MINISTRY OF DEFENCE ULINZI HOUSE P O BOX NAIROBI TENDER DOCUMENT FOR PRE-QUALIFICATION OF FIRMS FOR THE SUPPLY OF SPARES FOR EARTH MOVERS.

Similar documents
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

CHEMELIL SUGAR COMPANY LIMITED

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

THE TECHNICAL UNIVERSITY OF KENYA

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT)

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%

TENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT)

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN)

Haile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT

THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS. Tender No: MMH-PHS

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

AGRICULTURAL FINANCE CORPORATION

SUPPLY AND DELIVERY OF BEEF CUBES, GOAT MEAT, CHICKEN LEGS AND EGGS

STANDARD TENDER DOCUMENT

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF AGRICULTURE, LIVESTOCK AND FISHERIES. P.O BOX 701, OL KALOU.

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/ FOR THE YEAR AT A.M.

TENDER DOCUMENT FOR IFMIS NO

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG

TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA

EMBU UNIVERSITY COLLEGE

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

JUDICIARY OF KENYA (PRINTING, SUPPLY AND DELIVERY OF ASSORTED FOLDERS, )

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

NATIONAL BIOSAFETY AUTHORITY

MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA. Tender No: MMH/GEN/17/49 JULY, 2017

NATIONAL AIDS CONTROL COUNCIL TENDER DOCUMENT FOR PROVISION OF FULLBOARD ACCOMMODATION AND CONFERENCE FACILITIES DURING NACC STAFF TEAM BUILDING

TENDER NO TCG/F&P/21/

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM

TENDER FOR SUPPLY & DELIVERY OF SCHMIDT HAMMER UNIT AND GPS RECEIVERS AS PER ATTACHED SPECIFICATIONS

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/040/

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

STANDARD TENDER DOCUMENT FOR PROVISION OF MASTER PLAN REQUISITES PLANNERS TUM/MPR/

KIBABII UNIVERSITY TENDER DOCUMENT FOR PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES FOR AND FINANCIAL YEARS

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/

KENYA FOREST SERVICE. TENDER No. KFS/10/ TENDER NAME: SUPPLY, INSTALLATION AND COMMISSIONING OF DRIP IRRIGATION KITS

CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

NATIONAL OPEN TENDER

GDC/PM/OT/025/

YOUTH ENTERPRISE DEVELOPMENT FUND P.O. BOX NAIROBI TENDER FOR PROVISION OF MOTOR VEHICLE AND MOTOR CYCLE INSURANCE

TANA WATER SERVICES BOARD

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

KENYA FOREST SERVICE. TENDER No. KFS/02/ TENDER NAME: SUPPLY AND DELIVERY OF VHF HAND HELD RADIOS

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

NATIONAL COUNCIL FOR PERSONS WITH DISABILITIEs STANDARD TENDER DOCUMENT FOR TENDER NO. NCPWD /PROC/01/

TENDER NO. NCA/PRE/015/

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

PROVISION OF CAR TRACKING SERVICES

NATIONAL OIL CORPORATION OF KENYA. TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement

TENDER FOR SUPPLY OF MEDUIM AND HIGH VOLTAGE CIRCUIT BREAKER TESTER FOR CENTRAL WORKSHOP

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS)

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR DRY CARGO

KENYA WATER TOWERS AGENCY TENDER DOCUMENT FOR PROCUREMENT OF GOODS UNDER FRAMEWORK CONTRACT DURING FY

KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION. HEADQUARTERS Kaptagat Road, Loresho P.O. BOX NAIROBI

Kenyatta National Hospital

TENDER NO IEBC/26/ SUPPLY AND DELIVERY OF WOVEN COTTON TAPES

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-FUEL

TENDER FOR SUPPLY AND DELIVERY OF SUPPLEMENTARY ANIMAL FEEDS AND MINERAL BLOCKS FRAMEWORK CONTRACT

SOUTH EASTERN KENYA UNIVERSITY. Tender Document. For SUPPLY AND DELIVERY OF SODA AND MINERAL WATER

NATIONAL OIL CORPORATION OF KENYA

KENYA FERRY SERVICES LIMITED TENDER DOCUMENT FOR PROVISION OF SEWAGE WASTE REMOVAL AND SANITARY DISPOSAL SERVICES TENDER NO. KFS/SDS/12/03/2015

