Procuring entity terminates the Contract in whole or in part,
it may procure, upon such terms and in such manner as it deems appropriate,
services similar to those undelivered, and the tenderer shall be liable to the
Procuring entity for any excess costs for such similar services.
3.12 Termination of insolvency
The procuring entity may at the any time terminate the contract by giving
written notice to the contractor if the contractor becomes bankrupt or
otherwise insolvent. In this event, termination will be without compensation
to the contractor, provided that such termination will not produce or affect
any right of action or remedy, which has accrued or will accrue thereafter to
the procuring entity.
3.13 Termination for convenience
3.13.1 The procuring entity by written notice sent to the contractor may terminate
the contract in whole or in part, at any time for its convenience. The notice
of termination shall specify that the termination is for the procuring entity
convenience, the extent to which performance of the contractor of the
contract is terminated and the date on which such termination becomes
effective.
3.13.2 For the remaining part of the contract after termination the procuring entity
may elect to cancel the services and pay to the contractor on agreed amount
for partially completed services.
3.14 Resolution of disputes
The procuring entity’s and the contractor shall make every effort to resolve
amicably by direct informal negotiations any disagreement or dispute arising
between them under or in connection with the contract.
If after thirty (30) days from the commencement of such informal
negotiations both parties have been unable to resolve amicably a contract
dispute either party may require that the dispute be refered for resolution to
the formal mechanisms specified in the SCC.
3.15 Governing Language
The contract shall be written in the English language. All correspondence
and other documents pertaining to the contract, which are exchanged by the
parties, shall be written in the same language.
3.16 Force Majeure
The contractor shall not be liable for forfeiture of its performance security,
or termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of an
event of Force Majeure.
3.17 Applicable Law.
The contract shall be interpreted in accordance with the laws of Kenya
unless otherwise specified in the SCC
3.18 Notices
Any notices given by one party to the other pursuant to this contract shall be
sent to the other party by post or by fax or E-mail and confirmed in writing
to the other party’s address specified in the SCC
A notice shall be effective when delivered or on the notices effective date,
whichever is later.
SECTION IV SPECIAL CONDITIONS OF CONTRACT
4.1
Special conditions of contract shall supplement the general conditions of
contract, wherever there is a conflict between the GCC and the SCC, the
provisions of the SCC herein shall prevail over those in the GCC.
4.2
Special conditions of contract with reference to the general conditions of
contract.
General conditions of
contract reference
Special conditions of contract
3.6
Performance Security will be 2 %
3.8
The Servicing will be done on
quarterly basis and invoices submitted.
Upon Verification payment will be
done.
Price adjustments shall not be done on
the unit price. But as equipment are
being bought they will be added in the
schedule at the quoted unit prices
3.9
SECTION V – SCHEDULE OF EQUIREMENTS
LOT 1: COMPREHENSIVE SUPPORT AND MAINTENANCE SERVICES FOR
PRODUCTION SERVERS.
NO
SERIAL NO.
MAKE/MODEL
RUNNING OS
LOCATION
1
CZJ941012N
HP Proliant M L 370 G6
Windows 2003 server
HQ-KARURA
2
GB7332PRR4
HP Proliant M L 370 G6
None
HQ-KARURA
3
CZJ941012S
HP Proliant M l 370 G6
None
HQ-KARURA
4
CZ2333200F
2
HP Proliant DL 380 P Gen
8
Centos 5.8
HQ-KARURA
5
CZJ941012S
HP Proliant M L 370 G6
Redhat Linux 4.0
HQ-KARURA
6
CZJ1080F99
HP Proliant ML 370 G6
Redhat Linux 4.0
HQ-KARURA
7
CZJ0500JJ
HP Proliant M L 370 G6
Centos 6.1
HQ-KARURA
8
CZ2442WC2
HP Proliant DL 360 Gen8
Debian Linux
HQ-KARURA
9
CZJ103022Z
HP Proliant M l 370 G6
Windows server 2003
HQ-KARURA
10
CZJ1490Z2K
HP Proliant M L 370 G6
Windows server 2008
HQ-KARURA
11
GB883722V3
HP Proliant M L 370 G6
Debian Linux
HQ-KARURA
12
GB8808C47
D
Windows server 2008
HQ-KARURA
HP Proliant M l 370 G6
HP Proliant DL 380 P Gen
7
Unix
HQ-KARURA
USE108N12K
14
BJ0MJ5J
Dell PowerEdge R520
Windows server 2008
HQ-KARURA
15
7v8QB5J
Dell poweredge R710
Redhat Linux 5.8
HQ-KARURA
16
6V8QBSJ
Dell poweredge R710
Redhat Linux 5.8
HQ-KARURA
17
BT8QB5J
Dell poweredge R710
Redhat Linux 5.8
HQ-KARURA
18
70STB5J
Dell poweredge R710
Redhat Linux 5.8
HQ-KARURA
19
4C7QB5J
Dell PowerVault md3200
RedHat linux 5.0
HQ-KARURA
20
5C7QB5J
Dell PowerVault md3200
RedHat linux 5.0
HQ-KARURA
21
MPM3YX1
Dell PowerEdge R720
Centos 6.1
HQ-KARURA
13
22
CZ23030393
KFC-LONDIANI
HP PROLIANT
WINDOWS SERVER
2012
KFC-LONDIANI
HP PROLIANT
WINDOWS SERVER
2012
23
CZ23030397
OPTION II: COMPREHENSIVE SUPPORT AND MAINTENANCE FOR NETWORK, HYBRID DATA
LINKS/EQUIPMENT (NETWORK DEVICES), ACCESS POINTS AND CCTV CAMERA
A. SWITCHES/ROUTERS
NO.
MAKE/MODEL
1 3C16471 SWITCH 2024
SERIAL NO.
LOCATION
LNZQ8P0363158
HQ-KARURA
2 3COM
-
HQ-KARURA
3 6U NETWORK CABINET
-
HQ-KARURA
4 BASE LINE CISCO 2024 24 PORT
-
HQ-KARURA
5 CISCO 24 PORT
-
HQ-KARURA
6 CISCO 24PORT SWITCH
-
HQ-KARURA
7 CISCO 24PORT SWITCH
-
HQ-KARURA
8 CISCO 24PORT SWITCH
-
HQ-KARURA
9 CISCO CATALYST 2950
FHK08292141
HQ-KARURA
10 CISCO CATALYST 2960 SERIES POE 24
-
HQ-KARURA
11 CISCO CATALYST 2960 SERIES POE 24
-
HQ-KARURA
12 CISCO CATALYST 2960-X SERIES
3577-13-1086
HQ-KARURA
13 CISCO CATALYST 3500 SERIS XL 24
-
HQ-KARURA
14 CISCO CATALYST2950 SERIES 24
-
HQ-KARURA
15 CISCO CATALYST2960 SERIES POE-24
-
HQ-KARURA
16 CISCO SF300-24
17 CISCO SF300-24PORT 10/100 SMALL BUSINESS
DNL171009RY
-
HQ-KARURA
HQ-KARURA
18 CISCO SMAILL BUSINESS
WAP4410N
HQ-KARURA
19 CISCO SMALL BUSINESS 24
-
HQ-KARURA
20 CISCO SMALL BUSINESS 24PORT SWITCH
-
HQ-KARURA
21 CISCO SMALL BUSINESS 24PORT SWITCH
-
HQ-KARURA
22 CISCO SYSTEM 10 BASE/100 BASE TX
-
HQ-KARURA
23 CT-LINK 14U CABINET
-
HQ-KARURA
24 DLINK
OFW11W16095123
HQ-KARURA
25 DLINK
DFS-1016D
HQ-KARURA
26 DLINK
DES 1252
HQ-KARURA
27 D-LINK SWITCH
DES-1016D
HQ-KARURA
28 D-LINK ROUTER
JUTOOK4A
HQ-KARURA
29 D-LINK WEBSMART 24 PORT
-
HQ-KARURA
30 TOTEN 3U CABINET
-
HQ-KARURA
31 TOTEN 3U CABINET
-
HQ-KARURA
32 TOTEN 3U CABINET
-
HQ-KARURA
33 TOTEN 3U CABINET
-
HQ-KARURA
B. WIRELESS ACCESS POINTS
NO
MAKE/MODEL
SERIAL NO
LOCATION
1
D-LINK
DGS-1224T
HQ-KARURA
2
D-LINK
DWL-2100AP
HQ-KARURA
3
D-LINK
DWL-2100AP
HQ-KARURA
4
D-LINK ADSL ROUTER
DSL-2640U
HQ-KARURA
5
TP- LINK
TL-WA5210G
HQ-KARURA
6
TP- LINK
TL-WR1042ND
HQ-KARURA
7
TP- LINK
TL-WR1042ND
HQ-KARURA
8
TP- LINK
TL-WR1042ND
HQ-KARURA
9
LEVEL ONE
WAP-1001
HQ-KARURA
10
LEVEL ONE
WAP-1001
HQ-KARURA
11
LEVEL ONE
WAP-1001
HQ-KARURA
12
CISCO LINKSYS
WRT120N
HQ-KARURA
13
CISCO LINKSYS
WRT120N
HQ-KARURA
14
CISCO SMALL BUSINESS
WAP4410N
HQ-KARURA
15
CISCO SMALL BUSINESS
WAP4410N
HQ-KARURA
16
CISCO SMALL BUSINESS
WAP4410N
HQ-KARURA
17
CISCO SMALL BUSINESS
WAP4410N
HQ-KARURA
18
CISCO SMALL BUSINESS
WAP4410N
HQ-KARURA
TYPE
MODEL
LOCATION
1 VIA TECH
ST -4200
HQ-KARURA
2 VIA TECH
ST-4200
HQ-KARURA
3 VIA TECH
ST -4200
HQ-KARURA
4 VIA TECH
ST-4200
HQ-KARURA
5 VIA TECH
ST -4200
HQ-KARURA
6 VIA TECH
ST-4200
HQ-KARURA
7 VIA TECH
ST -4200
HQ-KARURA
8 VIA TECH
ST-4200
HQ-KARURA
9 FOCUS VIA TCH
ST -49100H
HQ-KARURA
10 FOCUS VIA TECH
ST-49100H
HQ-KARURA
C. CCTV CAMERAS
NO
11 FOCUS VIA TECH
ST -49100H
HQ-KARURA
12 FOCUS VIA TECH
ST-49100H
HQ-KARURA
13 FOCUS VIA TECH
ST49100H
HQ-KARURA
14 2 FOCUS VIA TECH
ST-49100H
HQ-KARURA
15 2 FOCUS VIA TECH
ST-49100H
HQ-KARURA
16 COLOR CAMERA IP66
CA-FW191DP-IR-0600B
HQ-KARURA
17 COLOR CAMERA IP66
CA-FW191DP-IR-0600B
HQ-KARURA
18 COLOR CAMERA IP66
CA-FW191DP-IR-0600B
HQ-KARURA
19 COLOR CAMERA IP66
CA-FW191DP-IR-0600B
HQ-KARURA
20 COLOR CAMERA IP66
CA-FW191DP-IR-0600B
HQ-KARURA
21 COLOR CAMERAIP66
CA-FW191DP-IR-0600B
HQ-KARURA
COLOR CAMERAIP66
CA-FW191DP-IR-0600B
HQ-KARURA
23 COLOR CAMERA IP66
CA-FW191DP-IR-0600B
HQ-KARURA
24 ALHUA IP55
IP55
HQ-KARURA
25 ALHUA IP55
IP55
HQ-KARURA
22
OPTION III: SUPPORT AND MAINTENANCE FOR DESKTOP COMPUTERS, LAPTOPS, PRINTERS, PLOTTERS
AND ACCESSORIES (LABOR ONLY)
A. DESKTOP COMPUTERS
I.
NO
HEAD QUARTER
MODEL/MAKE
SERIAL NUMBER
LOCATION
1 DELL OPTIPLEX 3010
DN7N8X1
HQ KARURA
2 DELL OPTIPLEX 3010
HN6N8X1
HQ KARURA
3 DELL OPTIPLEX 3010
2Y6N8X1
HQ KARURA
4 DELL OPTIPLEX 3010
FM6N8X1
HQ KARURA
5 DELL OPTIPLEX 3020
FQOLW22
HQ KARURA
6 DELL OPTIPLEX 3020
22H8712
HQ KARURA
7 DELL OPTIPLEX 520
6YKZ32J
HQ KARURA
8 DELL OPTIPLEX 745
BMQ8T2J
HQ KARURA
9 DELL OPTIPLEX 760
IR94D4J
HQ KARURA
10 DELL OPTIPLEX 760
12BJ7BS
HQ KARURA
11 DELL OPTIPLEX 780
1P538BS
HQ KARURA
12 DELL OPTILEX 3020
J9DXPO2
HQ KARURA
13 DELL OPTILEX 380
MXM8040FKY
HQ KARURA
14 DELL OPTILEX 7010
4BGWX1
HQ KARURA
15 DELL OPTILEX 7010
J3HWWX1
HQ KARURA
16 DELL OPTILEX 760
CR5RNBX
HQ KARURA
17 DELL OPTILEX 760
GJX4D4J
HQ KARURA
18 DELL OPTILEX 760
JLX4D4J
HQ KARURA
19 DELL OPTILEX 760
JV2QNBX
HQ KARURA
20 DELL OPTILEX 780
8P538BS
HQ KARURA
21 DELL OPTILEX 780
GCA4LBX
HQ KARURA
22 DELL OPTILEX 9010
4GNKJ2S
HQ KARURA
23 DELL OPTIPLEX
HQ KARURA
24 DELL OPTIPLEX
HQ KARURA
25 DELL OPTIPLEX 755
CF5YM3J
HQ KARURA
26 DELL OPTIPLEX 760
2K5RNBX
HQ KARURA
27 DELL OPTIPLEX 790
2ZPPVQ1
HQ KARURA
28 DELL OPTIPLEX 9010
CF5YM3J
HQ KARURA
29 DELL OPTIPLEX 3010
CDGN8XI
HQ KARURA
30 DELL OPTIPLEX 3010
4HKDNWI
HQ KARURA
31 DELL OPTIPLEX 3010
6GGWLV1
HQ KARURA
32 DELL OPTIPLEX 3010
J8YZCY1
HQ KARURA
33 DELL OPTIPLEX 3010
89YZY1
HQ KARURA
34 DELL OPTIPLEX 3010
2ZCYCY1
HQ KARURA
35 DELL OPTIPLEX 3020
JH94712
HQ KARURA
36 DELL OPTIPLEX 3020
IJ25732
HQ KARURA
37 DELL OPTIPLEX 3020
D27KB22
HQ KARURA
38 DELL OPTIPLEX 3020
6994712
HQ KARURA
39 DELL OPTIPLEX 3020
8794712
HQ KARURA
40 DELL OPTIPLEX 3020
2784712
HQ KARURA
41 DELL OPTIPLEX 3020
216KB22
HQ KARURA
42 DELL OPTIPLEX 3020
