THE INFORMATION AND COMMUNICATIONS TECHNOLOGY AUTHORITY TENDER AUGUST 2025
Request for Bids
Framework Agreement(s) for Non-Consulting
(Primary Procurement, Two-Envelope Bidding Process)
Procuring Agency: The Information and Communications Technology Authority
Country: Kenya
Name of Project: Kenya Digital Economy Acceleration Project
Framework
Agreement Title:
FRAMEWORK AGREEMENT FOR PROVISION OF BROADBAND INTERNET
CAPACITY TO SELECTED GOVERNMENT SITES IN RURAL AREAS
RFB Reference No.: KE-ICTA-478571-NC-RFB
Credit No.: 7289-KE and 7290-KE
- The Government of Kenya has received financing from the World Bank toward the cost of the Kenya Digital
Economy Acceleration Project and intends to apply part of the proceeds toward payments under Call-off
Contracts that may be awarded under the Framework Agreements (FAs) for Provision of Broadband Internet
Capacity to Selected Government Sites in Rural Areas concluded through this RFB Primary Procurement
process. For this contract, the Borrower shall process the payments using the Direct Payment disbursement
method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except
for those payments, which the contract provides to be made through letter of credit. - The Procuring Agency is undertaking the Primary Procurement with a view to concluding Framework
Agreements. The Procuring Agency is the sole Employer under the Framework Agreement[s]. The Procuring
Agency now invites sealed Bids from eligible Bidders for Provision of Broadband Internet Capacity to
Selected Government Sites in Rural Areas, as shown in Annex A of the Standard Procurement Document, for
a period of Three (3) Years. - The Framework Agreements to be concluded will be Single-User. The Single-User entitled to purchase under
the Framework Agreements is The Information and Communications Technology Authority. - The Framework Agreements to be concluded will be Multi-Service Provider.
- The selection of a FA Service Provider to be awarded a Call-off Contract will be done through a Secondary Procurement process as defined in Framework Agreement. However, the conclusion of a Framework
Agreement shall not impose any obligation on the Procuring Agency, including participating Employers, to
purchase Non-Consulting under a Call-off Contract. The conclusion Framework Agreement does not guarantee that a FA Service Provider will be awarded a Call-off Contract. - Bidding will be conducted through International Competitive Procurement using a Request for Bids (RFB)
as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” First Published July 2016,
Revised Fifth Edition September 2023 (“Procurement Regulations”) and is open to all eligible Bidders as
defined in the Procurement Regulations. - Bidders may submit Bids for one or more items.
- The Framework Agreements shall be concluded for a Term of Three (3) from the commencement date stated in the Framework Agreement. The initial term may be extended by a maximum of two additional years.
- The Primary Procurement shall establish a Closed Framework Agreement(s).
- Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The
following weightings shall apply for Rated Criteria (including technical and non-price factors): 80% and for
Bid cost: 20%. - Interested eligible Bidders may obtain further information from The Information and Communications
Technology Authority, Deputy Director, Supply Chain Management procurement@ict.go.ke and inspect the
Bidding document during office hours 0900 to 1600 hours at the address given below. - The bidding document in English may be downloaded free of charge from the ICTA’s website
https://www.icta.go.ke/tenders or Public Procurement Information Portal website
https://www.tenders.go.ke Bidders who download the bidding documents are invited to notify the procuring entity by email with full contact details if they intended to participate, as this will facilitate issuance
of notifications by the procuring entity, to all bidders where necessary. - Bids must be delivered to the address below on or before 1000 Hours East African Time 1st October
- Electronic Bidding will not be permitted. Late Bids will be rejected. The outer Bid envelopes marked
“ORIGINAL BID”, and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the
presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address
below on 12th Floor Boardroom, Telposta Towers, along Kenyatta Avenue, Nairobi at 1000 Hours East African Time 1st October 2025. All envelopes marked “SECOND ENVELOPE: FINANCIAL PART” shall remain
unopened and will be held in safe custody of the Procuring Agency until the second public opening. - Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the
successful bidder’s/bidders’ beneficial ownership, as part of the publication of the conclusion of framework
agreement notice, using the Beneficial Ownership Disclosure Form included in the bidding document. - The address(es) referred to above is (are):
Zilpher Owiti, OGW
Ag. Chief Executive Officer
The Information and Communications Technology Authority
12th Floor, Telposta Towers, Kenyatta Avenue
Nairobi, Kenya.
(+254) 20 667 6999
info@ict.go.ke / procurement@ict.go.ke
www.icta.go.ke
TENDERYETU ANDROID APP - DOWNLOAD
Enhance your experience with our mobile application. Get access to exclusive features, faster browsing, and timely notifications.