TENDER FOR PROVISION OF PRIVATE SECURITY GUARD SERVICES FOR THE CENTRAL BANK OF KENYA HEAD OFFICE

TENDER FOR PROVISION OF AIR TRAVEL AGENCY AND RELATED SERVICES TENDER NO: CA/PROC/0T/24/

THE COUNTY ASSEMBLY OF KITUI

KENYA RAILWAYS CORPORATION

TENDER FOR PROVISION OF SECURITY SERVICES FOR HEAD OFFICE AND FIELD STATIONS TENDER NO. NWC/ONT/001/

Transcription:

TENDER NO: MOD/423(010015)2014/2015 MINISTRY OF DEFENCE ULINZI HOUSE P O BOX 40668-00100 NAIROBI TENDER DOCUMENT FOR PRE-QUALIFICATION OF FIRMS FOR THE SUPPLY OF SPARES FOR EARTH MOVERS. TENDERER DETAILS FIRM S NAME P O BOX TEL NO: FAX NO: SIGNATURE: COMPANY STAMP..

TABLE OF CONTENTS SECTION I SECTION II - INVITATION TO TENDER INSTRUCTIONS TO TENDERERS APPENDIX TO INSTRUCTIONS TO TENDERERS SECTION III - SECTION IV - SECTION V - GENERAL LETTER OF APPLICATION STANDARD FORMS APPLICATION FORM (1)-GENERAL INFORMATION APPLICATION FORM (2) -STAFF/WORKFORCE QUALIFICATION APPLICATION FORM (3)- FIRM S EXPERIENCE APPLICATION FORM (4) - EQUIPMENT CAPABILITIES APPLICATION FORM (5) - FINANCIAL CAPABILITY APPLICATION FORM (6) - LITIGATION HISTORY APPLICATION FORM (7) - REFERENCE LIST SECTION VI - SECTION VII - SECTION VII - EVALUATION CRITERIA GENERAL CONDITIONS OF CONTRACT DECLARATION 2

SECTION I INVITATION TO TENDER DATE 31 ST DECEMBER 2014 TENDER REF NO: MOD/423(010015)2014/2015 TENDER NAME PRE-QUALIFICATION OF FIRMS FOR THE SUPPLY OF SPARES FOR EARTH MOVERS. 1.1 The Ministry of Defence intends to prepare a new register of Pre- Qualification of Firms for the Supply of Spares for earth movers. 1.2 Detailed requirements and evaluation criteria are contained in the document. Interested eligible candidates may obtain further information from and inspect the tender documents at Col Supply/ Maintenance, Ministry of Defence, Ulinzi House P O BOX 40668-00100 NAIROBI Tel No 2721100/9 Ext 5239 during normal working hours from 0800hrs and 1700hrs. 1.1 Completed prequalification application tender documents MUST be submitted enclosed in plain sealed envelopes marked with tender reference number and tender name be deposited in the Tender Box at Ulinzi House main gate Reception along Lenana Road or be addressed to: The Principal Secretary Ministry of Defence P o Box 40668-00100-GPO NAIROBI so as to be received on or before 15 TH JANUARY, 2015 at 1000hrs (10 am). 1.2 Tenders must be accompanied by a Security in the form and amount specified in the tender document, on or before. 1.3 Tenders will be opened immediately thereafter in the presence of the Candidates or their representatives who choose to attend at 1000hrs (10 am) on 15 TH JANUARY, 2015 at MOD Headquarters Officers Mess (Ask for direction at the main gate Ulinzi House or call the above point of contact). 1.4 All candidates whose applications will have been received before the closing date and time will be advised in due course, of the results of their applications. Only candidates prequalified under this prequalification process will be invited to tender. 1.5 The Ministry of Defence reserves the right to verify the information submitted 3

SECTION II - INSTRUCTIONS TO TENDERERS 2.1 Scope of Tender 1.3 The Ministry of Defence hereinafter referred to as the procuring entity intends to prequalify contractors to be included in the Register to carry out Pre-Qualification of Firms for the Supply of Spares for earth movers.. It is expected that prequalification applications will be submitted to be received by the procuring entity not later than 15 TH JANUARY, 2015 at 1000Hrs (10 a.m) 2.1.1 Prequalification is open to eligible firms as indicated in appendix to instruction to tenderer. 2.2 Submission of Application 2.2.1 Applications for prequalification shall be submitted in sealed envelopes marked with the tender name and reference number and MUST be deposited in the Tender Box situated at the Main Gate Reception of Ulinzi House along Lenana Road or be addressed to The Principal Secretary Ministry of Defence P.O Box 40668 00100 GPO Nairobi so as to be received on or before 15 TH JANUARY, 2015 at 1000Hrs (10 a.m). 2.2.2 The Procuring entity 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. 2.2.3 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. 2.2.4 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 for Tenders and the words, DO NOT OPEN BEFORE, 15 TH JANUARY, 2015 at 1000 hrs 4