CQVH132
HQ KARURA
43 DELL OPTIPLEX 3020
7CB4712
HQ KARURA
44 DELL OPTIPLEX 3020
55THH132
HQ KARURA
45 DELL OPTIPLEX 3020
FFTH132
HQ KARURA
46 DELL OPTIPLEX 3020
IGH132
HQ KARURA
47 DELL OPTIPLEX 3020
94TH132
HQ KARURA
48 DELL OPTIPLEX 3020
CQVH132
HQ KARURA
49 DELL OPTIPLEX 3020
CND4490752
HQ KARURA
50 DELL OPTIPLEX 3020
5CTP52S
HQ KARURA
51 DELL OPTIPLEX 3020
1C136Z1
HQ KARURA
52 DELL OPTIPLEX 3020
6MNPB32
HQ KARURA
53 DELL OPTIPLEX 3020
7L2LW22
HQ KARURA
54 DELL OPTIPLEX 3020
44FWP02
HQ KARURA
55 DELL OPTIPLEX 3020
CHSCO532
HQ KARURA
56 DELL OPTIPLEX 3020
42VC532
HQ KARURA
57 DELL OPTIPLEX 3020
JZVC532
HQ KARURA
58 DELL OPTIPLEX 3020
FGS532
HQ KARURA
59 DELL OPTIPLEX 3020
FTBXJZ1
HQ KARURA
60 DELL OPTIPLEX 3020
7425732
HQ KARURA
61 DELL OPTIPLEX 3020
15XVF4Z
HQ KARURA
62 DELL OPTIPLEX 3020
6LLT3K21
HQ KARURA
63 DELL OPTIPLEX 3021
79JYJZ1
HQ KARURA
64 DELL OPTIPLEX 320
DTLZV2J
HQ KARURA
65 DELL OPTIPLEX 380
G6NX72S
HQ KARURA
66 DELL OPTIPLEX 380
H2NX725
HQ KARURA
67 DELL OPTIPLEX 380
CHFH7B5
HQ KARURA
68 DELL OPTIPLEX 390
2JJHTS1
HQ KARURA
69 DELL OPTIPLEX 390
3SJHT51
HQ KARURA
70 DELL OPTIPLEX 390
G0BR8R1
HQ KARURA
71 DELL OPTIPLEX 390
F23W8R1
HQ KARURA
72 DELL OPTIPLEX 390
GTTQWQ1
HQ KARURA
73 DELL OPTIPLEX 390
FSPTWQ1
HQ KARURA
74 DELL OPTIPLEX 390
C1VQWQ1
HQ KARURA
75 DELL OPTIPLEX 700
FX17WS1
HQ KARURA
76 DELL OPTIPLEX 7010
DWZ2WS1
HQ KARURA
77 DELL OPTIPLEX 755
5038088
HQ KARURA
78 DELL OPTIPLEX 755
DCJGBX
HQ KARURA
79 DELL OPTIPLEX 755
FN64GBX
HQ KARURA
80 DELL OPTIPLEX 755
BRCJFBX
HQ KARURA
81 DELL OPTIPLEX 755
568873J
HQ KARURA
82 DELL OPTIPLEX 755
DILGQ3J
HQ KARURA
83 DELL OPTIPLEX 755
BB3GQ3J
HQ KARURA
84 DELL OPTIPLEX 755
256FFBX
HQ KARURA
85 DELL OPTIPLEX 755
BG5YM3J
HQ KARURA
86 DELL OPTIPLEX 755
FZKGQ3J
HQ KARURA
87 DELL OPTIPLEX 755
FD5YM3J
HQ KARURA
88 DELL OPTIPLEX 755
2ZS4VQ1
HQ KARURA
89 DELL OPTIPLEX 755
KFS/MMMB/HQ/2010/0326
HQ KARURA
90 DELL OPTIPLEX 755
GOLQ3J
HQ KARURA
91 DELL OPTIPLEX 760
BLS4LBX
HQ KARURA
92 DELL OPTIPLEX 760
2T2QNBX
HQ KARURA
93 DELL OPTIPLEX 760
1Y94D4J
HQ KARURA
94 DELL OPTIPLEX 760
XR5RNBX
HQ KARURA
95 DELL OPTIPLEX 760
4Y2QNBX
HQ KARURA
96 DELL OPTIPLEX 760
5P2QNBX
HQ KARURA
97 DELL OPTIPLEX 760
D13QNBX
HQ KARURA
98 DELL OPTIPLEX 760
DW2QNBX
HQ KARURA
99 DELL OPTIPLEX 760
5PX4D45
HQ KARURA
100 DELL OPTIPLEX 760
6R94D4J
HQ KARURA
101 DELL OPTIPLEX 760
C33253241203
HQ KARURA
102 DELL OPTIPLEX 760
5M5RNBX
HQ KARURA
103 DELL OPTIPLEX 760
99Y4D45
HQ KARURA
104 DELL OPTIPLEX 760
45ZQNBX
HQ KARURA
105 DELL OPTIPLEX 760
HZ2QNBX
HQ KARURA
106 DELL OPTIPLEX 760
4FY4D45
HQ KARURA
107 DELL OPTIPLEX 760
4LX4D4J
HQ KARURA
108 DELL OPTIPLEX 760
3R2QNBX
HQ KARURA
109 DELL OPTIPLEX 760
JD8VH4J
HQ KARURA
110 DELL OPTIPLEX 760
3T2QNBX
HQ KARURA
111 DELL OPTIPLEX 760
95PVH4J
HQ KARURA
112 DELL OPTIPLEX 760
2R5RNBX
HQ KARURA
113 DELL OPTIPLEX 760
7LS84LBX
HQ KARURA
114 DELL OPTIPLEX 760
8CS4LBX
HQ KARURA
115 DELL OPTIPLEX 760
5QSRNBX
HQ KARURA
116 DELL OPTIPLEX 760
513QNBX
HQ KARURA
117 DELL OPTIPLEX 760
7K5RNBX
HQ KARURA
118 DELL OPTIPLEX 760
DGS4LBX
HQ KARURA
119 DELL OPTIPLEX 760
IP2QNBX
HQ KARURA
120 DELL OPTIPLEX 760
3K5RNBX
HQ KARURA
121 DELL OPTIPLEX 760
8N2QNBX
HQ KARURA
122 DELL OPTIPLEX 760
5PSS4P1
HQ KARURA
123 DELL OPTIPLEX 760
C9B38BS
HQ KARURA
124 DELL OPTIPLEX 760
ZAB81103F3
HQ KARURA
125 DELL OPTIPLEX 760
6Z2QNBX
HQ KARURA
126 DELL OPTIPLEX 780
CF8J7BS
HQ KARURA
127 DELL OPTIPLEX 780
7Y538BS
HQ KARURA
128 DELL OPTIPLEX 780
4727659384
HQ KARURA
129 DELL OPTIPLEX 780
BOWO65J
HQ KARURA
130 DELL OPTIPLEX 780
69Y365J
HQ KARURA
131 DELL OPTIPLEX 780
4VSL5BS
HQ KARURA
132 DELL OPTIPLEX 780
JZ538BS
HQ KARURA
133 DELL OPTIPLEX 780
IT538BS
HQ KARURA
134 DELL OPTIPLEX 780
6Q1L6Q1
HQ KARURA
135 DELL OPTIPLEX 780
6TXD6Q1
HQ KARURA
136 DELL OPTIPLEX 780
25SO65J
HQ KARURA
137 DELL OPTIPLEX 780
F6LO65J
HQ KARURA
138 DELL OPTIPLEX 780
J9B38BS
HQ KARURA
139 DELL OPTIPLEX 780
5V3465J
HQ KARURA
140 DELL OPTIPLEX 780
36LO65J
HQ KARURA
141 DELL OPTIPLEX 780
3NCO65J
HQ KARURA
142 DELL OPTIPLEX 780
28S065J
HQ KARURA
143 DELL OPTIPLEX 780
GBTP52S
HQ KARURA
144 DELL OPTIPLEX 780
11638BS
HQ KARURA
145 DELL OPTIPLEX 780
7J2F4P1
HQ KARURA
146 DELL OPTIPLEX 780
8Q538BS
HQ KARURA
147 DELL OPTIPLEX 780
4QSLB5BS
HQ KARURA
148 DELL OPTIPLEX 780
4QSLB5BS
HQ KARURA
149 DELL OPTIPLEX 780
B7B32BS
HQ KARURA
150 DELL OPTIPLEX 780
19RL5BS
HQ KARURA
151 DELL OPTIPLEX 780
3MX4D4J
HQ KARURA
152 DELL OPTIPLEX 780
6KH065J
HQ KARURA
153 DELL OPTIPLEX 780
BJH065J
HQ KARURA
154 DELL OPTIPLEX 780
75S065J
HQ KARURA
155 DELL OPTIPLEX 780
3T538BS
HQ KARURA
156 DELL OPTIPLEX 780
3BB38BS
HQ KARURA
157 DELL OPTIPLEX 780
N/A
HQ KARURA
158 DELL OPTIPLEX 780
9QQB532
HQ KARURA
159 DELL OPTIPLEX 780
8TPP52S
HQ KARURA
160 DELL OPTIPLEX 780
HN5RNBX
HQ KARURA
161 DELL OPTIPLEX 780
7BTP52S
HQ KARURA
162 DELL OPTIPLEX 780
D2BJ7BS
HQ KARURA
163 DELL OPTIPLEX 780
7HSS4PI
HQ KARURA
164 DELL OPTIPLEX 780
C9B38BS
HQ KARURA
165 DELL OPTIPLEX 780
HBB38BS
HQ KARURA
166 DELL OPTIPLEX 780
DP5RNBX
HQ KARURA
167 DELL OPTIPLEX 780
12638BS
HQ KARURA
168 DELL OPTIPLEX 780
61638BS
HQ KARURA
169 DELL OPTIPLEX 780
F1638BS
HQ KARURA
170 DELL OPTIPLEX 780
6Z7192S
HQ KARURA
171 DELL OPTIPLEX 780
IXJ8RI
HQ KARURA
172 DELL OPTIPLEX 780
7YMX725
HQ KARURA
173 DELL OPTIPLEX 790
1XCX8R1
HQ KARURA
174 DELL OPTIPLEX 790
D38R8R1
HQ KARURA
175 DELL OPTIPLEX 790
C18Q8R1
HQ KARURA
176 DELL OPTIPLEX 790
2RFWVQ1
HQ KARURA
177 DELL OPTIPLEX 790
8B18VQ1
HQ KARURA
178 DELL OPTIPLEX 790
279H92S
HQ KARURA
179 DELL OPTIPLEX 790
D20W8R1
HQ KARURA
180 DELL OPTIPLEX 9010
3HVKG2S
HQ KARURA
181 DELL OPTIPLEX 9010
2KRKG2S
HQ KARURA
182 DELL OPTIPLEX 9010
7KRKG28S
HQ KARURA
183 DELL OPTIPLEX 9010
2MVKG2S
HQ KARURA
184 DELL OPTIPLEX 9010
HSTKG2S
HQ KARURA
185 DELL OPTIPLEX 9020
50VV252
HQ KARURA
186 DELL OPTIPLEX 9020
21VNH32
HQ KARURA
187 DELL OPTIPLEX 9020
DOTNH32
HQ KARURA
188 DELL OPTIPLEX 9020
4XTNH32
HQ KARURA
189 DELL OPTIPLEX GX520
BZKZ32J
HQ KARURA
190 DELL OPTIPLEX3020
1QO5732
HQ KARURA
191 DELL OPTIPLEX755
576FFBX
HQ KARURA
192 DELL OPTIPLEX780
44BJ7BS
HQ KARURA
193 DELL PRECISION M4600
9GS3BT1
HQ KARURA
194 DELL VOSTRO 200
BXW823J
HQ KARURA
195 DELL VOSTRO 200
CNOYR413696176R0580
HQ KARURA
196 HP COM DX 2300
5963179
HQ KARURA
197 HP COM DX 2300
MXM8040FD6
HQ KARURA
198 HP COM DX 2300
ZAB81603FW
HQ KARURA
199 HP COM DX 2300
ZAB812021N
HQ KARURA
200 HP COM DX 2300
ZAB73801J
HQ KARURA
201 HP COM DX 2300
MXM8040FQ0
HQ KARURA
202 HP COM DX2300
MXM8040FNT
HQ KARURA
203 HP COM DX2300
ZAB81600D1
HQ KARURA
204 HP COMP DX2300
MXM8040F6V
HQ KARURA
205 HP COMP DX2300
ZAB81103F3
HQ KARURA
206 HP COMP DX2300
MXM8040FL4
HQ KARURA
207 HP COMP DX2300
GQ8333EF
HQ KARURA
208 HP COMP DX2300
MXM8040FQH
HQ KARURA
209 HP COMPACT
MXM8040FG4
HQ KARURA
210 HP COMPAQ
3CBOO326YO
HQ KARURA
211 HP COMPAQ
CNX75021DY
HQ KARURA
212 HP COMPAQ
ZAB81600DP
HQ KARURA
HP COMPAQ 500B
213 MICROTOWER
3CB01124X5
HQ KARURA
HP COMPAQ 500B
214 MICROTOWER
3CB01124V0
HQ KARURA
HP COMPAQ 500B
215 MICROTOWER
3CB01124LD
HQ KARURA
HP COMPAQ 500B
216 MICROTOWER
3CB01124QS
HQ KARURA
217 HP COMPAQ 500MT
3CBOO326PP
HQ KARURA
218 HP COMPAQ 500MT
3CQ942DQS
HQ KARURA
219 HP COMPAQ 6120M
SAA61905Z5
HQ KARURA
220 HP COMPAQ D330
HUB40301NN
HQ KARURA
221 HP COMPAQ DX 2300
GQ833EF-ACQ
HQ KARURA
222 HP COMPAQ DX 2300
ZAB73802F2
HQ KARURA
223 HP COMPAQ DX 2300
MXM8040FR3
HQ KARURA
HP COMPAQ DX1000
224 MICROTOWER
3CB933258G
HQ KARURA
225
3CB93326K5
HQ KARURA
HP COMPAQ DX1000
MICROTOWER
226 HP COMPAQ DX2300
CNX7508K
HQ KARURA
227 HP COMPAQ DX2300
ZAB74100PY
HQ KARURA
228 HP COMPAQ DX2300
ZAB74100MB
HQ KARURA
229 HP COMPAQ DX2300
CDE0255PWA
HQ KARURA
HP COMPAQ DX2300
230 MICROTOWER
ZAB812024Y
HQ KARURA
231 HP COMPAQ DX6120M
SAA61905ZN
HQ KARURA
232 HP COMPAQ MV700
CZC3475730
HQ KARURA
233 HP COMPAQ MV700
CZC3475HZK
HQ KARURA
234 HP COMPAQ MV700
CZC3475727
HQ KARURA
235 HP COMPAQ MV700
CZC3423QHY
HQ KARURA
236 HP COMPAQ-DX2300
ZAB7380248
HQ KARURA
237 HP COMPAQ-DX2300
ZABB160202
HQ KARURA
238 HP DX 2300
5932185
HQ KARURA
239 HP DX 2300
MXM806032N
HQ KARURA
240 HP DX 2300
5932148
HQ KARURA
241 HP DX 2300
MXM8040DNP
HQ KARURA
242 HP DX 2300
DQM3GBX
HQ KARURA
243 HP DX 2300
MXM8040FL7
HQ KARURA
244 HP DX 2300
5932038
HQ KARURA
245 HP DX 2300
5963184
HQ KARURA
246 HP DX 2300
SGH7290NYG
HQ KARURA
247 HP DX 2300
SAA7190L66
HQ KARURA
248 HP DX 2300
5932016
HQ KARURA
249 HP DX 2300
ZAB73801YX
HQ KARURA
250 HP DX 2300
MXM8040FV3
HQ KARURA
251 HP DX 2300
MXM8060NS
HQ KARURA
252 HP DX 2300
ZAB8102Q3
HQ KARURA
253 HP DX2200
SAA7120CN5
HQ KARURA
254 HP DX2300
5963054
HQ KARURA
255 HP DX2300
SAA7190FPH
HQ KARURA
256 HP DX2300 MICROTOWER
ZAB812020T
HQ KARURA
257 HP DX2300 MICROTOWER
ZAB81603G6
HQ KARURA
258 HP PAVILLION TS500
4M3RB5J
HQ KARURA
259 HP PAVILLION TS500
3M3RB5J
HQ KARURA
260 HP PAVILLION TS500
5M3RB5J
HQ KARURA
261 HP PRO
CND50795VJ
HQ KARURA
262 HP PRO 350G2 MT
TRF4380M9M
HQ KARURA
263 HP PRO 350G2 MT
TRF437OCSQ
HQ KARURA
II.
NO
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
KENYA FORESTRY COLLEGE(KFC)-LONDIANI
MODEL/MAKE
SERIAL NO.
LOCATION
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DSJC82S
BVGC282S
8JJC82S
FWGC82S
DJJC82S
DMLC82S
1KJC82S
3LLC82S
2XGC82S
3VKD82S
5KJC82S
CN0U417N
HSKD82S
3NLC82S
8TKD82S
5TKD82S
JMLC82S
3VGC82S
2DFH7BS
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
DELL OPTIPLEX 780
Hp Compaq dx2290
dell optiplex 780
dell optiplex 780
dell optiplex 780
dell optiplex 780
dell optiplex 780
dell optiplex 780
dell optiplex 780
dell optiplex 390
dell optiplex 780
DELL OPTIPLEX 390
Hp Compaq dx2290
dell optiplex 780
dell optiplex 390
Dell Optiplex 780
Dell Optiplex 780
Dell Optiplex 390
BSKD82S
7TKD82S
7KLC82S
8VKD82S
3LJC82S
JTKD82S
D4BJ7BS
GVKD82S
GSKD82S
7VKD82S
GSJC82S
CMLC82S
IZBH7BS
66BH7BS
JPHC90S
3XOC12S
GSJK82S
ZAB81600JZ
JHJC82S
2YBN7BS
HTJC82S
J2BJ7BS
4VKD82S
4VBH7BS
92CH7BS
66BH7BS
7WGC82S
6FFHTS1
ZABB160167
9TGC82S
1MJHTSI
8KJC82S
15BH7BS
92CH7BS
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
III.
