The Kenya Power & Lighting Co. Ltd

The Kenya Power & Lighting Co. Ltd

The Kenya Power & Lighting Co. Ltd.

Central Office – P.O. Box 30099, Nairobi, Kenya

Telephone – 254-02-3201000

Fax No. 254-02-3514485

StimaPlaza, Kolobot Road

Our Ref: KP1/9AA-2/PT/ITT/01/12/jk29thMarch, 2012

M/s ------

------

RE: ADDENDUM NO. 1 TO THE TENDER NO. KP1/9AA-2/PT/ITT/01/12 FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EDW, BI AND SAP PROJECT

Please refer to the above Tender.

We make the following clarifications and amendments to the Principal Tender Document (hereinafter abbreviated as the PTD) for the supply, installation and commissioning of EDW, BI and SAP project dated February, 2012.

  1. Page 30: Eligible Tenderers

The phrase reading “Those meeting the criteria set out in this tender” should read, “Open to all Tenderers”.

  1. Page 125: Technical Specification Evaluation Details.

EDW marks is 8 and not 4. BI & Dashboards Marks is 9 and not 3.

  1. Page 31/33: Training

Item 11 should read “Training (Certified training in equipment, operating system, BI and EDW).

  1. Page 103: Level 4 shared Cache

Specification should read 192MB eDRAM or Flash Cache or equivalent.

  1. Page 93: On Dashboard and KPIs

KPLC has 20 dashboards as follows:

i)CEO and MD
ii)Distribution
iii)Commercial Services
iv)Supplies and Transport
v)HR and Admin
vi)IT and T
vii)Energy Transmission
viii)Planning Research
ix)Finance
x)Company Secretary / xi)Mt Kenya
xii)Western Region
xiii)Nairobi
xiv)Coast
xv)Mt Kenya South
xvi)Nairobi South
xvii)Nairobi North
xviii)Nairobi West
xix)West Kenya
xx)North Rift

Required 30 dashboards and 100 reports.

There 2470 KPIs derived from all KPLC departments and Regions as follows:

  • Central office – 555
  • Nairobi Region – 418
  • Coast Region – 284
  • Mt Kenya – 518
  • West Kenya – 695
  1. Page 113: On Tape Library

Bidders who will utilize the existing SL3000 need not consider the specifications indicated. However, for new solution providers, these are the minimum specifications needed. For those using current library, the three points will be awarded according to the explanations given on integration with the rest of the systems.

  1. Page 86: On EDW

16TB is the initial installation requirement. We have no existing EDW. The 3 TB per year is the expected cumulative storage capacity growth per year. The warehouse will be real-time.

  1. Page 89: “Single Version of Truth”

The warehousing is expected to have either a single centralized database, or at least a distributed synchronized database, which stores all of KPLC's data in a consistent and non-redundant form. Bidders are expected to propose their solution on how this is going to be achieved.

  1. Page 31/33: UPS

Bidders are to supply an integrated support UPS for the server and cater for associated electrical power fittings and installations for their equipment. The equipment installation (servers, etc) should include connection cables to power, and terminal units. The new installation should have its own electrical panel.

  1. Page 97: Applications

For current versions of the ICS, IMS, DCS and the Facilities database, assuming that these are PowerBuilder/Oracle apps is there any server-side component apart from Oracle DB that needs to be migrated to the new servers? No.

Are the ICS batch processes still on MF COBOL? Yes.

All Indra systems formally on Natural/Adabas were migrated to Oracle.

If offering another solution apart from Oracle then the bidder need to migrate.

  1. Page 98: Annual Support and Maintenance

Comprehensive support maintenance is expected. Total Cost of ownership includes all costs of servicing software and hardware after installation and warranty period. Cost per year after warranty period is to be considered for 5 years after warranty and be filled in the table.

  1. Type Test Certificates

These are required as a standard and best practice for each system. Some equipment requires type approval from CCK. Bidders will be evaluated on how they explain the type tests for their systems.

  1. Page 102 and 126: Reference Letters

The 4 reference letters required is for similar total project and the same applies to the USD 1.2 million.

  1. DEADLINE FOR SUBMISSION OF TENDER.

The tender closing date has been shifted from 12th April 2012 to 2nd May 2012 at 10.00 a.m. Tenders must be received by the procuringentity not later than the above date at 10.00a.m. The procuring entity will open the bids immediately thereafter on the same day in the auditorium Stima Plaza.

All other terms and conditions remain as per the Principal Tender Document (PTD).

Yours faithfully,

FOR: THE KENYA POWER & LIGHTING COMPANY LIMITED

Eng. JOHN OMBUI

CHIEF MANAGER SUPPLIES, STORES AND TRANSPORT

1