2.2.5 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. 2.2.6 If the outer envelope is not sealed and marked as required by paragraph 2.2.1, the Procuring entity will assume no responsibility for the tender s misplacement or premature opening. 2.2.7 Tenders shall remain valid for 150 days or as specified in the Invitation to Tender after the date of tender opening prescribed by the Procuring entity. A tender valid for a shorter period shall be rejected by the Procuring entity as non responsive. 2.2.8 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. A tenderer granting the request will not be required nor permitted to modify its tender. 2.2.9 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 tenders, is received by the Procuring prior to the deadline prescribed for submission of tenders. 2.2.10 The Tenderer s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph 2.17. A withdrawal notice may also be sent by cable, telex but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders. 2.2.11 No tender may be modified after the deadline for submission of tenders. 2.2.12 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. 2.2.13 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination. 2.2.14 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. 2.2.15 All the information requested for pre qualification shall be provided in the English language. Where information is provided in any other language, it shall be accompanied by a translation of its pertinent parts into English 5

language. The translation will govern and will be used for interpreting the information. 2.2.16 Failure to provide information that is essential for effective evaluation of the applicant s qualifications or to provide timely clarification or sub substantiation of the information supplied may result in the applicant s disqualification. 2.3 Eligible Candidates 2.3.1 This invitation for pre-qualification is open to all candidates. 2.4 Qualification Criteria 2.4.1 Pre-qualification will be based on meeting the requirements set as shown in the standard forms and evaluation criteria The procuring entity reserves the right to waive minor deviations if they do not materially affect the capability of an applicant to perform the contract. 2.4.2 General Experience. The applicant shall meet the following minimum criteria specified in application form 1 under standard forms. 2.4.3 Personnel capabilities. The applicant must have suitably qualified personnel to fill the positions specified in application form 2 under standard forms 2.4.4 Equipment capabilities. The applicant should own, or have assured access (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means) key items of equipment in full good working order, and must demonstrate that, based on known commitments they will be available for use.. The applicant may also list alternative equipment that it would propose for the contract together with an explanation of the proposal 2.4.5 Financial position. The applicant shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit and other financial means sufficient to meet the construction cash flow, net of the applicants commitments for other contracts. 2.4.6 Litigation history the applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under its execution over the last five years. A consistent history of awards against the applicant or any partner of a joint venture may result in failure of the application. 2.5 Public Sector companies 6

2.5.1 Any public owned enterprise may be eligible to qualify if, in addition to meeting all the above requirements, it is also legally and financially autonomous, it operates under commercial law, and it is not a dependent agency of another public entity 2.6 Conflict of Interest 2.6.1. The applicant shall not be associated, nor have been associated in the past, with the consultant or any other entity that has prepared the design, specifications, and other prequalification and bidding documents for the project, or with an entity that was proposed as engineer for the contract. Any such association must be disclosed and may result in the disqualification of the applicant 2.7. Clarification of Documents 2.7.1 A prospective tenderer requiring any clarification of the tender document may notify the Procuring entity in writing or by post at the entity s address indicated in the Invitation to Tender. The Procuring entity will respond in writing to any request for clarification of the tender documents, which it receives not later than seven (7) days prior to the deadline for the submission of tenders, prescribed by the procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers that have received the tender document. 2.7.2 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. 2.8. Clarification of Tenders 2.8.1. 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 of the tender shall be sought, offered, or permitted. 2.8.2. Any effort by the tenderer to influence the Procuring entity in the Procuring entity s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers tender 2.9. Notification of Award 2.9.1 Prior to the expiration of the period of tender validity, the Procuring entity will notify the successful candidates in writing that their prequalification bid tender has been accepted. and promptly notify each unsuccessful Tenderer 7

2.10. Corrupt or Fraudulent Practices 2.10.1 The Procuring entity requires that tenderers observe the highest standard of ethics during the procurement process and execution of contracts when used in the present regulations, the following terms are defined as follows; (i) corrupt practice means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and (ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring entity, and includes collusive practice among tenderer (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the Procuring entity of the benefits of free and open competition; 2.10.2 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. 2.10.3 Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya. 2.11. Updating Pre-qualification Information 2.9.1 Pre qualified candidates shall be required to update the financial information used for pre qualification at the time of submitting their bids and to confirm their continued compliance with the qualification criteria. A bid shall be rejected if the applicant s qualification thresholds are no longer met at the time of bidding. 8