FIELD OFFICES
NO MODEL/MAKE
SERIAL NUMBER
LOCATION
1
DELL OPTIPLEX 780
69B38BS
HOC KAKAMEGA
2
HP PRO 3500
TRF3521B51
HOC KAKAMEGA
3
DELL OPTIPLEX 780
8DRL5BS
HOC KAKAMEGA
4
HP DX COMPAQ 2200
ZAB716017W
HOC KAKAMEGA
5
HP PRO 3500
TRF352101W
HOC KAKAMEGA
6
DELL OPTIPLEX 780
6MS15B8
E.C KAKAMEGA
7
HP COMPAQ DX2290
CNX75021KT
E.C KAKAMEGA
8
DELL OPTIPLEX 780
GNVJ7BS
E.C KAKAMEGA
9
DELL OPTIPLEX 780
-
E.C VIHIGA
10
HP COMPAQ DX2290
CNX75020PK
E.C VIHIGA
11
LENOVO
TS9622W2L3A3893
E.C BUTERE
12
DELL OPTIPLEX 780
5ND54P1
E.C BUTERE
13
DELL OPTIPLEX 780
KFS/NRM/040
E.C BUNGOMA
14
HP 290 G1
TRF5110KW
E.C BUNGOMA
15
HP 290 G2
TRF510379
E.C BUNGOMA
16
DELL OPTIPLEX 780
5HFH7BS
Z.M TESO
17
HP DX 2200
5GHC4304BX
Z.M TESO
18
DELL OPTIPLEX 780
FQVJ7BS
E.C BUSIA
19
HP COMPAQ DX200
HMB603033
E.C BUSIA
20
HP COMPAQ
739QG2
HOC NYANZA
21
DELL OPTIPLEX 3010
97YZCY1
HOC NYANZA
22
DELL OPTIPLEX 780
1KRL5BS
HOC NYANZA
23
HP PRO
TRF42307BG
HOC NYANZA
24
DELL OPTIPLEX 760
8V5QKBX
HOC NYANZA
25
DELL OPTIPLEX 780
CZSL5BS
HOC NYANZA
26
DELL OPTIPLEX 3020MT
JH2TR52
EC KISUMU
27
DELL OPTIPLEX 3020MT
CGB1R53
EC KISUMU
28
LENOVO THINK CENTRE
L3A5812
EC KISUMU
29
HP 280 G1
TRF5100384
EC KISUMU
30
DELL OPTIPLEX 780
7JFH7BS
EC NYAMIRA
31
DELL OPTIPLEX 780
GLBH7BS
EC NYAMIRA
32
DELL OPTIPLEX 310
19Y2CY1
EC KISII
33
DELL OPTIPLEX 780
J4BH7BS
EC KISII
34
LENOVO THINK CENTRE
L3A1741
EC KISII
35
DELL OPTIPLEX 780
7HFH7BS
ZM GUCHA
36
DELL OPTIPLEX 780
8HFH7BS
ZM GUCHA
37
DELL OPTIPLEX 780
GHFH7BS
ZM TRANSMARA
38
DELL OPTIPLEX 780
H2BJ7BS
ZM TRANSMARA
39
DELL OPTIPLEX 780
JWBH7BS
ZM KURIA
40
DELL OPTIPLEX 780
9MFH7BS
ZM KURIA
41
DELL OPTIPLEX 780
8G8JBS
EC MIGORI
42
DELL OPTIPLEX 780
5HBJ7BS
EC MIGORI
43
DELL OPTIPLEX 780
DP5L5BS
EC MIGORI
44
DELL OPTIPLEX 780
4MFH7BS
ZM SUBA
45
HP COMPAQ
2UA5380WJN
ZM SUBA
46
DELL OPTIPLEX 780
ULFH7BS
ZM SUBA
47
DELL OPTIPLEX 780
FKFH7BS
EC HOMABAY
48
DELL IPTIPLEX 380
HKYM7BS
ZM BONDO
49
DELL OPTIPLEX 780
GFBH7BS
ZM BONDO
50
DELL OPTIPLEX 780
6KFH7BS
EC SIAYA
51
LENOVO THINK CENTRE
L3A5871
EC SIAYA
52
DELL OPTIPLEX 780
6YV065J
EC SIAYA
53
DELL OPTIPLEX 780
4MC065J
EC SIAYA
54
DELL OPTIPLEX 780
5RLJ7BS
ZM RACHUONYO
55
DELL OPTIPLEX 780
33CH7BS
ZM NYANDO
56
DELL OPTIPLEX 780
DCSMIF
ZM NYANDO
57
DELL OPTIPLEX 755
2ZZWJBX
HOC OFFICE EASTERN
58
DELL OPTIPLEX 755
H31XJBX
HOC OFFICE EASTERN
59
HP DX2390
TFR4010LRY
HOC OFFICE EASTERN
60
DELL OPTIPLEX 780
2FN3N3J
HOC OFFICE EASTERN
61
DELL OPTIPLEX 780
J9RL5BS
HOC OFFICE EASTERN
62
HP D6120
NXL53801RP
EC EMBU
63
DELL OPTIPLEX 760
3FFH7BS
EC EMBU
64
HP PRO 3500
TRF42007GW
EC EMBU
65
DELL OPTIPLEX 780
9G837BS
EC MERU SOUTH
66
HP DX2390
TRF42007JI
EC MERU SOUTH
67
HP DX2390
TRF42007FW
EC MERU SOUTH
68
DELL OPTIPLEX 780
7H837BS
EC MERU SOUTH
69
DELL OPTIPLEX 780
DKFH7BS
EC MERU SOUTH
70
HP DX2390
TRF42007GR
EC MERU SOUTH
71
HP SLIC-CPC
CNX75021BZ
EC MERU NORTH
72
HP COMPAQ EVO D310
73
DELL OPTIPLEX 780
92BJ7BS
EC MERU NORTH
74
HP PRO
TRF42007FV
EC MERU NORTH
75
DELL OPTIPLEX 3020
1BT1TK52
EC MERU CENTRAL
76
DELL OPTIPLEX 780
23BJ7BS
EC MERU CENTRAL
77
DELL OPTIPLEX 3020
B9PM95J
EC MERU CENTRAL
78
HP DX2290
CNX7501ZRG
EC MERU CENTRAL
79
HP DX2390
TRF42007G9
ZM THARAKA
80
DELL OPTIPLEX 780
F3BJ7BS
ZM THARAKA
81
DELL
DLWTS51
ZM MBEERE
82
DELL OPTIPLEX 780
FHFH7BS
ZM MBEERE
83
DELL OPTIPLEX 3020
20WC532
ZM MBEERE
84
HP DX2390
TRF42007HS
ZM MBEERE
63036000
EC MERU NORTH
85
DELL OPTIPLEX 780
8FFH7BS
ZM MWINGI
86
HP DX2300
MXM8040FMV
ZM MWINGI
87
HP DX2300
ZAB816Q3DQ
ZM MWINGI
88
HP DX2300
MXM8040MVT
ZM MWINGI
89
DELL OPTIPLEX 780
5YBH7BS
EC MAKUENI
90
HP DX2300
ZABB715003W
EC MAKUENI
91
DELL OPTIPLEX 780
DGBN7BS
EC MAKUENI
92
HP
NULL
EC MAKUENI
93
LG-INTEX
NULL
EC MAKUENI
94
HP DX2300
NULL
EC MAKUENI
95
DELL OPTIPLEX 3020
GSZKW22
EC MACHAKOS
96
DELL OPTIPLEX 3020
DTXW632
EC MACHAKOS
97
DELL OPTIPLEX 3020
770TK52
EC MACHAKOS
98
DELL OPTIPLEX 780
42BJ7BS
EC MACHAKOS
99
DELL OPTIPLEX 780
DGBN7BS
EC KITUI
100
HP D330
RUBBED
EC KITUI
101
CLONE DIGITEX
NULL
EC KITUI
102
DELL OPTIPLEX 780
4TBH7BS
EC TURKANA
103
DELL OPTIPLEX 780
7JFH7BS
EC TURKANA
104
DELL OPTIPLEX 780
65BJ7BS
EC WEST POKOT
105
DELL OPTIPLEX GX620
D3NHG2J
EC TRANS NZOIA
106
ACER
107
LENOVO THINKPAD
9622W2Y
EC TRANS NZOIA
108
DELL OPTIPLEX 790
9Y3Y8R1
EC TRANS NZOIA
109
HP DX2390
3CB83020SL
HOC NORTH RIFT
110
DELL OPTIPLEX 380
2XR542S
HOC NORTH RIFT
111
DELL OPTIPLEX 780
4JRL5BS
HOC NORTH RIFT
112
DELL OPTIPLEX 780
585GKBX
HOC NORTH RIFT
113
HP DX2390
3CB83020TF
EC UASIN GISHU
61900150738
EC TRANS NZOIA
114
DELL OPTIPLEX 755
99B38BS
EC UASIN GISHU
115
DELL OPTIPLEX 330
NULL
EC UASIN GISHU
116
HP COMPAQ 500B
3CB00325DN
EC NYANDARUA
117
DELL OPTIPLEX 780
FVKJ7BS
EC NYANDARUA
118
DELL OPTIPLEX 790
8YRM7R1
EC NYANDARUA
119
DELL OPTIPLEX 790
JF7S8R1
EC NYANDARUA
120
HP COMPAQ DC5000
CZC4452358
EC NYANDARUA
121
HP COMPAQ DX2300 MT
MXM8040DBR
EC LAIKIPIA
122
DELL OPTIPLEX 780
JFBH7BS
EC LAIKIPIA
123
HP COMPAQ DC7600
CNG547060R
EC LAIKIPIA
124
DELL OPTIPLEX 790
DL3Y8R1
EC NYERI
125
DELL OPTIPLEX 790
8YCZYR1
EC NYERI
126
HP COMPAQ DX7500 MT
CZC9320RBS
EC NYERI
127
DELL OPTIPLEX 790
8Y9Z8R1
EC NYERI
128
HP PRO3500 SERIES
TRF42007KP
DFO NYERI
129
HP COMPAQ DX2290MT
CNX75021RK
DFO NYERI
130
DELL OPTIPLEX 780
2MRL5BS
EC NYERI
131
HP PRO3500 SERIES
TRF3520ZXM
HOC NYERI
132
DELL OPTIPLEX 780
66L065J
HOC NYERI
133
HP PRO3500 SERIES
TRF35219TJ
HOC NYERI
134
DELL VOSTRO 200
5WW823J
HOC NYERI
135
DELL OPTIPLEX 3020
6G2TK52
HOC NYERI
136
DELL OPTIPLEX 3020
5ZOTL52
HOC NYERI
137
DELL OPTIPLEX 780
B4CH7BS
EC KIRINYAGA
138
HP COMPAQ DX7500 MT
CZC9276324
EC KIRINYAGA
139
DELL OPTIPLEX 790
90CJ8R1
EC KIRINYAGA
140
DELL OPTIPLEX 390
J8PM95J
EC KIRINYAGA
141
DELL OPTIPLEX 790
8YZ78R1
EC KIRINYAGA
142
HP COMPAQ
D51/P24/40
EC KIRINYAGA
143
HP D530
CZC406165W
EC KIRINYAGA
144
HP COMPAQ DX2290 MT
CNX750219Y
EC MURANGA
145
HP COMPAQ DX2290 MT
CNX7502155
EC MURANGA
146
DELL OPTIPLEX 780
32BJ7BS
EC MURANGA
147
HP PRO3500 SERIES
TRF42007LF
EC MURANGA
148
DELL OPTIPLEX 780
4BRL5BS
EC MURANGA
149
DELL OPTIPLEX 780
93BJ7BS
EC MURANGA
150
HP PRO 3400 SERIES
TRF21208DD
ZM THIKA
151
DELL OPTIPLEX 780
HVKJ7BS
ZM THIKA
152
LENOVO-9622W2Y
L3A4933
ZM THIKA
153
HP COMPAQ DX7800 MT
MXL74110LC
ZM THIKA
154
HP COMPAQ DX7800 MT
MXL8360T8P
ZM THIKA
155
DELL OPTIPLEX 170L
JN7KC15
ZM THIKA
156
DELL OPTIPLEX 390
C8BX8R1
EC KIAMBU
157
DELL OPTIPLEX 3010
3W4V8X1
EC KIAMBU
158
DELL OPTIPLEX 390
BOW7B5J
EC KIAMBU
159
HP COMPAQ DX2290 MT
CNX750208C
EC KIAMBU
160
HP COMPAQ DX2300 MT
ZAB81600Q0
HOC NAIROBI
161
HP COMPAQ DX2200 MT
ZAB715004J
HOC NAIROBI
162
DELL OPTIPLEX 780
59B38BS
HOC NAIROBI
163
DELL OPTIPLEX 790
DKVFVS1
HOC NAIROBI
164
DELL OPTIPLEX 380
FZVRSBX
EC NAIROBI
165
DELL OPTIPLEX 780
4DRL5BS
EC NAIROBI
166
DELL OPTIPLEX 3020
DNFXJZ1
EC NAIROBI
167
HP COMPAQ DX2300 MT
MXM8040FR1
EC NAIROBI
168
LENOVO 9622W2Y
L3A0299
EC KAJIADO
169
DELL OPTIPLEX 780
FPJJ7BS
EC KAJIADO
170
HP COMPAQ DX2300 MT
ZAB812022X
EC KAJIADO
171
COMPAQ DESKPRO EP/SB
SERIES
8839CCR2C597
EC KAJIADO
172
DELL OPTIPLEX 780
TRF58217XY
LAMU EC
173
DELL OPTIPLEX 780
TRF42307YR
KILIFI EC
174
LENOVO 9622W2Y
L3A4034
KILIFI EC
175
DELL OPTIPLEX 3020
CN-02HTXX-70163-59500OQ-A00
KILIFI EC
176
DELL OPTIPLEX 780
52BJ7BS
TAITA TAVETA EC
177
IBM APTIVA
ABAV572
TAITA TAVETA EC
178
CLONE
179
DELL OPTIPLEX 780
KFS/NRM/2011/CPU/021
HOC COAST
180
HP PRO
TRF42307SM
MOMBASA EC
181
HP PRO
TRF4230752
HOC COAST
182
HP COMPAQ
SAA60805BN
HOC COAST
183
DELL OPTLEX 3020
CN-021HTXX-70163-57M00W1-A00
MOMBASA EC
184
HP PRO
TRF42307YR
KWALE EC
185
HP PRO
42307YR
KWALE EC
186
DELL OPTIPLEX 3020
CN-OKCCCP-72872-310E95M, 17INCHES
MALINDI ZONE
187
DELL OPTIPLEX 780
CN-02N00N-64180-23E44DB
MALINDI ZONE
188
DELL OPTIPLEX 780
CN-OU417N-64180-OBU3NDS
MALINDI ZONE
189
DELL OPTIPLEX 780
CN-OU417N-64180-03M06WU ,DELL 17''
MALINDI ZONE
190
HP COMAPAQ DX 2390
CZCOO52Z8P
HOC MAU
191
HP COMAPAQ DX 2390
TRF3521B4M
HOC MAU
192
HP COMAPAQ DX 2391
TRF35219RM
HOC MAU
193
DELL OPTIPLEX 755
6PYBG1J
HOC MAU
194
DELL OPTIPLEX 760
6LX4D4J
HOC MAU
195
HP COMPAQ DX 2300
SGH4110KOC
HOC MAU
196
DELL OPTIPLEX 390
BTV7B5J
E.C NAKURU
197
HP COMPAQ 2390
3CB83020R9
E.C NAKURU
TAITA TAVETA EC
198
DELL-OPTIPLEX 790
8Y83ZR1
E.C NAKURU
199
DELL OPTIPLEX 790
200
DELL-OPTIPLEX 789
JJ1W8R1
E.C KERICHO
201
DELL-OPTIPLEX 790
90JW8R1
E.C KERICHO
202
HP COMPAQ DX2300
CNX7502186
E.C KERICHO
203
HP COMPAQ 2390
3CB830212V
E.C KERICHO
204
DELL OPTIPLEX 390
99RJ8R1
E.C KERICHO
205
DELL OPTIPLEX 780
43BJ7BS
E.C KERICHO
206
HP DX2390
3CB83020FT
NAROK
207
HP-COMPAQ DX 2290
CNX75021RN
NAROK
208
DELL-OPTIPLEX 390
FYM7B5J
NAROK
209
HP-COMPAQ DX 2290
CNX75021VN
BURET
210
DELL OPTIPLEX 780
7DBH7B5
BURET
211
HP-COMPAQ DX 2290
CNX75021V1
BOMET
212
HP-COMPAQ DX 2290
CNX75021K4
BOMET
213
DELL OPTIPLEX 780
G2BJ7BS
BOMET
214
HP-COMPAQ DX 2290
CNX75021GX
BOMET
215
DELL OPTIPLEX 780
22BJ7BS
ISIOLO EC
216
DELL OPTIPLEX 760
6P6GKBX
ISIOLO EC
217
LENOVO THINK CENTRE
1S9622W2YL3A5891
HOC EWASO NORTH
218
DELL OPTIPLEX 760
4K5RNBX
HOC EWASO NORTH
219
HP 650
5CB3190SQM
HOC EWASO NORTH
220
HP COMPAQ
CND65014C0
SAMBURU EC
221
DELL OPTIPLEX 780
CD7NC2S
SAMBURU EC
222
DELL OPTIPLEX 760
IU5GKBX
SAMBURU EC
223
DIGITEK
94574
SAMBURU EC
224
DELL OPTPLEX 780
DWKJ7BS
MARSABIT EC
225
DELL DIMENSION 4600
6H8BY0J
MARSABIT EC
226
DELL OPTPLEX 780
D4CH7BS
MARSABIT EC
E.C NAKURU
227
DELL OPTIPLEX 3020
431GQ02
HOC NORTH EASTERN
228
DELL OPTIPLEX 3020
GTG6H71
HOC NORTH EASTERN
229
DELL OPTIPLEX 780
1SSL5BS
HOC NORTH EASTERN
230
HP COMPAQ DC7100CMT
MXL53801S5
HOC NORTH EASTERN
231
DELL OPTIPLEX 320
D29KQ2J
E.C GARISSA
232
DELL OPTIPLEX 780
FTBH7BS
E.C IJARA
233
DELL OPTIPLEX 780
GLFH7BS
E.C BARINGO
234
DELL OPTIPLEX 780
C2BJ7BS
E.C BARINGO
235
DEL-8300
N/A
E.C BARINGO
B. LAPTOPS
I.
HEAD QUARTER
NO
MODEL/MAKE
SERIAL NO
LOCATION
1
HP HP PROBOOK 4320S
USH11900SD
HQ KARURA
2
HP 100
5CG24721DD
HQ KARURA
3
HP 14 NOTEBOOK
CND4489NR9
HQ KARURA
4
HP 14 NOTEBOOK
CND5088D01
HQ KARURA
5
HP 2000
5CG3345KOF
HQ KARURA
6
HP 4706
MXM80407
HQ KARURA
7
HP 630
5CB239074Q
HQ KARURA
8
HP 630
5CB23848YN
HQ KARURA
9
HP 630 NOTEBOOK PC
5CB137542L
HQ KARURA
10
HP 630 NOTEBOOK PC
5CB137547D
HQ KARURA
11
HP 650
SCB3082MB9
HQ KARURA
12
HP 6530B
CNU943QRVF
HQ KARURA
13
HP ELITEBOOK 2740P
USH128003J
HQ KARURA
14
HP ELITEBOOK 820G1
6DJGRN8RY6POMO
HQ KARURA
15
HP ELITEBOOK FOLIO 9470M
CNU345BH1V
HQ KARURA
16
HP ELITEBOOKFOLIO 9470M
CNU345B5TR
HQ KARURA
17
HP ENVY 810
CZC44303SM
HQ KARURA
18
HP ENVY 811
CZC44303SL
HQ KARURA
19
HP FOLIO 9470M
CNU345B6H1
HQ KARURA
20
HP HP PROBOOK
HQ KARURA
21
HP HP PROBOOK 4340S
HQ KARURA
22
HP HP PROBOOK 4320
CNFO295W3Q
HQ KARURA
23
HP HP PROBOOK 4320S
CNF036MM9
HQ KARURA
24
HP HP PROBOOK 4320S
USH12002F
HQ KARURA
25
HP HP PROBOOK 4330S
CNU122126Z
HQ KARURA
26
HP HP PROBOOK 4330S
27
HP HP PROBOOK 4340S
28
HP HP PROBOOK 4340S
29
HP HP PROBOOK 4340S
2CE237297X
HQ KARURA
30
HP HP PROBOOK 450 G2
CND4465WXJ
HQ KARURA
31
HP HP PROBOOK 450 G2
CND4263PX3
HQ KARURA
32
HP HP PROBOOK 450 GS
CNU201284H
HQ KARURA
33
HP HP PROBOOK 4530S
CNU13716CF
HQ KARURA
34
HP HP PROBOOK 4530S
CNU1410XL9
HQ KARURA
35
HP HP PROBOOK 4530S
CNU14426TG
HQ KARURA
36
HP HP PROBOOK 530
CND821NRIB
HQ KARURA
37
HP LAPTOP
-
HQ KARURA
38
HP PAVALLION DV 5
4CA9071K1R
HQ KARURA
39
HP PAVALLION DV 5
4CA8511685
HQ KARURA
40
HP PAVILION D4
3CE948330R
HQ KARURA
41
HP PAVILLION PC DV4
3CE94413P5
HQ KARURA
42
HP PAVILLION 14
CND44907Y7
HQ KARURA
43
HP PAVILLION G6 NOTE BOOK
5CD2369XFL
HQ KARURA
44
HP PAVILLION TS14
5CD4124RW5
HQ KARURA
HQ KARURA
2CE2372963
HQ KARURA
HQ KARURA
45
HP PRO BOOK 4320S
CNF02756XX
HQ KARURA
46
HP PRO BOOK 4320S
CNF0295W2Z
HQ KARURA
47
HP PRO BOOK 4330S
CNU20128Z8
HQ KARURA
48
HP PRO BOOK 4330S
CNU201290R
HQ KARURA
49
HP PRO BOOK 4330S
CNU20128TY
HQ KARURA
50
HP PRO BOOK 4330S
CNU220124R
HQ KARURA
51
HP PROBOOK 4340S
2CE2372989
HQ KARURA
52
HP PROBOOK 4340S
2CE237296Z
HQ KARURA
53
HP PROBOOK 4340S
CNFO295W43
HQ KARURA
54
HP PROBOOK 4340S
CNF032423G
HQ KARURA
55
HP PROBOOK 450 G2
CND42855LB
HQ KARURA
56
HP PROBOOK 4530S
CNU13719GM
HQ KARURA
57
HP PROBOOK 4530S
CNU1441CH6
HQ KARURA
58
HP PROBOOK 4530S
CNU1410ZZDY
HQ KARURA
59
HP PROBOOK 4530S
CNU1410Z8K
HQ KARURA
60
HP PROBOOK 4530S
CNU13719NN
HQ KARURA
61
HP PROBOOK 4530S
CNU13716CF
HQ KARURA
62
HP PROBOOK 4530S
63
HP PROBOOK 4530S
CNU1441BWV
HQ KARURA
64
HP PROBOOK 4530S
CNU2032CCB
HQ KARURA
65
HP PROBOOK 4530S
CNU20330DD
HQ KARURA
66
HP PROBOOK4320
CF02756X2
HQ KARURA
67
HP PROBOOK43302
CNU2030LX8
HQ KARURA
68
HP PROBOOK45305
CNU20330DM
HQ KARURA
69
HP PROTECT SMART
5CD423ZGY
HQ KARURA
70
HP-14R201NE
CND50884Y2
HQ KARURA
71
HP6730S
CNU8410GDF
HQ KARURA
72
HPP106 NOTEBOOK
5CD40723N9
HQ KARURA
73
LENOVO S51
L3A4013
HQ KARURA
74
LENOVO THINK CENTER M58
1S9622W2YLVA3977
HQ KARURA
HQ KARURA
75
LENOVO THINK CENTER M58
159622W2YL3A1121
HQ KARURA
76
LENOVO THINKCENTRE M58 SFF
12A5446
HQ KARURA
77
MAC AIRBOOK
C1MP6CA7G941
HQ KARURA
78
MACBOOK AIR
QDS-BRCM1052
HQ KARURA
79
HP PROBOOK 4540S
2CE41125BZ
HQ KARURA
II.
KFC-LONDIANI
NO
MODEL/MAKE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
III.
NO
HP 650
HP 530
HP 650
HP 650
Hp 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
HP 650
SERIAL NO.
LOCATION
5CB2520K2M
CND822TXZA
5CB252046J
5CB2520K3D
5CB2520K56
5CB2520K5G
5CB2520KZZ
5CB2520K0N
5CB2520K1Q
5CB2520K4D
5CB2520K16
5CB2520K36
5CB2520K5L
5CB2520K2C
5CB2520JWM
5CB2520KOY
5CB2520K63
5CB2520J22
5CB2520K4T
5CB2520K2I
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
FIELD OFFICES
MODEL/MAKE
SERIAL NUMBER
LOCATION
1
HP PROBOOK 450 GI
2CE4081WVN
HOC KAKAMEGA
2
HP 15
CND5513C6N
E.C BUSIA
3
HP 15
CND5513F9C
E.C BUSIA
4
HP NOTEBOOK
5
HP NOTEBOOK
CND5513JNP
EC KISUMU
6
HP PROBOOK 4540S
2CE -4080YC
EC KISII
7
HP PROBOOK 4530S
CNG14419VH
EC HOMABAY
8
HP PROBOOK 4540S
9
HP 4540S
CQ60-222EI
ZM BONDO
10
HP PROBOOK 4530S
CNU20333JV
ZM RACHUONYO
11
HP PROBOOK 4530S
CNU13717GV
HOC EASTERN
12
HP PROBOOK 4530S
KFSMMCP00035L
HOC EASTERN
13
HP 14 NOTEBOOK PC
CND4489P1Y
HOC EASTERN
14
HP PROBOOK 4540S
2CE3052DVC
EC EMBU
15
SONY
R5274469
EC MERU NORTH
16
HP 15 NOTEBOOK PC
CND4132ZRF
EC MERU CENTRAL
17
HP PROBOOK 4530S
CNU203340C
ZM MBEERE
18
HP 14 NOTEBOOK PC
CND449103Q
ZM MBEERE
19
HP 14 NOTEBOOK PC
CND4344JZ3
ZM MWINGI
20
HP PROBOOK 4320S
UNAVAILABLE
ZM MWINGI
21
HP PROBOOK 4520S
CND821NQK
EC MAKUENI
22
HP PROBOOK 4520S
CND821NR9M
EC MAKUENI
23
HP PROBOOK 4520S
CND821NRRCN
EC MAKUENI
24
HP PROBOOK 4520S
CND821NR4P
EC MAKUENI
25
HP PROBOOK 4520S
CND8221YHY
EC MAKUENI
26
HP PROBOOK 4520S
CND821NRBC
EC MAKUENI
27
HP PROBOOK 4520S
CND821NQ5K
EC MAKUENI
28
HP PROBOOK 4520S
CND821NQ22
EC MAKUENI
29
HP PROBOOK 4530S
CNU1410ZC4
EC MAKUENI
30
HP PROBOOK 4520S
CND821NR4P
EC MAKUENI
31
HP
UNAVAILABLE
EC MACHAKOS
HOC NYANZA
EC HOMABAY
32
HP PROBOOK 4530S
CN914415CV
EC KITUI
33
HP PAVILION DV4
UNAVAILABLE
EC TURKANA
34
HP LAPTOP
UNAVAILABLE
HOC NORTH RIFT
35
HP PROBOOK 4530S
CNU203338H
HOC NORTH RIFT
36
HP PROBOOK 4530S
CNU1410XYQ
EC NYANDARUA
37
LENOVO 20369
YBO7923804
EC NYANDARUA
38
HP PROBOOK 4530S
CNU2081YXR
EC NYANDARUA
39
HP PROBOOK 4530S
CNU14426GC
EC NYERI
40
HP PROBOOK 4530S
CNU2121TF7
EC NYERI
41
HP PROBOOK 4530S
CNU2121W3J
EC KIRINYAGA
42
HP PROBOOK 4530S
CNU20333X4
EC KIRINYAGA
43
HP PROBOOK 4530S
CNU14426LK
EC KIRINYAGA
44
HP PROBOOK 4530S
CNU20328FC
EC MURANGA
45
TOSHIBA SATELLITE A100
17309606Q
EC MURANGA
46
TOSHIBA SATELLITE L300
593563100
ZM MURANGA
47
HP PROBOOK 4530S
CNU13718DY
EC KIAMBU
48
DELL INSPIRON N4030
192041320740
EC KAJIADO
49
HP PRO BOOK 4320S
HSTNN-Q78C-3
LAMU EC
50
HPPRO BOOK
CND5513JQF
LAMU EC
51
HP 15
CND5513JQF
KILIFI EC
52
HP-PRO BOOK 4530S
CNU1371BOB
TAITA TAVETA EC
53
HP PROBOOK 4530S
CNU1522D15
MOMBASA EC
54
HP 15
CND5513L36
MOMBASA EC
55
HP PROBOOK 4530S
CNU1371DPP
MOMBASA EC
56
HP PROBOOK 4530S
CNU1381DXX
KWALE EC
57
HP 4520S
2CE02400R6
HOC MAU
58
HP 4530S
CNU1410XFX
E.C NAKURU
59
HP 4520S
2CE02400R8
E.C NAKURU
60
HP 4530S
LIKIA STATION
61
HP 4520S
MENENGAI STATION
62
HP 4530S
CNU14426J2
E.C KERICHO
63
HP 4530S
CUN21321KG
E.C KERICHO
64
HP-4530S
CNU1371CSH
EC NAROK
65
HP-4530S
66
HP 650
5CB3190SQM
HOC EWASO NORTH
67
HP PRO BOOK 4330S
CNU201295K
HOC EWASO NORTH
68
HP PRO BOOK 4530S
CNU20333WD
SAMBURU EC
69
TOSHIBA SATELLITEA100
37023288Q
HOC NORTH EASTERN
70
HP PROBOOK 4530S
CNU1410ZG6
HOC NORTH EASTERN
71
HP PROBOOK 4530S
CNU1522CM
E.C GARISSA
72
HP PROBOOK 4530S
2CT2441RJN
E.C GARISSA
73
HP PROBOOK 4530S
CNU1410P6M
E.C IJARA
74
HP 650
5CB3190SQM
HOC EWASO NORTH
75
HP PRO BOOK 4330S
CNU201295K
HOC EWASO NORTH
76
HP PRO BOOK 4530S
CNU20333WD
SAMBURU EC
77
TOSHIBA SATELLITEA100
37023288Q
HOC NORTH EASTERN
78
HP PROBOOK 4530S
CNU1410ZG6
HOC NORTH EASTERN
79
HP PROBOOK 4530S
CNU1522CM
E.C GARISSA
80
HP PROBOOK 4530S
2CT2441RJN
E.C GARISSA
81
HP PROBOOK 4530S
CNU1410P6M
E.C IJARA
EC NAROK
C. PRINTERS/PLOTTERS/SCANNERS
I.
NO
HEAD QUARTERS
MODEL/MAKE
SERIAL NUMBER
LOCATION
REMARKS
1
HP LASERJET P2015DN
CNBW81636Q
HQ KARURA
PRINTING ONLY
2
HP LASERJET P2015DN
CNBW81636Q
HQ KARURA
PRINTING ONLY
3
HP LASERJET P2015DN
CNC1B45754
HQ KARURA
PRINTING ONLY
4
HP LASERJET P2015DN
CNCKJ52905
HQ KARURA
PRINTING ONLY
5
HP LASERJET P2015DN
CNBW81635V
HQ KARURA
PRINTING ONLY
6
HP 1536MFP
CNG8G576LZ
HQ KARURA
3-IN-1
7
HP LASERJET P2055DN
CNCKH96053
HQ KARURA
PRINTING ONLY
8
HP LASERJET P2015D
CNBW84XOC9
HQ KARURA
PRINTING ONLY
9
HP LASERJET P2015DN
CNCKH9605T
HQ KARURA
PRINTING ONLY
10
EPSON LQ 690
LKXH023101
HQ KARURA
11
EPSON LQ 2180
JRBY024639
HQ KARURA
RECEIPT AND
CHEQUESAND
RECEIPT
12
HP LASERJET 1320
CNM1J22748
HQ KARURA
CHEQUES
PRINTING ONLY
13
HP LASERJET PRO 400
VN4R02164
HQ KARURA
3-IN-1
14
HP LASERJET P2055DN
CNCKH9600S
HQ KARURA
PRINTING ONLY
15
HP LASERJET 1300
CNCJJ10738
HQ KARURA
PRINTING ONLY
16
HP LASERJET P2015DN
VNH4R02154
HQ KARURA
PRINTING ONLY
17
HP 2300L
CNCHC83803
HQ KARURA
PRINTING ONLY
18
HP 2015DN
CNBW84B67C
HQ KARURA
PRINTING ONLY
19
HP LASERJET P2015DN
CNBW85POP3
HQ KARURA
PRINTING ONLY
20
HP LASERJET P2015DN
CNBW84R1VD
HQ KARURA
PRINTING ONLY
21
EPSON LQ 690
LKWH000825
HQ KARURA
22
HP LASERJET PRO400 MFP
CNB8D3Z577
HQ KARURA
RECEIPT AND
CHEQUES
3-IN-1
23
HP LASERJET P2015D
CNBW87K1TP
HQ KARURA
PRINTING ONLY
24
HP LASERJET PRO 400
CNB8D3PS7H
HQ KARURA
3-IN-1
25
HP P2055DN
CNCJF03188
HQ KARURA
PRINTING ONLY
26
HP LASERJET 1320
CNM1MO1146
HQ KARURA
PRINTING ONLY
27
HP LASER JET P2055D
CNCJB64936
HQ KARURA
PRINTING ONLY
28
HP LASERJET 2300DN
CNCFD36611
HQ KARURA
PRINTING ONLY
29
HP LASERJET PRO 400 COLOR
M451DN
HP
LASERJET P2055D
CNCH301497
HQ KARURA
3-IN-1
30
CNCJB64620
HQ KARURA
PRINTING ONLY
31
HP LASERJET P2055DN
CNCKB425BL
HQ KARURA
PRINTING ONLY
32
HP LASERJET P2055D
CNCJB64628
HQ KARURA
PRINTING ONLY
33
HP LASERJET P2055DN
CNC1784063
HQ KARURA
PRINTING ONLY
34
HP LASERJET P2055DN
CNC1784064
HQ KARURA
PRINTING ONLY
35
HP LASERJET P2055DN
CNCKB417VB
HQ KARURA
PRINTING ONLY
36
HP LASERJET PRO400 M401DN
PHKGD22451
HQ KARURA
3-IN-1
37
HP LASERJET CP2025
CNH5365687
HQ KARURA
PRINTING ONLY
38
HP LASERJET P2055DN
CNCK731618
HQ KARURA
PRINTING ONLY
39
HP OFFICEJET H470
CN05J281Y4
HQ KARURA
40
HP LASERJET P2055DN
CNCKB93189
HQ KARURA
LARGE
FORMAT_MAPS
PRINTING ONLY
41
HP LASERJET P2055DN
CNCKB92720
HQ KARURA
PRINTING ONLY
42
HP LASERJET P2055DN
CNC1784052
HQ KARURA
PRINTING ONLY
43
HP LASERJET P2055DN
CNC1784050
HQ KARURA
PRINTING ONLY
44
HP LASERJET P2055DN
CNCHB59089
HQ KARURA
PRINTING ONLY
45
HP COLOR LASERJET
CM2320FXI MFP
CNFTB84JM1
HQ KARURA
3-IN-1
46
HP LASERJET 1536DNF MFP
CNF8F3P9MR
HQ KARURA
3-IN-1
47
HP PHOTO SMART C3183
SDGOB-0603
HQ KARURA
3-IN-1
48
HP LASERJET P2015DN
CNBW81636X
HQ KARURA
PRINTING ONLY
49
HP LASERJET PRO 200 COLOR
CNF1M18894
HQ KARURA
PRINTING ONLY
50
HP 4015
CNFY445175
HQ KARURA
PRINTING ONLY
51
HP CP2025
CNHS365688
HQ KARURA
PRINTING ONLY
52
HP LASERJET 2055DN
CNCK828132
HQ KARURA
PRINTING ONLY
53
HP LASERJET CP3525DN
CNCTC7DOZ3
HQ KARURA
PRINTING ONLY
54
HP 7500A
MY17P210K9
HQ KARURA
55