APPENDIX TO INSTRUCTIONS TO TENDERERS The following instructions for the pre qualification of candidates shall supplement, complement or amend the provisions of the instructions to tenderers. Where there is a conflict between the provisions of the instructions to candidates and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to the candidates. SECTION III - GENERAL 1.4 1. Pursuant to Paragraph 2.3 The tender is for Pre-Qualification of Firms for the Supply of Spares for earth movers. on as and when required basis. 2. Pursuant to Paragraph 2.2 The participating tenderers must provide copies of the following documents. The documents to be submitted along with the tender documents on or before the closing date. a. Valid Council Business permit b. Certificate of Incorporation / Registration c. Valid Tax Compliance Certificate from KRA d. VAT and PIN Certificate e. Confidential Business Questionnaire ( Must be filled properly) f. Bidders Must attach copies of National Identity Card. These documents referred to above shall be verified with the issuing authorities (if and when need arises) to ascertain authenticity 3. Completion of Tender Documents a. To qualify as responsive, tenderers will be required to:- (i) Complete the tender documents in all respects, (ii) Ensure the tender documents are properly signed and initialed on every page by the authorized official of the bidding firm, (iii) Ensure the tender documents is/are properly signer and initialed on every page with the official tendering firms seal /stamp. Incomplete documents shall be considered not responsive. b. Tenderers Contacts / Address Tenderers MUST carefully fill out their current contact which should include: (i) Physical Address 9

(ii) (iii) (iv) Postal Address Fax Number Telephone Number/Mobile Telephone Number c. Original Tender Documents Tenderer MUST return the original serialized tender document (s) sold to the and duly completed. Reproduced or modified tender document (s) or photocopies of the original document(s) shall be disqualified. d. Responsiveness A tenderer, who fails to comply with above conditions above, will be considered not responsive and not considered for further evaluation. 4. Disqualification. Tenderers who are thus established as not responsive shall be disqualified from further evaluation. Canvassing shall lead to total disqualification. 5. Evaluation and Comparison of Tenders. Firms considered responsive after the document evaluation may be visited physically by an appointed team of officers immediately after the closing date of the tender to assess the tenderer based on the criteria indicated below. A member of the evaluation team will call the tenderer and arrange for a suitable date to visit the tenderer premises and conduct the evaluation. The criteria for the physical evaluation will be as follows: - 1.5 Line of business: Existence of Business premises for Pre- Qualification of Firms for the Supply of Spares for earth movers. The evidence to be in form of:-. Contracts with Major Institutions. LPOs b. Capacity: Size, qualified personnel, previous/current similar works for major institutions and financial capability. The above evaluation parameters will be weighted as follows:- Line of business and Capacity 50 Points Business Premises (accessibility, security and size) - 10 Points Machinery (Availability of Earth Movers - 20 Points Workforce (Number and technical qualifications of personnel) -20 Points 10

(NOTE: CANDIDATES MUST FILL THE APPLICATION FORMS SET UNDER SECTION IV) Responsiveness A tenderer, who fails to comply with above conditions above, will be considered not responsive and not considered for further evaluation. 6 A tenderer who gives false information in the tender document about its qualification shall be considered for debarment from participating in future public procurement. 7. Tender Results Notification: The Successful and Unsuccessful tenderers shall be notified of the tender results immediately after tender award, by FAX to be followed by normal mail. Kindly ensure the fax No. provided is in working order. 8 Past/Previous Performance: In the case of Candidates who have had occasion to transact business with the Ministry of State for Defence, their performance during the respective contract period shall be brought into focus. 9 References: Candidates will be required to provide a list of credible References in the form of Institutions, who can vouch for their performance) 10 Termination for default Tenderers should note that failure to deliver with specified period shall institute one warning letter failure to improve services shall thereafter lead to termination of the contract. 11 Rejection of all Tenders: The procuring entity reserves the right to reject all tenders at any time prior to acceptance and is not bound to give reasons. 11

SECTION IV - LETTER OF APPLICATION The letter of application will be prepared by the TENDERER and will follow the form presented herein. The letter of application will be prepared on the letterhead paper of the applicant and will include full postal address, telephone numbers, fax number and Email address. The letter of application will be signed by duly authorized representatives of the applicant. Any clause which does not apply to the applicant in the letter of application herein shall be deleted by the tenderer. 12