HP LASERJET P4015X
CNFY445128
HQ KARURA
LARGE
FORMAT_MAPS
PRINTING ONLY
56
HP LASERJET P2015DN
CNBW84R1VK
HQ KARURA
PRINTING ONLY
57
HP LASERJET 2015D
CNBW87KIVS
HQ KARURA
PRINTING ONLY
58
HP LASERJET P2015DN
CNBW816361
HQ KARURA
PRINTING ONLY
59
HP LASERJET PRO 400 M401DN
PHKGD10651
HQ KARURA
3-IN-1
60
HP LASERJET P2055D
CNCJC13025H
HQ KARURA
PRINTING ONLY
61
HP LJ1320
CNCJM49623
HQ KARURA
PRINTING ONLY
62
CNC8DCMT5Y
HQ KARURA
3-IN-1
63
HP LASERJET PRO 400 COLOR
MFP
HP LASERJET P2055DN
CNCKC52129
HQ KARURA
PRINTING ONLY
64
HP LASERJET P2055D
CNC13C7023
HQ KARURA
PRINTING ONLY
65
HP LASERJET 2015DN
CNBW816377
HQ KARURA
PRINTING ONLY
66
HP LASERJET P4015X
CNFYX45123
HQ KARURA
PRINTING ONLY
67
HP 1536
CNG8G5F6WY
HQ KARURA
3-IN-1
68
HP ASEJET 2055D
CNCJH15893
HQ KARURA
PRINTING ONLY
69
HP 2015
CNBW81635N
HQ KARURA
PRINTING ONLY
70
HP 4015
CNFY445122
HQ KARURA
PRINTING ONLY
71
HP LASERJET P4015X
CNBX613762
HQ KARURA
PRINTING ONLY
72
HP LASERJET P2014
CNCJ102153
HQ KARURA
PRINTING ONLY
73
HP PRO CM1415 FNW
CNJO4NQOP
HQ KARURA
3-IN-1
74
HP LASERJET P2015DN
CNBW81635H
HQ KARURA
3-IN-1
75
HP K7103
HQ KARURA
76
HP LASERJET P2015DN
CNBW81B715
HQ KARURA
LARGE
FORMAT_MAPS
PRINTING ONLY
77
HP COLOR LASERJET 3800
CNZFD97935
HQ KARURA
PRINTING ONLY
78
HP LASEJET P4015X
CNFY263813
HQ KARURA
PRINTING ONLY
79
HP LASERJET P2055DN
CNCKD18992
HQ KARURA
PRINTING ONLY
80
HP LASERJET1536DNF
CNG8FD68F8
HQ KARURA
PRINTING ONLY
81
HP LASERJET P2055DN
CNC1B42673
HQ KARURA
PRINTING ONLY
82
HP LASER JET P2055DN
CNCNKC52132
HQ KARURA
PRINTING ONLY
83
HP LASERJET P4015X
CN7Y445304
HQ KARURA
PRINTING ONLY
84
HP LASERJET PRO 400
MTPM425DN
HP
LASERJET 1320
CNF8G4W6X9
HQ KARURA
PRINTING ONLY
CNCJ75670
HQ KARURA
PRINTING ONLY
HP LASERJET PRO 400 COLOR
M475DW
HP LASERJET CM145FNW
CND8F2S4BJ
HQ KARURA
3-IN-1
CNJ6D6RQLZ
HQ KARURA
3-IN-1
COLOR
MFP PRO 200 COLOR
HP LASERJET
251M
CNF1NOO402
HQ KARURA
PRINTING ONLY
85
86
87
86
87
HP LASERJET 2015
CNC2805768
HQ KARURA
PRINTING ONLY
88
HP LASERJET P4015X
CNFYY4512
HQ KARURA
PRINTING ONLY
89
HP LASERJET P2055DN
CNCK652730
HQ KARURA
PRINTING ONLY
90
HP LASERJET P2015DN
CN167VHOQD
HQ KARURA
PRINTING ONLY
91
HP LASERJET P2055D
CNC5WZ1630
HQ KARURA
PRINTING ONLY
91
HP LASERJET P2055D
CNCJC16336
HQ KARURA
PRINTING ONLY
92
LASERJET PRO 400M410DN
VNC3J28739
HQ KARURA
PRINTING ONLY
93
EPSON LQ-2180
JRBY026032
HQ KARURA
94
HP LASERJET P2015DN
CNBW85L4FZ
HQ KARURA
RECEIPT AND
CHEQUES ONLY
PRINTING
95
HP LASERJET P25055DN
CNBW85L4GF
HQ KARURA
PRINTING ONLY
96
HP LASERJET P4015X
CNFY445171
HQ KARURA
PRINTING ONLY
97
HP LASERJET 1300
KFS/HQCP00236PRS
HQ KARURA
PRINTING ONLY
98
HP LASERJET P25055DN
CNCKC78945
HQ KARURA
PRINTING ONLY
99
HP COLOR LASERJET 2605
KFSHQCPOO218PRS
HQ KARURA
PRINTING ONLY
100
HP LASERJET P4015X
CFNY445348
HQ KARURA
PRINTING ONLY
101
HP PHOTOSMART PREMIUM
CN08LD10DL
HQ KARURA
PRINTING ONLY
102
HP 4250
CNHXN72420
HQ KARURA
PRINTING ONLY
103
HP LASERJET 2015DN
CNBW84RIVB
HQ KARURA
PRINTING ONLY
104
HP LASERJET 2055DN
HQ KARURA
PRINTING ONLY
105
HP LASERJET P4015
CNFY445439
HQ KARURA
PRINTING ONLY
106
HP LASERJET 2015DN
CNBW84R1VM
HQ KARURA
PRINTING ONLY
107
HP LASERJET P4015
CNFY445587
HQ KARURA
PRINTING ONLY
108
HP LASERJET 2015 DN
JPCGN00625
HQ KARURA
PRINTING ONLY
109
HP LASERJET 2055DN
CNCKG41178
HQ KARURA
PRINTING ONLY
110
HP LASERJET 2015DN
CNBW816365
HQ KARURA
PRINTING ONLY
111
HP LASERJET 400 COLOR
CND8G4G6BP
HQ KARURA
3-IN-1
112
HP LASERJET 2055DN
CNCF330467
HQ KARURA
3-IN-1
113
HP LASERJET 2015DN
CNBW77H24F
HQ KARURA
PRINTING ONLY
114
HP LASERJET 2055DN
CNCKH96243
HQ KARURA
PRINTING ONLY
115
HP LASERJET P2055 DN
CNCKH96061
HQ KARURA
PRINTING ONLY
116
DATACARD SP55
GDI-Q10055
HQ KARURA
CARDS
117
HP LASERJET PRO 400 DN
CND8G4G44P
HQ KARURA
PRINTING ONLY
118
HP PRO 400
VNH4R02163
HQ KARURA
PRINTING ONLY
119
HP DESIGNJET 800
SG4C98102S
HQ KARURA
PLOTTER
120
HP DESIGNJET 510
MY26K8304S
HQ KARURA
PLOTTER
121
HP DESIGNJET 1055CM PLUS
SG43413119
HQ KARURA
PLOTTER
122
EPSON GT 20000
KGR0016870
HQ KARURA
SCANNER
123
EPSON GT 20000
KGR0018458
HQ KARURA
SCANNER
124
HP 1536
CNG8G5F6WY
HQ-KARURA
3-IN-1
125
HP 1536MFP
CNG8G576LZ
HQ-KARURA
3-IN-1
126
HP 7500A
MY17P210K9
HQ-KARURA
PRINTING ONLY
127
HP LASERJET 1536DNF MFP
CNF8F3P9MR
HQ-KARURA
3-IN-1
128
129
130
131
132
HP LASERJET CM145FNW
COLOR MFP
HP LASERJET PRO 400
HP LASERJET PRO 400 COLOR
M475DW
HP LASERJET PRO 400 COLOR
MFP
HP LASERJET PRO 400 DN
CNJ6D6RQLZ
HQ-KARURA
3-IN-1
CNB8D3PS7H
HQ-KARURA
3-IN-1
CND8F2S4BJ
HQ-KARURA
3-IN-1
CNC8DCMT5Y
HQ-KARURA
3-IN-1
CND8G4G44P
HQ-KARURA
3-IN-1
CNF8G4W6X9
HQ-KARURA
3-IN-1
134
HP LASERJET PRO 400
MTPM425DN
HP LASERJET PRO400 MFP
CNB8D3Z577
HQ-KARURA
3-IN-1
135
HP LASERJET1536DNF
CNG8FD68F8
HQ-KARURA
3-IN-1
136
HP PHOTO SMART C3183
SDGOB-0603
HQ-KARURA
3-IN-1
137
HP PHOTOSMART PREMIUM
CN08LD10DL
HQ-KARURA
3-IN-1
138
HP PRO 400
VNH4R02163
HQ-KARURA
3-IN-1
133
139
HP PRO CM1415 FNW
CNJO4NQOP
HQ-KARURA
3-IN-1
140
HPSCANJET 5590
CN25GVH04Y
HQ-KARURA
SCANNER
141
EPSON GT-20000
-
HQ KARURA
SCANNER
142
FLATBED SCANNER
SH443DO1021
HQ KARURA
SCANNER
143
HP SCANJET 2400
CN715SR1B6
HQ KARURA
SCANNER
144
HP SCANJET 3800
CN729A15G7
HQ KARURA
SCANNER
145
HP SCANJET 5590
-
HQ KARURA
SCANNER
146
HP SCANJET 5590
CN157VHOQD
HQ KARURA
SCANNER
147
HP SCANJET 5590
CN7A5THO73
HQ KARURA
SCANNER
148
HP SCANJET 5590
CN25BVH294
HQ KARURA
SCANNER
149
HP SCANJET 7650
CN064V40GG
HQ KARURA
SCANNER
150
HP SCANJET G3010
-
HQ KARURA
SCANNER
151
HP SCANJET 5590
CN25GVH04Y
HQ KARURA
SCANNER
152
SCANPLUS7 HD742
-
HQ KARURA
SCANNER
II.
KFC-LONDIANI
NO
1
2
3
4
5
6
7
8
MODEL/MAKE
SERIAL NO.
LOCATION
HP color laserjet pro400
HP color laserjet pro400
HP color laserjet pro400
HP color laserjet pro400
HP color laserjet pro400
HP Laserjet pro400
HP Laserjet pro400
HP Laserjet pro400
CNB8D9FS72
CNB8D9FS71
CNB8D9FS9F
CNB8D9F29D
CNB8D9F2C7
VNC3J33399
VNC3438823
VNC3438830
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
9
10
11
12
13
14
15
III.
NO
HP Laserjet pro400
HP Laserjet pro400
HP Laserjet pro400
HP Laserjet pro400
HP Laserjet pro400
HP Laserjet pro400
HP Laserjet pro400
VNC3J34697
VNC3437189
VNC3J34708
VNC3438833
VNC3438509
VNC3J34706
VNC3J34701
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
LONDIANI
FIELD OFFICES
MODEL/MAKE
SERIAL NUMBER
LOCATION
REMARKS
1
HP OFFICEJET 7500A
MY17Q2108K
HOC NYANZA
3-IN-1
2
EPSON PX660
MBXY014205
EC KISUMU
3-IN-1
3
EPSON PX660
MBXYO13946
EC KISII
3-IN-1
4
EPSON PX660
MBXY014270
ZM GUCHA
3-IN-1
5
HP LASERJET M1132 MFP
CE847A
ZM TRANSMARA
3-IN-1
6
EPSON PX660
MBXY014475
ZM KURIA
3-IN-1
7
EPSON PX660
MBXYO14132
EC MIGORI
3-IN-1
8
HP DESKJET INK
ADVANTAGE
CN3AC1FGBW
EC HOMABAY
3-IN-1
9
EPSON PX660
MBXY014190
EC HOMABAY
3-IN-1
10
EPSON PX660
MBXY014249
ZM BONDO
3-IN-1
11
EPSON PX660
MBXY052600
EC SIAYA
3-IN-1
12
EPSON PX660
MBXY014153
ZM RACHUONYO
3-IN-1
13
EPSON PX660
MBXY014265
ZM NYANDO
3-IN-1
14
HP LASERJET PRO MFP
M225DN
CNB9H30G2Y
EC KISUMU
3-IN-1
15
LASERJET PRO 400 MFP
425WD
CND8FCS8HJ
HOC EASTERN
3-IN-1
16
EPSON PX660
MBXY014481
EC MERU SOUTH
3-IN-1
17
EPSON PX660
MBXXO14564
ZM THARAKA
3-IN-1
18
EPSON PX 660
MBXY013924
ZM MWINGI
3-IN-1
19
EPSON PX660
MBXY014154
EC MACHAKOS
3-IN-1
20
HP COLOR LASERJET
CM131MFI
CNF885RRNM
EC MACHAKOS
3-IN-1
21
EPSON PX660
MBXY01410
EC KITUI
3-IN-1
22
EPSON PX660
MBXY014266
EC TURKANA
3-IN-1
23
EPSON PX660
MBXY014489
EC WEST POKOT
3-IN-1
24
EPSON L355
S43K034136
EC ELDORET
3-IN-1
25
LASERJET PRO 400 MFP
CND8FCS89F
HOC KAKAMEGA
3-IN-1
26
LASERJET M1132 MFP
CNJ8F6V7B1
E.C KAKAMEGA
3-IN-1
27
EPSON PX660
MBXY014157
E.C VIHIGA
3-IN-1
28
EPSON PX660
MBXY014187
E.C BUTERE
3-IN-1
29
EPSON PX 660
MBXY014569
Z.M TESO
3-IN-1
30
HP OFFICEJET 7500A
MY17Q2108P
HOC NYERI
3-IN-1
31
HP INK ADVANTAGE 1515
3 IN 1
CN5422BKJ7
KILIFI EC
3-IN-1
32
EPSON PX660
MPXY014504
TAITA TAVETA EC
3-IN-1
33
HP OFFICEJET 75500A
MY17Q210BT
HOC COAST
3-IN-1
34
HPDESKJET INK
ADVANTAGE 1515
CN39E1FN8M
HOC COAST
3-IN-1
35
HP DESKJET F2483
CN97E1S1KZ
HOC COAST
3-IN-1
36
HP LASERJET PRO 400
N/A
ZM KWALE
3-IN-1
37
KYOCERA TASKALFA 180
N/A
ZM KWALE
3-IN-1
38
HP DESKJET INK
ACTIVATE(3-IN-1)
CN31A3HPB3
MOMBASA EC
3-IN-1
39
HP LASERJET P1102
VNF5R23764
MOMBASA EC
3-IN-1
40
EPSON PX660
MBXY014139
EC NYANDARUA
3-IN-1
41
HP DESKJET F4185
CN7753VOP8
EC NYANDARUA
3-IN-1
42
EPSON PX660
MBXY014146
EC LAIKIPIA
3-IN-1
43
LASERJET PRO 400 MFP
M425DW
CND8FC8H7
HOC NYERI
3-IN-1
44
HP OFFICEJET PRO 8500
MY95F410NT
EC NYERI
3-IN-1
45
EPSON PX660
MBXY012549
EC NYERI
3-IN-1
46
EPSON PX660
MBXY014590
EC KIRINYAGA
3-IN-1
47
HP OFFICE PRO 8500
MY96F430JB
EC KIRINYAGA
3-IN-1
48
EPSON PX660
MBXY014551
EC MURANGA
3-IN-1
49
EPSON PX660
MBXY014585
ZM MURANGA
3-IN-1
50
EPSON L210
S28K033853
ZM THIKA
3-IN-1
51
EPSON PX660
MBXY014171
ZM THIKA
3-IN-1
52
EPSON PX660
MBXY014471
EC KIAMBU
3-IN-1
53
EPSON PX660
MBXY014558
HOC NAIROBI
3-IN-1
54
HP OFFICEJET 7500A
C9309A
HOC NAIROBI
3-IN-1
55
EPSON PX660
MBXY014143
EC KAJIADO
3-IN-1
56
EPSON PX660
MBXY014578
E.C BUSIA
3-IN-1
57
EPSON STYLUS PHOTO PX
660
MBXY014572
ISIOLO EC
3-IN-1
58
HP OFFICERJET 7500A
WIDE FORMAT
MY17Q21015
HOC EWASO
NORTH
3-IN-1
59
HP LASREJET M1212NF
MFP
CNG9BD72V2
HOC EWASO
NORTH
3-IN-1
60
HP LASERJET 100COLOR
MFP M1759
1H79EKHCNA
HOC EWASO
NORTH
3-IN-1
61
PHOTOCOPIER
WORKIO 1520
DEP4JZ00946
MARSABIT EC
3-IN-1
62
MFC-7860DW
E69899E1N420745
MARSABIT EC
3-IN-1
63
HP 7500A
C9309A
HOC MAU
3-IN-1
64
EPSON-PX660
MBXY013921
BURET
3-IN-1
65
EPSON-PX660
MBXY014256
E.C KERICHO
3-IN-1
66
EPSON-PX660
MBXY013925
BOMET
3-IN-1
67
EPSON-PX660
MBXY014203
NAROK
3-IN-1
68
EPXSON PX660
MBXY013923
E.C IJARA
3-IN 1
69
HP LASERJET 1018
CNC1T85609
HOC KAKAMEGA
PRINTING ONLY
70
HP DESKJET 1510
CN3CD19JD8
HOC KAKAMEGA
PRINTING ONLY
71
HP DESKJET 2050A
CN19713G7M
HOC KAKAMEGA
PRINTING ONLY
72
HP DESKJET 1510
CN3BN1HH49
E.C KAKAMEGA
PRINTING ONLY
73
HP LASERJET P2055D
CNCJ609659
E.C VIHIGA
PRINTING ONLY
74
LASERJET 1018
CNC1X85265
E.C BUTERE
PRINTING ONLY
75
LASERJET 1360
TH727123N3
E.C BUTERE
PRINTING ONLY
76
HP LASERJET 1018
CNCIT86530
E.C BUNGOMA
PRINTING ONLY
77
HP 1018
CNC1908218
Z.M TESO
PRINTING ONLY
78
CANON
L10561E
E.C BUSIA
PRINTING ONLY
79
HP DESKJET 5150
HU43Q1Y2G9
HOC NYANZA
PRINTING ONLY
80
HP LASERJET P2055 DN
CNCKB42770
HOC NYANZA
PRINTING ONLY
81
HP LASERJET 1320
CNCJL51812
HOC NYANZA
PRINTING ONLY
82
HP LASERJET P1102
VNF6X64302
HOC NYANZA
PRINTING ONLY
83
HP LASERJET P1102
NNF3448133
HOC NYANZA
PRINTING ONLY
84
HP LASERJET P2015 DN
CNBW85NOGP
EC KISUMU
PRINTING ONLY
85
EPSON LX-350
078Y016758
EC KISUMU
PRINTING ONLY
86
HP LASERJET P1102
VNC4W79291
EC NYAMIRA
PRINTING ONLY
87
HP LASERJET P2055 DN
CNCKB4183M
EC NYAMIRA
PRINTING ONLY
88
HP LASERJET P4015X
EC KISII
PRINTING ONLY
89
HP LASERJET 1300
CNCJM24499
EC KISII
PRINTING ONLY
90
HP LASERJET P1005
VNC5807604
ZM GUCHA
PRINTING ONLY
91
HP OFFICE JET 4500
CN317K415B
EC MIGORI
PRINTING ONLY
92
HP LASERJET P2055 D
CNCJH39575
EC MIGORI
PRINTING ONLY
93
HP LASERJET P1102
VNC5G74489
ZM SUBA
PRINTING ONLY
94
HP LASERJET P2015DN
CNBW81635P
ZM SUBA
PRINTING ONLY
95
HP LASERJET P1102
VNC5V16925
EC HOMABAY
PRINTING ONLY
96
HP LASERJET P1005
VNC3639731
ZM BONDO
PRINTING ONLY
97
HP LASERJET PRO 400
M4019
VNH4R02156
ZM BONDO
PRINTING ONLY
98
HP LASERJET 1018
CNCIR52023
EC SIAYA
PRINTING ONLY
99
HP LASERJET P1102
VNF7B73301
ZM RACHUONYO
PRINTING ONLY
100
HP LASERJET 1200 SERIES
CNCSK81109
ZM NYANDO
PRINTING ONLY
101
HP LASERJET P2055DN
CNCJG39245
EC NYANDARUA
PRINTING ONLY
102
HP LASERJET P2055DN
CNC1B52794
EC NYANDARUA
PRINTING ONLY
103
HP LASERJET P2055DN
CNC1796626
EC NYANDARUA
PRINTING ONLY
104
HP LASERJET 1320
CNCJD47363
EC NYANDARUA
PRINTING ONLY
105
HP LASERJET 1018
CNC1L67065
EC LAIKIPIA
PRINTING ONLY
106
HP LASERJET 2055DN
CNC1796433
EC NYERI
PRINTING ONLY
107
HP LASERJET P2055DN
CNCHC93695
HOC NYERI
PRINTING ONLY
108
HP LASERJET P2015DN
CNBW84B64C
HOC NYERI
PRINTING ONLY
109
HP DESKJET D1663
CN9C3CB2Z9
HOC NYERI
PRINTING ONLY
110
HP LASERJET 2055DN
CNCK789399
EC NYERI
PRINTING ONLY
111
HP LASERJET PRO 400
M402D
PHKCD05918
DFO NYERI
PRINTING ONLY
112
HP LASERJET PRO 400
M402D
PHKCD05918
EC NYERI
PRINTING ONLY
113
HP LASERJET P2015DN
CNBW84B63Y
EC NYERI
PRINTING ONLY
114
HP LASERJET P2055DN
CNC1796441
EC KIRINYAGA
PRINTING ONLY
115
HP LASERJET PRO 400
M401D
PHKCD06202
EC KIRINYAGA
PRINTING ONLY
116
HP LASERJET P2055DN
CNCIB52577
EC KIRINYAGA
PRINTING ONLY
117
HP LASERJET P2015DN
CNCJG18845
EC MURANGA
PRINTING ONLY
118
HP LASERJET P2015DN
CNBW84B636
EC MURANGA
PRINTING ONLY
119
HP LASERJET PRO 400
M401D
PHKCD06O20
EC MURANGA
PRINTING ONLY
120
HP LASERJET 1320
CNHKH84165
ZM THIKA
PRINTING ONLY
121
HP LASERJET 1320
CNCJB63120
ZM THIKA
PRINTING ONLY
122
HP LASERJET 1320
CNC1C41992
EC KIAMBU
PRINTING ONLY
123
HP LASERJET M1132 MFP
CNJ8FCTCMC
EC KIAMBU
PRINTING ONLY
124
HP LASERJET P2015
CNBW72V2BW
HOC NAIROBI
PRINTING ONLY
125
HP LASERJET P2015
CNBW816362
HOC NAIROBI
PRINTING ONLY
126
HP LASERJET P2055DN
CNC1B42673
EC NAIROBI
PRINTING ONLY
127
HP LASERJET P2055DN
CNC1C32437
EC KAJIADO
PRINTING ONLY
128
HP LASERJET 1018
CNC1M91259
LAMAU -EC
PRINTING ONLY
129
HP LASERJET 1018
LAMAU -EC
PRINTING ONLY
130
EPSON STYLUS
HR647389DNHSK
LAMAU -EC
PRINTING ONLY
131
HP DESKJET D1460
TH77Q253MY
LAMAU -EC
PRINTING ONLY
132
HP DESKJET 1050
CN2AA3BH1F
KILIFI EC
PRINTING ONLY
133
HP LASERJET P2055DN
CNCK718610
HOC KAKAMEGA
PRINTING ONLY
134
HP OFFICEJET 7500A
MY170210CO
HOC KAKAMEGA
PRINTING ONLY
135
HP-2055 DN
CNCKC87477
TAITA TAVETA EC
PRINTING ONLY
136
HP LASERJET 400N
NLEW286196
137
HP LASERJET P2055DN
CNC1C32431
HOC COAST
PRINTING ONLY
138
HP LASERJET P2055DN
CNCJ507318
HOC COAST
PRINTING ONLY
139
HP LASERJET P2055DN
CNCKB417D5
HOC COAST
PRINTING ONLY
140
HP P2055 LASERJET
CNC1B48032
ZM KWALE
PRINTING ONLY
141
HP OFFICE JET
MY-17Q2108R
HOC EASTERN
PRINTING ONLY
142
HP LASERJET P2015DN
CNBW83V180
HOC OFFICE
EASTERN
PRINTING ONLY
143
HP LASER JET 1320
CNCKF 56282
EC EMBU
PRINTING ONLY
144
OLYMPIA
1A03962
EC EMBU
PRINTING ONLY
145
HP LASERJET
PRO400M401D
PHKCD06009
EC EMBU
PRINTING ONLY
146
HP LASER JET 2055
CNCKCR26696
EC MERU SOUTH
PRINTING ONLY
147
HP LASERJET PRO 400
M401D
PHKCD06022
EC MERU SOUTH
PRINTING ONLY
148
HP LASER JET PRO 400
PHKCD06018
EC MERU SOUTH
PRINTING ONLY
149
HP LASERJET 400 M401D
PHKCD06201
EC MERU NORTH
PRINTING ONLY
150
HP LASERJET P2055DN
CNCD49F43
EC MERU CENTRAL
PRINTING ONLY
151
HP LASER JET 1300
CNBD510728
ZM THARAKA
PRINTING ONLY
152
HP LASERJET 400 M401D
PHKCD06284
ZM MBEERE
PRINTING ONLY
153
HP DESK JET 3320 SERIES
T47882210B
ZM MBEERE
PRINTING ONLY
PRINTING ONLY
154
HP LASE JET 1320
CNBD510476
ZM MBEERE
PRINTING ONLY
155
HP PRO 400 M401DN
PHKGF21989
ZM MWINGI
PRINTING ONLY
156
HP LJ2015 PRINTER
CNBW81B722
EC MAKUENI
PRINTING ONLY
157
HP DESKJET F4283
CN8B73XD0XXV
EC MAKUENI
PRINTING ONLY
158
HP 100-1500
CNCJB97227
EC MAKUENI
PRINTING ONLY
159
HP DESK JET 2483
CN979153T2
EC KITUI
PRINTING ONLY
160
HP 2460
CN 69WSR282
EC KITUI
PRINTING ONLY
161
HP LASER JET 1300
CND45D439
EC KITUI
PRINTING ONLY
162
HP LASERJET 2055
CNC1C37635
EC TRANS NZOIA
PRINTING ONLY
163
HP LASERJET 4250
NULL
EC TRANS NZOIA
PRINTING ONLY
164
HP LASERJET 2015
CNC0024528
HOC NORTH RIFT
PRINTING ONLY
165
HP LASERJET 1005
VNF4X64317
EC ELDORET
PRINTING ONLY
166
HP LASERJET 1005
VNFSC39536
EC ELDORET
PRINTING ONLY
167
HP LASEJET PRO-2055D
CNCJG70462
HOC MAU
PRINTING ONLY
168
HP LASEJET P1102W
VNB3Z6424D
HOC MAU
PRINTING ONLY
169
HP LASEJET 2055D
CNC-JH39834
HOC MAU
PRINTING ONLY
170
HP LASEJET 2055D
CNC1B52571
E.C NAKURU
PRINTING ONLY
171
HP LASEJET 2055D
CNC1796438
E.C KERICHO
PRINTING ONLY
172
HP LASEJET 2015DN
CNBW84B64L
E.C KERICHO
PRINTING ONLY
173
HP LASEJET 2014
CNCJ614675
E.C KERICHO
PRINTING ONLY
174
HP LASEJET 2055DN
CN1CC41987
E.C KERICHO
PRINTING ONLY
175
HP LASEJET 2055DN
CNCK789400
NAROK
PRINTING ONLY
176
HP LASEJET 2015DN
CNBW84B63T
BURET
PRINTING ONLY
177
HP LASEJET 1102
VNC5X24414
BOMET
PRINTING ONLY
178
HP-DESKJET-F2180
CN82M412NR
BOMET
PRINTING ONLY
179
HP LASERJET P 2055DN
CNCKF15212
HOC EWASO
NORTH
PRINTING ONLY
180
HP LASERJET P2055DN
CNC1B42677
ISIOLO EC
PRINTING ONLY
181
HP LASERJET P2015 DN
Q78Y016778
SAMBURU EC
PRINTING ONLY
182
HP LASERJET P1005
VNC3D05999
SAMBURU EC
PRINTING ONLY
183
HP LASERJET P2055 DN
CNCIC31790
SAMBURU EC
PRINTING ONLY
184
HL LASERJET PRO-400MFP
CND8FCS846
HOC MAU
PRINTING ONLY
185
HP LASERJET 1020
CNCKM24504
E.C NAKURU
PRINTING ONLY
186
HP LASERJET 1020
CNC9324889
HOC N.EASTERN
PRINTING ONLY
187
HP LASERJET PRO 400
PHKGD22457
HOC N.EASTERN
PRINTING ONLY
188
HP LASERJET 1020
CNC2142623
HOC N.EASTERN
PRINTING ONLY
189
HP LASERJET P2055 DN
CNC1C32435
E.C GARISSA
PRINTING ONLY
190
HP LASERJET 1300
CNCKP48752
HOC N.EASTERN
PRINTING ONLY
191
HP LASERJET P2055 DN
CNF330471
E. C IJARA
PRINTING ONLY
192
EPSON LX-350
Q78Y016466
EC KISII
RECEIPTS PRINT
193
EPSON LX-350
Q78Y016786
EC MIGORI
RECEIPTS PRINT
194
EPSON LX-350
Q78Y016179
LAMAU -EC
RECEIPTS PRINT
195
EPSON LX-350
Q78Y0I6766
KILIFI EC
RECEIPTS PRINT
196
EPSON LX-350
CC2403006L024Y12179
EC TAITA TAVETA
RECEIPTS PRINT
197
EPSON LX-350
Q78Y016119
HOC COAST
RECEIPTS PRINT
198
EPSON LX-350
Q78Y016623
E.C KERICHO
RECEIPTS PRINT
199
EPSON LX-350
C11CC24032
NAROK
RECEIPTS PRINT
200
EPSON LX-350
Q78Y016775
BURET
RECEIPTS PRINT
201
EPSON LX-350
Q78Y0I6766
LAMU -EC
RECEIPTS PRINT
202
EPSON LX-350
Q78Y016182
EC NYAMIRA
RECEIPTS PRINT
203
EPSON LX-350
Q78Y0166Z4
EC HOMABAY
RECEIPTS PRINT
204
EPSON LX-350
Q78Y016776
ZM BONDO
RECEIPTS PRINT
205
EPSON LX-350
Q78Y016724
EC SIAYA
RECEIPTS PRINT
206
EPSON LX-350
Q784016774
ZM NYANDO
RECEIPTS PRINT
207
EPSON LX 350
Q78Y016317
MARSABIT EC
RECEIPTS PRINT
208
EPSON LX350
Q784016781
ZM MURANGA
RECEIPTS PRINT
209
EPSON LX350
Q78Y016722
EC KIAMBU
RECEIPTS PRINT
210
EPSON LX 350
Q78Y016718
ZM GUCHA
RECEIPTS PRINT
211
EPSON LX-350
Q78Y016728
ZM TRANSMARA
RECEIPTS PRINT
212
EPSON LX-350
Q78Y016180
ZM KURIA
RECEIPTS PRINT
213
EPSON LX-350
Q78Y016184
EC LAIKIPIA
RECEIPTS PRINT
214
EPSON LX-350
Q78Y016727
EC NYERI
RECEIPTS PRINT
215
EPSON LX-350
Q78Y06672
EC KIRINYAGA
RECEIPTS PRINT
216
EPSON LX-350
Q78Y015997
EC MURANGA
RECEIPTS PRINT
217
EPSON LX-350
Q78Y016734
HOC N.EASTERN
RECEIPTS PRINT
218
EPSON LX-350
Q78Y016725
E.C GARISSA
RECEIPTS PRINT
219
HUAWEI ETS1220
02F272AD
BOMET
NOT USED
220
HP SCANJET 5590
CN43MXH0KB
DFO NYERI
SCANNER ONLY
221
HP SCANJET 5590
CN42MXHOPG
EC KIRINYAGA
SCANNER ONLY
222
HP SCANJET 5590
CN43RXHOGT
EC MURANGA
SCANNER ONLY
223
SCANJET 5590
CN43RXH0M7
EC MERU SOUTH
SCANNER ONLY
224
HP SCAN JET 5590
CN43MXH08Z
EC MERU SOUTH
SCANNER ONLY
225
HP SCANJET 5590
CN43RXH0Q3
EC MERU NORTH
SCANNER ONLY
226
HP SCANJET 5590
CN43RHOM7
ZM THARAKA
SCANNER ONLY
227
HP SCANJET 5590
CN43LXH051
ZM MBEERE
SCANNER ONLY
228
EPSON GT200
KGR0016846
EC MAKUENI
SCANNER ONLY
229
HP SCANJET G3010
CN81XA5439
EC MAKUENI
SCANNER ONLY
230
BENQ 5000BL
ISN1701140550
E.C KERICHO
SCANNER NOT USED
231
HP SCANJETG400
CN04UA60VG
HOC MAU
SCANNER ONLY
232
HP DESKJET-F2280
CN8934Q0P1
E.C NAKURU
SCANNER ONLY
OPTION IV: SUPPORT AND MAINTENANCE OF PHOTOCOPIER/SCANNER MACHINES
I.
HEAD QUARTER
NO.
MAKE/MODEL
SERIAL NO.
LOCATION
1
KYOCERA
1102K53NLO
HQ-KARURA
2
KYOCERA
KM-2560
HQ-KARURA
3
KYOCERA
11029N3
HQ-KARURA
4
KYOCERA 5500I
N3Y2Y11504
HQ-KARURA
5
KYOCERA FS-6525DN
VIC3X00647
HQ-KARURA
6
KYOCERA KM-2035
AHL3327046
HQ-KARURA
7
KYOCERA KM-5050
7926662
HQ-KARURA
8
KYOCERA TASKALFA 3050CI
NZQ1Z06672
HQ-KARURA
9
KYOCERA TASKALFA 420I
QW1209956
HQ-KARURA
10
KYOCERA TASKALFA 520I
1203LL5KLI
HQ-KARURA
11
KYOSERA FS-6525 MFP
M5Q013192519
HQ-KARURA
12
KYOSERA FS-6525 MFP
MFQ013189017
HQ-KARURA
13
MASHUATEC MP5001 AFICIO
V8012500241
HQ-KARURA
14
MP 2000
L7007260385
HQ-KARURA
15
NASHUATEC
L5427601067
HQ-KARURA
16
NASHUATEC
80843Y3
HQ-KARURA
17
NASHUATEC M2000
L7097263020
HQ-KARURA
18
NASHUATEC MP 2000
L7026360181
HQ-KARURA
19
NASHUATEC MP 5000
M5793000066
HQ-KARURA
20
NASHUATECH MP2000 ATHERO
KFSHQCP0047PTC
HQ-KARURA
21
RICOH AFCIOMP 2000
L7007160804
HQ-KARURA
22
SHARP AR-14205
83050980
HQ-KARURA
23
SHARP AR-M205
73090337
HQ-KARURA
24
SHARPARM205
6E01974X
HQ-KARURA
25
TOSHIBA STUDIO 452
CIH847074
HQ-KARURA
26
TOSHIBA STUDIO200
II.
NO
-
HQ-KARURA
KFC-LONDIANI
MODEL/MAKE
SERIAL NO.
LOCATION
1 Kyocera Task Afla 5500i
2 Kyocera Task Afla 5500i
3 Kyocera KM-1635
III.
N3Y2910329
N3Y2910324
-
LONDIANI
LONDIANI
LONDIANI
FIELD OFFICES
NO.
MAKE/MODEL
SERIAL NO.