LETTER OF APPLICATION Date 31 ST DECEMBER, 2014 Tender No. MOD/423(010015)2014/2015 To: PRINCIPAL SECRETARY MINISTRY OF DEFENCE P.O. BOX 40668-00100 GPO NAIROBI Ladies and/or Gentlemen 1.6 1. Being duly authorized to represent and act on behalf of (name of firm) (hereinafter referred to as the tenderer ), and having reviewed and fully understood all of the pre qualification information provided, the undersigned hereby apply to be prequalified by yourselves as a bidder for the Pre-Qualification of Firms for the Supply of Spares for earth movers. 2. Attached to this letter are copies of original documents defining a. Valid/current Council Business permit b. Certificate of Incorporation / Registration c. Tax Compliance Certificate from KRA d. VAT and PIN Certificate e. Confidential Business Questionnaire ( Must be filled properly) f. Bidders Must attach copies of National Identity Card. 3. Ministry of Defence and its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and as requested by yourselves to verify statements and information provided in this application, such as the resources, experience, and competence of the Applicant. 4. Ministry of Defence and its authorized representatives may contact the following persons for further information. General and managerial inquiries Contract 1 Telephone 1 Personnel inquiries Contract 1 Telephone 1 Technical inquiries Contract 1 Telephone 1 13

5. This application is made with the full understanding that: (a) bids by prequalified applicants will be subject to verification of all information submitted for prequalification at the time of bidding. (b) Ministry of Defence reserves the right to reject or accept any application, cancel the prequalification process, and reject all applications (c) Ministry of Defence shall not be liable for any such actions and shall be under no obligation to inform the Applicant of the grounds for them 6. We confirm that if we bid, that bid, as well as any resulting contract, will be: (a) signed so as to legally bind all partners.. 7. The undersigned declare that the statement made and the information provided in the duly completed application are complete, true, and correct in every detail. Signed by (Name) In capacity (status in firm) Dated Signature Witness Signed by (Name) In capacity (status in firm) Dated Signature 14

SECTION V - STANDARD FORMS Notes on completion of Standard Forms Application Form 1 - Application Form 2 - General information This form is to be completed by all applicants. Staff Qualification This form is to be completed by all applicants meeting the requirement set out in the instructions to candidates. The applicants shall provide the names of candidates qualified to meet the specified requirements stated for each position. Application Form 3 - Firms Experience / This form shall be completed by all applicants and will contain Details of Contracts of similar nature similar works and complexity completed by the applicant Application Form 4 - Application Form 5 - Application Form 6 - Equipment Capabilities This form is to be completed by all applicants. It should provide adequate information to demonstrate clearly that the applicant has the capability to meet the requirements for each and all items of equipment listed in the instructions to candidates. A separate form shall be prepared for each item of equipment or for alternative equipment proposed by the applicant.. Financial Capability This form shall be completed by every applicant. It should contained financial information to demonstrate that they meet the requirements stated in the instructions to candidates. If necessary separate sheets should be used to provide complete banker information Litigation History This form is to be completed by all applicants. It should provide information on any history of litigation or arbitration resulting from contracts executed. 15

APPLICATION FORM(1) GENERAL INFORMATION 1. Company s Name in full... 2. Address of Head Office.. 3. (a) Telephone No (Landline)..(Mobile) (b) Fax No.. 4. Place(s) of Business (House/Plot N0.; Street and Town name) State owned or hired(offices). (Workshop) (Materials/Equipment Yard).. (Attach documentary evidence; Title/Lease or Hire/Tenant Agreement) 5. Directors /Partners Particulars. (Attach documentary evidence) Ser Name Qualification Nationality % Shares a b c 6. No. of Certificate of Incorporation/Registration of Business Names (Attach copy of Certificate) 7. Current/Valid Business Permit Number. Date Issued (Copy of License required) Place Issued.. 8 VAT Certificate N0.PIN Registration Certificate N0.. (Attach copies of the two Certificates) 9. Valid Tax Compliance Certificate (From to ) (Attach copy of Certificate) 16

APPLICATION FORM (2) STAFF/WORKFORCE QUALIFICATION Number and Particulars of technical personnel Ser Name Status/ Position Academic Qualification Experience (Years) Years with Firm In similar works (years) a b c d e f 17