LOCATION
1
KYOCERA FS-3820N
NULL
HOC NORTH RIFT
2
KYOCERA
XBL5640566
ZM MBEERE
3
KYOCERA KM-1650
NULL
EC ELDORET
4
SHARP CORPORATION
ARM450
ZM THARAKA
5
KYOCERAFS-1920
FS-1920-220-240V
EC MERU SOUTH
6
KYOCERS KM-1635
PAE7X80585
EC MAKUENI
7
NASHUATECH MP 1500
L6776610170
E.C VIHIGA
8
RICOH FT 4618
L6776610170
E.C BUSIA
9
NASHUATEC
NULL
EC MERU CENTRAL
10
RICOH ALICIO MP 2000
L7097260654
EC NYANDARUA
11
NASHUATEC MP2000
L7026260218
HOC NYERI
12
NASHUATEC MP1500
L6776610088
EC NYERI
13
KYOCERA TASKALFA 300I
1102K53NLO
HOC NAIROBI
14
RICOH-FT 4027
2518421JK19120
HOC MAU
15
MP-1500
L6776610176
E.C NAKURU
16
KM-1620
E.C KERICHO
17
MP-1500
BOMET
18
KYOCERA KM 1635
7679209
HOC NORTH EASTERN
OPTION V: SUPPORT AND MAINTENANCE OF IP PHONES SYSTEM (AVAYA) IP PHONES
NO
1
MODEL
SERIAL NO.
1608-I
11WZ4055TN
LOCATION
HQ KARURA
2
1608-I
11WZ405500TR
3
1608-I
11WZ405500UK
4
1608-I
11WZ405500TA
5
1608-I
14Z336704KP
6
1608-I
14WZ336704B0
7
1608-I
14WZ37670394
8
1608-I
14WZ32670497
9
1608-I
11W2405500Q9
10
1608-I
11W240550042
11
1608-I
14WZ376704A0
12
1608-I
14WZ3267048H
13
1608-I
11WZ159501EE
14
1608-I
11WZ405500V5
15
1608-I
11WZ153536GG
16
1608-I
14WZ326704AC
17
1608-I
14WZ3767040X
18
1608-I
11WZ405500TX
19
1608-I
11WZ1535006H
20
1608-I
14WZ3267044G
21
1608-I
11WZ4055054D
22
1608-I
11WZ405500W2
23
1608-I
11WZ4655000N
24
1608-I
14WZ3267048T
25
1608-I
11WZ405500V6
26
1608-I
14WZ336703ZF
27
1608-I
11WZ40500S9
28
1608-I
14WZ326704A8
29
1608-I
14WZ254702MQ
30
1608-I
14WZ384704Y4
31
1608-I
14WZ366704KQ
32
1608-I
14WZ376704T3
33
1608-I
11WZ37670418
34
1608-I
14WZ37670423
35
1608-I
11WZ405500TV
36
1608-I
14WZ336704MKL
37
1608-I
14WZ336704KK
38
1608-I
14WZ3767043E
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
39
1608-I
11WZ153506FY
40
1608-I
14WZ3767040D
41
1608-I
14WZ336704LG
42
1608-I
11WZ153500Q9
43
1608-I
11W740450010
44
1608-I
11WZ1535029C
45
1608-I
11WZ405500R2
46
1608-I
14WZ370704OC
47
1608-I
1407336704LD
48
1608-I
14W73767040E
49
1608-I
14WZ375704OG
50
1608-I
14WZ37604HK
51
1608-I
14WZ405500U8
52
1608-I
14WZ405500TK
53
1608-I
14W732670479
54
1608-I
14WZ376703Y8
55
1608-I
14WZ37670395
56
1608-I
11WZ4055005Z
57
1608-I
11WZ4055005Z
58
1608-I
14WZ376702D2
59
1608-I
14WZ336704L5
60
1608-I
14WZ3767043L
61
1608-I
14WZ3267044G
62
1608-I
11WZ405500TS
63
1608-I
14WZ336704MB
64
1608-I
14WZ3267042S
65
1608-I
11WZ40550051
66
1608-I
11WZ40450298
67
1608-I
11W2405500VW
68
1608-I
14WZ32670493
69
1608-I
14WZ376704FG
70
1608-I
11WZ405500VM
71
1608-I
11WZ405500SG
72
1608-I
14WZ336704ME
73
1608-I
14WZ336704MY
74
1608-I
14WZ3767034V
75
1608-I
14WZ37670390
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
76
1608-I
14WZ376703YU
77
1608-I
11WZ1535016Y
78
1608-I
14WZ376703AS
79
1608-I
14WZ334702ZO
80
1608-I
14WZ336704KJ
81
1608-I
11WZ405500UI
82
1608-I
11WZ405500VP
83
1608-I
CNCKH96062
84
1608-I
14WZ336704LV
86
1608-I
14WZ376703YC
85
1608-I
11WZ405500SS
87
1608-I
11WZ1235087X
88
1608-I
11WZ405500V0
89
1608-I
14WZ376703ZX
90
1608-I
14WZ336704JH
91
1608-I
11WZ40550059
92
1608-I
14WZ3767041S
93
1608-I
11WZ153500DU
94
1608-I
11WZ40500F2
95
1608-I
14WZ376704D9
96
1608-I
14WZ25470ZJK
97
1608-I
11WZ055000M
98
1608-I
14WZ33670429
99
1608-I
14WZ376703Z9
100
1608-I
14WZ3767039R
101
1608-I
14W23267046R
102
1608-I
14W237670413
103
1608-I
14WZ3767043H
104
1608-I
14W2376703YB
105
1608-I
11WZ05500UL
106
1608-I
14WZ3767043N
107
1608-I
11WZ405500S0
108
1608-I
14WZ37670414
109
1608-I
14WZ3767042W
110
1608-I
14WZ376704G8
111
1608-I
14WZ376703ZK
112
1608-I
11WZ405500VJ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
113
1608-I
14WZ4O5500VS
114
1608-I
14WZ376703Z3
115
1608-I
11WZ405500TL
116
1608-I
14WZ376704HA
117
1608-I
11WZ404502CB
118
1608-I
14WZ336704L8
119
1608-I
14WZ3267046Q
120
1608-I
11WZ405500TM
121
1608-I
11WZ405500RM
122
1608-I
11WZ405500SW
123
1608-I
14WZ36704EZ
124
1608-I
11WZ405500TC
125
1608-I
14WZ3267048E
126
1608-I
14WZ336704JJ
127
1608-I
11WZ153502C9
128
1608-I
14WZ37670426
129
1608-I
14WZ38470565
130
1608-I
14WZ336704K3
131
1608-I
14WZ3267048Z
132
1608-I
14WZ3767040W
133
1608-I
11WZ405500SX
134
1608-I
11WZ405500R7
135
1608-I
14WZ3267048D
136
1608-I
11WZ405500FF
137
1608-I
14WZ3767039T
138
1608-I
14WZ376704HY
139
1608-I
11WZ405500TZ
140
1608-I
14WZ376703A9
141
1608-I
14WZ3767041Z
142
1608-I
14WZ3267045K
143
1608-I
14WZ3767053B
144
1608-I
14WZ3767041F
145
1608-I
14WZ3767034R
146
1608-I
14WZ3767040Q
147
1608-I
14WZ376702YZ
148
1608-I
11WZ405500TD
149
1608-I
14WZ264702MV
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
150
1608-I
14WZ3267049S
151
1608-I
14WZ326704A6
152
1608-I
11WZ153502B3
153
1608-I
14WZ3267048G
154
1608-I
14WZ3267049J
155
1608-I
14WZ336704LX
156
1608-I
14WZ376704G3
157
1608-I
11WZ405500RW
158
1608-I
14WZ336703HG
159
1608-I
14WZ376704HA
160
1608-I
14WZ376704G4
161
1608-I
14WZ376703ZG
162
1608-I
14WZ326704B1
163
1608-I
14WZ326704A1
164
1608-I
14WZ326704NF
165
1608-I
14WZ3267045F
166
1608-I
14WZ336704LP
167
1608-I
14WZ336704JF
168
1608-I
14WZ336704KX
169
1608-I
14WZ376703AK
170
1608-I
14WZ32670486
171
1608-I
14WZ3267048P
172
1608-I
14WZ376703JB
173
1608-I
11WZ1535028Q
174
1608-I
14WZ376703ZF
175
1608-I
11WZ405500SV
176
1608-I
11WZ405500TZ
177
1608-I
14WZ376704H6
178
1608-I
14WZ336704GP
179
1608-I
14WZ3767039E
180
1608-I
14WZ3767030K
181
1608-I
14WZ3267044S
182
1608-I
11WZ153500P2
183
1608-I
14WZ376703Y9
184
1608-I
14WZ3267048W
185
1608-I
14WZ376704H9
186
1608-I
14WZ3767037D
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
187
1608-I
14WZ376703YV
188
1608-I
11WZ405500RD
189
1608-I
14WZ3267049X
190
1608-I
14WZ32670498
191
1608-I
14WZ334702YY
192
1608-I
14WZ336704JX
193
1608-I
11WZ405500RK
194
1608-I
11WZ405500SH
195
1608-I
14WZ376703HT
196
1608-I
14WZ376704CN
197
1608-I
14WZ336704JZ
198
1608-I
14WZ376704KA
199
1608-I
14WZ326704A2
200
1608-I
14WZ336704LL
201
1608-I
14WZ37670438
202
1608-I
11WZ405500US
203
1608-I
11WZ405500PL
204
1608-I
14WZ3267048V
205
1608-I
11WZ405500SE
206
1608-I
14WZ373705PG
207
1608-I
11WZ405500VF
208
1608-I
14WZ3267049N
209
1608-I
14WZ3267047E
210
1608-I
14WZ336704MN
211
1608-I
11WZ405500QD
212
1608-I
14WZ376703YF
213
1608-I
14WZ376703ZP
214
1608-I
11WZ405500SH
215
1608-I
14WZ376703HT
216
1608-I
14WZ376704CN
KFC - LONDIANI
KFC - LONDIANI
KFC - LONDIANI
217
1608-I
14WZ336704JZ
KFC - LONDIANI
218
1608-I
14WZ376704KA
KFC - LONDIANI
219
1608-I
14WZ326704A2
KFC - LONDIANI
220
1608-I
14WZ336704LL
KFC - LONDIANI
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
HQ
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
KARURA
221
1608-I
14WZ37670438
KFC - LONDIANI
222
1608-I
11WZ405500US
KFC - LONDIANI
223
1608-I
11WZ405500PL
KFC - LONDIANI
224
1608-I
14WZ3267048V
KFC - LONDIANI
225
1608-I
11WZ405500SE
KFC - LONDIANI
226
1608-I
14WZ373705PG
KFC - LONDIANI
227
1608-I
11WZ405500VF
KFC - LONDIANI
228
1608-I
14WZ3267049N
KFC - LONDIANI
229
1608-I
14WZ3267047E
KFC - LONDIANI
230
1608-I
14WZ373705PG
KFC - LONDIANI
231
1608-I
11WZ405500VF
KFC - LONDIANI
232
1608-I
14WZ3267049N
KFC - LONDIANI
OPTION VI: SUPPORT AND MAINTENANCE OF SERVER ROOM AIR
CONDITIONERS AND UPS
A. AIR CONDITIONERS
NO.
MAKE/MODEL
SERIAL NO.
LOCATION
1.
LG
S186CS
HQ KARURA
2.
LG
S186CS
HQ KARURA
B. UPS
NO.
PRODUCT
DESCRIPTION
SERIAL NO.
LOCATION
1.
APC 10000 VA
75I30GF10617
HQ KARURA
2.
APC GALAXY 300.
20KVA
UJ1111211378
HQ KARURA
3.
POWER VAULT TL
4000
CN0NN03770565
HQ KARURA
4.
APC 1000RT
SURT8000XLI
HQ KARURA
5.
APCSMART UPS
3000
JS0701006123
HQ KARURA
TECHNICAL SPECIFICATIONS
A. POE SWITCH
NO.
MINIMUM SPECIFICATION
BIDDERS RESPONSE
(Y/N)
1.
24 Gigabit Ethernet ports with line-rate
forwarding performance
2.
Gigabit Small Form-Factor Pluggable (SFP) or
10G SFP+ uplinks
FlexStack Plus for stacking of up to 8 switches
with 80 Gbps of stack throughput (optional)
Power over Ethernet Plus (POE+) support with
up to 740W of POE budget
3.
4.
5.
6.
24-port POE fanless switch for deployment
outside the wiring closet
Reduced power consumption and advanced
energy management features
7.
USB and Ethernet management interfaces for
simplified operations
8.
Application visibility and capacity planning
with integrated NetFlow-Lite
9.
LAN Base or LAN Lite Cisco IOS software
features
Enhanced limited lifetime warranty (E-LLW)
offering next-business-day hardware
replacement
10.
B. WIRELESS ACCESS POINT
NO.
REQUIREMENT
MINIMUM SPECIFICATION
BIDDERS RESPONSE
(Y/N)
1.
802.11n version 2.0
(and related)
capabilities
3x3 MIMO with two spatial
streams
Maximal ratio combining (MRC)
802.11n and 802.11a/g
beamforming
20- and 40-MHz channels
PHY data rates up to 300 Mbps
(40 MHz with 5 GHz)
Packet aggregation: A-MPDU
(Tx/Rx), A-MSDU (Tx/Rx)
802.11 Dynamic Frequency
Selection (DFS)
Cyclic shift diversity (CSD) support
2.
802.11ac Wave 1
capabilities
3x3 MIMO with two spatial
streams
MRC
802.11ac standard explicit
beamforming
20-, 40-, and 80-MHz channels
PHY data rates up to 867 Mbps
(80 MHz in 5 GHz)
Packet aggregation: A-MPDU
(Tx/Rx), A-MSDU (Tx/Rx)
802.11 DFS
CSD support
PRICE SCHEDULE FORM
ITEM NO.
DESCRIPTION OF SERVICES
QTY
Option I
Provision of Support and maintenance for
production servers.
Lot
Option II
Provision of support and maintenance for Lot
network devices and accessories (Routers,
switches, wireless access points) and CCTV
Option III
Provision of Support and maintenance services Lot
for Desktop Computers, Laptops, Printers,
Plotters and accessories
Option IV
Provision of Support and maintenance for Lot
photocopiers/scanners
Option V
Provision of Support and maintenance for
IPhones (Avaya).
Option VI
Provision of Support and maintenance for air Lot
conditioners and UPS in the server room
POE switch
2
Wireless acces point
2
TOTAL ANNUAL SUPPORT AND
MAINTENANCE COSTS (VAT
INCLUDED)
1. Award of Tender: The award will be made to the lowest bidder in each of the Lots (1 – 6).
2. Bidders shall therefore quote one or all the Lots.
SECTION VI
DESCRIPTION OF SERVICES
4.3 INTRODUCTION
The Kenya Forest Service (KFS) has installed various ICT hardware and systems to support its business
operations. The systems consist of Linux/windows based production servers, hybrid data links devices
(network devices,routers and switches), access points, UPS,air conditioners and CCTV.
KFS also has in place Desktop computers, laptops, printers, plotters, scanners and photocopiers and
accessories. The bulk of the desktops/laptops are based in the head office while the rest are distributed in 10
regional offices (Conservancies) namely Mombasa(Coast),Ngong road (Nairobi),Nyeri(central
highlands),Embu(Eastern),Garisa(North Eastern),Isiolo (Ewaso North),Nakuru(Mau),Eldoret(North
Rift),Kakamega(Western), Kisumu (Nyanza( and Londiani (Londiani college). There are also offices at each
of the 47 counties.
KFS now requires the services of a qualified service provider to provide support and maintenance of the
above systems/equipment.
OPTION 1:
SERVERS
COMPREHENSIVE SUPPORT AND MAINTENANCE FOR PRODUCTION
The scope of the Services to be performed shall encompass the provision by the service provider of
preventative and curative maintenance, and shall include, but will not be restricted to;
(a)
Preventive Maintenance, which will entail;
(i)
Blowing dust from interior of all equipment at least once in each quarter;
(ii)
Routine inspection and performance testing/tuning of each item of equipment in
conjunction with KFS technical staff at least once in each quarter;
(iii) Carrying out of such repairs, replacement of parts, cleaning or adjustment of each
item of equipment as a result of the inspection and testing under item (ii) above;
(b)
Curative maintenance (upon a service call being made by the organization), which will
entail;
(i)
(ii)
(c)
the inspection, testing and diagnosing any fault reported in an item of equipment
and;
Carrying out of such repairs, replacement of faulty parts, cleaning or adjustment as
shall be necessary to remedy the fault.
Provision of spares and modules/parts that may fail in all the equipment.
OPTION II:
SUPPORT AND MAINTENANCE FOR NETWORK,HYBRID DATA
LINKS/EQUIPMENT (NETWORK DEVICES),ACCESS POINTS AND CCTV
CAMERAS
The scope of the Services to be performed shall encompass the provision by the service provider of
preventative and curative Network maintenance which will include both data and voice and shall include,
but will not be restricted to;
1.
2.
3.
4.
5.
6.
Identify and correct problems with the network as they arise
Configure firewall for maximum security and flexibility
Do a network audit/ scan and advise accordingly
Advise on ports that should be open or closed as per business requirements
Maintain fiber links connecting the offices at KFS head office.
Maintain wifi systems serving KFS users
7. Identification and costing of any parts that require replacement and presenting service
report with the required parts to KFS for approval
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
Replacing of faulty network cables and network modules where need be.
Extending network as per user requests.
Maintain various VLAN’s in accordance to existing best practices
To provide and maintain the required firmware updates on the network equipment.
Coordination with Original Equipment Manufacturer (OEM) for replacing network
equipment under warranty.
Label and clean up network cabling where necessary
Quarterly routine preventive maintenance on all network devices and cabinets.
Carry out maintenance of all installed CCTV cameras and ensure they work optimally.
Carry out audit of existing network, CCTV installations, LAN and prepare a report with
recommendations on the way forward.
Inaddtion, the service provider will perform the following tasks during the scheduled preventive
maintenance;
i) Cable quality inspection
ii) Network speed test
iii) Cabinet cable Management
iv) LAN setup and status
18. Any other maintenance work to be undertaken related to the network,data links, access points and
CCTV cameras.
19. Identify all faulty equipment and recommend appropriate remedies/parts measures to repair
them.
20. Carrying out of such repairs, replacement of faulty parts, cleaning or adjustment as shall be
necessary to remedy the fault.
OPTION III: SUPPORT AND MAINTENACE FOR DESKTOPS, LAPTOPS, PRINTERS,
PLOTTERS AND RELATED ACCESSORIES
The scope of the Services which shall depend on a service call by the KFS shall encompass the provision of
preventative and curative maintenance, and shall include;
Preventive Maintenance, which will entail;
i.
ii.
iii.
iv.
v.
vi.
vii.
Blowing dust from interior of all equipment once in each quarter;
Inspection and performance testing/tuning of each item of equipment in
conjunction with KFS staff once in each quarter;
Identification and costing of any parts that require replacement and
presenting service report with the required parts to KFS for approval
Carrying out of such repairs, replacement of parts, cleaning or adjustment of
each item of equipment as a result of the inspection and testing under item
(ii) above;
Parts shall be charged at actual cost when replacements are carried out
Identify all faulty equipments and recommend appropriate remedies/parts
measures to repair them.
Carrying out of such repairs, replacement of faulty parts, cleaning or adjustment as
shall be necessary to remedy the fault.
OPTION IV: SUPPORT AND MAINTENANCE FOR PHOTOCOPIERS, SCANNERS AND
RELATED ACCESSORIES
The scope of the Services which shall depend on a service call by the KFS shall encompass the provision of
preventative and curative maintenance, and shall include;
Preventive Maintenance, which will entail;
i.
ii.
iii.
Blowing dust from interior of all equipment once in each quarter;
Inspection and performance testing/tuning of each item of equipment in
conjunction with KFS staff once in each quarter;
Identification and costing of any parts that require replacement and
presenting service report with the required parts to KFS for approval
iv.
v.
Carrying out of such repairs, replacement of parts, cleaning or adjustment of
each item of equipment as a result of the inspection and testing under item
(ii) above;
Parts shall be charged at actual cost when replacements are carried out
OPTION V: SUPPORT AND MAINTENANCE FOR IP PHONES
The scope of the Services which shall depend on a service call by the KFS shall encompass the provision of
preventative and curative maintenance, and shall include;
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xi.
xii.
Maintenance of all KFS Avaya phone system software and equipments in optimal
working order, support and maintenance of additional equipment which may be
acquired by KFS
Provide effective management of the contract
General maintenance and support throughout the term of the contract.
System support services including hardware service and maintenance which will
cover repair and any neccasary replacement of the malfunctioned parts or entire
equipment
Provide end to end support.
Perform necessary configurations as requested by KFS
Quarterly routine preventive maintenance on all KFS Avaya phones at
Karura and Kenya Forestry College (KFC) Londiani.
Operationalize Avaya phone system at KFC-Londiani
Adding telephone handsets as per KFS user requests
Configuring/programming new telephone sets as and when required.
Upgrade the phones firmware to the latest version
Complete any outstanding phone configuration issues as indicated by KFS
ICT team.
OPTION VI: SUPPORT AND MAINTENANCE FOR AIR CONDITIONERS AND UPS
The scope of the Services which shall depend on a service call by the KFS shall encompass the provision of
preventative and curative maintenance, and shall include;
Preventive Maintenance, which will entail;
i.
ii.
iii.
Blowing dust from interior of all equipment once in each quarter;
Inspection and performance testing/tuning of each item of equipment in
conjunction with KFS staff once in each quarter;
Identification and costing of any parts that require replacement and
presenting service report with the required parts to KFS for approval
iv.
v.
Carrying out of such repairs, replacement of parts, cleaning or adjustment of
each item of equipment as a result of the inspection and testing under item
(ii) above;
Parts shall be charged at actual cost when replacements are carried out
Payment Schedule
Payment shall be on quarterly basis and within 30 days upon submission of invoice and a certificate note
that the services have been rendered.
Contract Duration
The contract duration shall be one (1) year with a possible extension of a further one (1) year subject to
satisfactory performance.
Response time
It is a requirement that service calls are responded to within 2 hours for all equipment situated in Nairobi.
The successful service provider shall provide facilities, at all times between Monday and Friday every week
between 8:00 a.m. and 5:00 p.m. for receiving and processing service calls.
The service provider should give the response times between 8:00 a.m. and 5:00 p.m. for receiving and
processing calls.
Tenderers are advised to note, that response times will be a key criteria for consideration in the
award of Contract.
Conditions
a)
Schedule of Services
On Contract signature, the Vendor shall produce a schedule of maintenance services based on the
terms of the agreement. Such a schedule, once approved by the KFS, shall be followed without
deviation. Failure to render services as per the schedule will form a basis for termination of the
Contract and the levying of penalties as are provided for in the Contract.
b)
Support Manager
The Vendor shall appoint a senior member of its management staff to be designated the “Support
Manager” for the purposes of servicing the Contract. This person shall be responsible for coordinating all activities and services under the Contract and shall ensure diligent performance of the
Contract. In the event of a change in the identity of the above person, the Vendor shall
communicate to the KFS such a change forthwith by way of a written Notice.
c)
Replacement of Equipment
All maintenance and services shall be rendered on site. However, in the event that a piece of equipment
cannot be restored back to proper working condition within 48 hours after a service call has been made, or
in the event that such equipment has to be removed from the premises of the Company for repairs at the
Vendor’s workshop then; a similarly configured machine shall be provided by the Vendor as a replacement
until the original machine is restored back to working order.
Vendor’s Warranty
The Vendor warrants and undertakes to KFS;
(a)
That they will perform the maintenance services with reasonable care and skill;
(b)
That KFS shall have free and unencumbered title of any replacement parts in any equipment
repaired;
(c)
That KFS shall enjoy possession of any parts or equipment replacement and that the same
will be of merchandise quality and fit for their purpose.
SECTION VII- STANDARD FORMS
Notes on standard forms
1. The tenderer shall complete and submit with its tender the form of tender
and price schedules pursuant to instructions to tenderers clause 9 and in
accordance with the requirements included in the special conditions of
contract.
2. When requested by the appendix to the instructions to tenderers, the tenderer
should provide the tender security, either in the form included herein or in
another form acceptable to the procuring entity pursuant to instructions to
tenderers clause 12.3
3. The contract form, the price schedules and the schedule of requirements
shall be deemed to form part of the contract and should be modifies
accordingly at the time of contract award to incorporate corrections or
modifications agreed by the tenderer and the procuring entity in accordance
with the instructions to tenderers or general conditions of contract.
4. The performance security and bank guarantee for advance payment forms
should not be completed by the tenderers at the time of tender preparation.
Only the successful tenderer will be required to provide performance/entity
and bank guarantee for advance payment forms in accordance with the forms
indicated herein or in another form acceptable to the procuring entity and
pursuant to the – conditions of contract.
5. The principal’s or manufacturer’s authorisation form should be completed
by the principal or the manufacturer, as appropriate in accordance with the
tender documents.
SECTION VI - STANDARD FORMS
1.
2.
3.
4.
5.
6.
7.
8.
Form of tender
Price schedules
Contract form
Confidential Questionnaire form
Tender security form
Performance security form
Bank guarantee for advance payment
Tender Security Declaration form
FORM OF TENDER
Date
Tender No.
To……………………..
…………………………..
[Name and address of procuring entity]
Gentlemen and/or Ladies:
1. Having
examined
the
tender
documents
including
Addenda
Nos..
[insert
numbers,
the of which is hereby duly acknowledged, wed, the undersigned, offer to provide.
[description
of
services]
in conformity with the said tender documents for the sum of . [total tender amount in words
and
figures]
or such other sums as may be ascertained in accordance with the Schedule of Prices attached
herewith and made part of this Tender.
2. We undertake, if our Tender is accepted, to provide the services in accordance with the
services schedule specified in the Schedule of Requirements.
3. If our Tender is accepted, we will obtain the tender guarantee in a sum equivalent to
percent of the Contract Price for the due performance of the Contract, in the form prescribed
by (Procuring entity).
4. We agree to abide by this Tender for a period of [number] days from the date fixed for tender
opening of the Instructions to tenderers, and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.
5. Until a formal Contract is prepared and executed, this Tender, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract
between us.
Dated
this
[signature]
[In
Duly authorized to sign tender for and on behalf of
day
of
the
capacity
20
of]
PRICE SCHEDULE OF SERVICES
Name of Tenderer
Tender Number_
1
2
3
Item
Description Quantity
& quality
. Page
of
.
4
5
6
7
Duration
Unit
Price
Total Price Unit
Price of
EXW per item
other
incidental
(cols. 4x5)
services
payable
Signature of tenderer
Note: In case of discrepancy between unit price and total, the unit price shall
prevail.
CONTRACT FORM
THIS AGREEMENT made the
day of
20
between…………[name of procurement
entity] of ……………….[country of Procurement entity](hereinafter called “the Procuring
entity”) of the one part and ……………………[name of tenderer] of ……….[city and country of
tenderer](hereinafter called “the tenderer”) of the other part.
WHEREAS the procuring entity invited tenders for certain materials and spares.
Viz……………………..[brief description of materials and spares] and has accepted a tender by
the tenderer for the supply of those materials and spares in the spares in the sum of
………………………………………[contract price in words and figures]
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this Agreement, viz.:
(a) the Tender Form and the Price Schedule submitted by the tenderer;
(b)
the
Schedule
of
Requirements;
(c)
the
Technical
Specifications;
(d)
the
General
Conditions
of
Contract;
(e)
the
Special
Conditions
of
Contract;
and
(f) the Procuring entity’s Notification of Award.
3. In consideration of the payments to be made by the Procuring entity to the tenderer as
hereinafter mentioned, the tenderer hereby covenants with the Procuring entity to provide the
materials and spares and to remedy defects therein in conformity in all respects with the
provisions of the Contract
4. The Procuring entity hereby covenants to pay the tenderer in consideration of the provision
of the materials and spares and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the contract at the times and in the
manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by
the
Signed, sealed, delivered by
the
in the presence of
.
(for the Procuring entity)
(for the tenderer)
CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2(b) or 2(c)
whichever applied to your type of business.
You are advised that it is a serious offence to give false information on this form.
Part 1 General
Business Name .......................................................................................................................
Location of Business Premises .............................................................................................
Plot No, ..........................................................Street/Road.....................................................
Postal address ........................Tel No. ..................................Fax Email ...............................
Nature of Business ................................................................................................................
Registration Certificate No. ...................................................................................................
Maximum value of business which you can handle at any one time – Kshs. ........................
Name of your bankers ............................................................................................................
Branch ....................................................................................................................................
Part 2 (a) – Sole Proprietor
Your name in full……………………….Age………………………………………….
Nationality……………………………Country of Origin……………………………..
Citizenship details
……………………………………………………..
Part 2 (b) – Partnership
Given details of partners as follows
Name
Nationality
Citizenship details
Shares
1. …………………………………………………………………………………………
2. …………………………………………………………………………………………
3. …………………………………………………………………………………………
4. …………………………………………………………………………………………
Part 2 (c) – Registered Company
Private or Public
State the nominal and issued capital of company
Nominal Kshs.
Issued Kshs.
Given details of all directors as follows
Name
Nationality
Citizenship details
Shares
1. …………………………………………………………………………………………
2. …………………………………………………………………………………………
3. …………………………………………………………………………………………
4. …………………………………………………………………………………………
Date……………………………………….Signature of Candidate………………………..
TENDER SECURITY FORM
Whereas ………………………………………..[name of the tenderer]
(hereinafter called “the tenderer”)has submitted its tender dated………………..[date of
submission of tender ] for the provision of ………………………………………………..
[name and/or description of the services]
(hereinafter called “the Tenderer”)……………………………………………………..
KNOW ALL PEOPLE by these presents that WE………………………………………
Of……………………………………………having registered office at
[name of procuring entity](hereinafter called “the Bank”)are bound unto………………
[name of procuring entity](hereinafter called “the procuring entity”) in the sum of ………..
for which payment well and truly to be made to the said Procuring entity, 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 the tenderer withdraws its Tender during the period of tender validity specified by the
tenderer
on
the
Tender
Form;
or
2. If the tenderer, having been notified of the acceptance of its Tender by the Procuring entity
during the period of tender validity:
(a) fails or refuses to execute the Contract Form, if required; or
(b) fails or refuses to furnish the performance security, in accordance with the
instructions to tenderers;
we undertake to pay to the Procuring entity up to the above amount upon receipt of its first
written demand, without the Procuring entity having to substantiate its demand, provided that in
its demand the Procuring entity will note that the arnouut claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including thirty (30) days after the period of tender
validity, and any demand in respect thereof should reach the Bank not later than the above date.
[signature of the bank]
(Amend accordingly if provided by Insurance Company)
PERFORMANCE SECURITY FORM
To: ……………………………………………………………………………………………..
[name of the Procuring entity]
WHEREAS……………………………….[name of tenderer]
(hereinafter
No.
called “the tenderer”) has undertaken,
[reference number of the contract] dated
in
pursuance
20
of
Contract
to
supply……………………………………………………………………………………..
[Description services](Hereinafter called “the contract”)
AND WHEREAS it bas been stipulated by you in the said Contract that the tenderer shall furnish
you with a bank guarantee by a reputable bank for the sum specified therein as security for
compliance with the Tenderer’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the tenderer a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
tenderer,
up
to
a
total
of
…………………………………………………….
[amount of the guarantee in words and figures],
and we undertake to pay you, upon your first written demand declaring the tenderer to be in
default under the Contract and without cavil or argument, any sum or sums within the limits of
………………………..
[amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons
for your demand or the sum specified therein.
This guarantee is valid until the
day of 20
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
BANK GUARANTEE FOR ADVANCE PAYMENT
To…………………………
[name of tender]………………………………………
Gentlemen and/or Ladies:
In accordance with the payment provision included in the special conditions of contract, which
amends the general conditions of contract to provide for advance payment,
…………………………………………………………………
[name and address of tenderer][hereinafter called “the tenderer”] shall deposit with the Procuring
entity a bank guarantee to guarantee its proper and faithful performance under the said clause of
the
contract
in
an
amount
of
…………………………………………………………………………………………
[amount
of
guarantee
in
figures
and
words].
We,the ………………………………………………………………………………
[bank or financial institution], as instructed by the tenderer, agree unconditionally and
irrevocably to guarantee as primary obligator and not as surety merely, the payment to the
Procuring entity on its first demand without whatsoever right of objection on our part and
without its first claim to the tenderer, in the amount not exceeding
[amount of guarantee in figures and words].
We further agree that no change or addition to or other modification of the terms of the Contract
to be performed thereunder or of any of the Contract documents which may be made between the
Procuring entity and the tenderer, shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition, or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
received by the tenderer under the Contract until [date].
Yours truly,
Signature
and
[name of bank or financial institution]
[address]
[date]
seal
of
the
Guarantors
LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity
To:
RE: Tender No.
Tender Name
This is to notify that the contract/s stated below under the above mentioned tender have been
awarded to you.
1. Please acknowledge receipt of this letter of notification signifying your acceptance.
2. The contract/contracts shall be signed by the parties within 30 days of the date of this
letter but not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject matter of
this letter of notification of award.
(FULL PARTICULARS)
SIGNED FOR ACCOUNTING OFFICER
FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity) of
……………dated the…day of ………….20……….in the matter of Tender No………..…of
…………..20…
REQUEST FOR REVIEW
I/We……………………………,the
above
named
Applicant(s),
of
address:
Physical
address…………….Fax No……Tel. No……..Email ……………, hereby request the Public Procurement
Administrative Review Board to review the whole/part of the above mentioned decision on the following
grounds , namely:1.
2.
etc.
By this memorandum, the Applicant requests the Board for an order/orders that: 1.
2.
etc
SIGNED ……………….(Applicant)
Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of
………....20….………
SIGNED
Board Secretary
Tender-Securing Declaration Form
(r.22)
[The Bidder shall complete in this Form in accordance with the instructions
indicated]
Date: [insert date (as day, month and year) of Bid Submission] Tender No. [insert
number of bidding process]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
1. We understand that, according to your conditions, bids must be supported by a
Bid-Securing Declaration.
2. We accept that we will automatically be suspended from being eligible
for bidding in any contract with the Purchaser for the period of time of
[insertnumber of months or years] starting on [insert date], if we are in breach
of our obligation(s) under the bid conditions, because we –
(a) have withdrawn our Bid during the period of bid validity specified by us in
the Bidding Data Sheet; or
(b) having been notified of the acceptance of our Bid by the Purchaser during
the period of bid validity,
(i) fail or refuse to execute the Contract, if required, or
(ii)
fail or refuse to furnish the Performance Security, in accordance with
the ITT.
3. We understand that this Bid Securing Declaration shall expire if we are not the
successful Bidder, upon the earlier of
(i) our receipt of a copy of your notification of the name of the successful
Bidder; or
(ii) twenty-eight days after the expiration of our Tender.4 We understand that if
we are a Joint Venture, the Bid Securing Declaration must be in the name of
the Joint Venture that submits the bi, and the Joint Venture has not been
legally constituted at the time of bidding, the Bid Securing Declaration shall
be in the names of all future partners as named in the letter of intent.
Signed: [insert signature of person whose name and capacity are shown] in the
capacity of [insert legal capacity of person signing the Bid Securing Declaration]
Name: [insert complete name of person signing the Bid Securing Declaration] Duly
authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on …………………. day of ……………., ………………. [insert date of
signing