APPLICATION FORM (3) FIRM S EXPERIENCE Particulars of Contracts/Projects in hand or executed by the firm for the last two years.(evidence required for each Project; Contract documents, LPOs/LSOs, Payment documents etc) At least two of the projects should be supported further by the contractor s Testimonials from the Clients. (Jobs without evidence should not be included in this list): DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY Name of Applicant Use a separate sheet for each contract. 1. Name of employer/client 2. Employer address 3. Total Contract Sum/subcontract/partner share 4. Date of award 5. Date of completion 6. Contract/subcontract duration (years and months) - years - months 7. Specified requirements 18

APPLICATION FORM (4) EQUIPMENT CAPABILITIES Repair of Vehicle Radiators. Name of Applicant Type of equipment Equipment information Current status 1. Name of manufacturer 3. Capacity 5. Current location 2. Model and power rating 4. Year of manufacturer 6. Details of current commitments.. Source 7. Indicate source of the equipment * Owned * Rented * Leased * Specially manufactured Omit the following information for equipment owned by the Applicant or partner Owner 8. Name 9. Address of owner.. Telephone Contact name and title Fax Email Agreements Details or rental/lease/manufacture agreements specific to the project... 19

APPLICATION FORM (5) FINANCIAL CAPABILITY Name of Applicant Banker Name of banker.. Branch Address of banker Telephone Contact name and title. Fax.. E mail. Financial information in Kshs a) Capital and Other Financial Resources (attach Bank Statement as evidence) b) Maximum value of business which can be handled at one time Kshs. 20

APPLICATION FORM (6) LITIGATION HISTORY Name of Applicant Applicants should provide information of any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution.. Year Award FOR or AGAINST Applicant Name of client, cause of litigation, and matter in dispute Disputed amount (current value Kshs.) 21

APPLICATION FORM (7) REFERENCE LIST Tenderers to list here below names of references in form of Institutions (Public or private) S/NO Name and Location of Institution 1. 2. 3. 4. 5. 6. 7. 8. Tel Contact Contract Person 22

SECTION VI - EVALUATION CRITERIA The following will be a guide to the Pre-qualification Evaluation Criteria: a. The certificates and documents submitted by the candidates shall be authenticated with the respective issuing office/authority. b. The following will be the weighting scores for the specified/required information, (provided that the weighting scores will not by themselves form the basis for the subsequent selection): (1) (General Information). - Line of Business and capacity 50 Telephone, Fax, Certificate of Incorporation Registered Business Name Tax compliance VAT/PIN Certificate Financial capacity Firms experience (2) - Business Premises 10 Accessibility Size Compound security (3) Equipment/ Machinery 20 (4) Staff Qualification 20 (The personnel must be employed in field of their expertise to qualify for the respective weight score) 23

SECTION VII - GENERAL CONDITIONS OF CONTRACT 3.1 Definitions 3.1.1 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) (c) (d) (e) The Contract Price means the price payable to the tenderer under the Contract for the full and proper performance of its contractual obligations The Goods means all of the equipment, machinery, and/or other materials, which the tenderer is required to supply to the Procuring entity under the Contract. The Procuring entity means the organization purchasing the Goods under this Contract. The Tenderer means the individual or firm supplying the Goods under this Contract. 3.2 Application 3.2.1 These General Conditions shall apply in all Contracts made by the Procuring entity for the procurement installation and commissioning of equipment 3.3 Country of Origin 3.3.1 For purposes of this clause, Origin means the place where the Goods were mined, grown or produced. 3.3.2 The origin of Goods and Services is distinct from the nationality of the tenderer 3.4 Standards 3.4.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications. 3.5 Use of Contract Documents and Information 3.5.1 The tenderer shall not, without the Procuring entity s prior written consent, disclose the Contract, or any provision therefore, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the 24

Procuring entity in connection therewith, to any person other than a person employed by the tenderer in the performance of the Contract. 3.5.2 The tenderer shall not, without the Procuring entity s prior written consent, make use of any document or information enumerated in paragraph 3.5.1 above 3.5.3 Any document, other than the Contract itself, enumerated in paragraph 3.5.1 shall remain the property of the Procuring entity and shall be returned (all copies) to the Procuring entity on completion of the Tenderer s performance under the Contract if so required by the Procuring entity 3.6 Patent Rights 3.6.1 The tenderer shall indemnify the Procuring entity against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the Procuring entity s country 3.7 Inspection and Tests 3.7.1 The Procuring entity or its representative shall have the right to inspect and/or to test the goods 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 in the premises of the tenderer or its subcontractor(s), at point of delivery, and/or at the Goods final destination 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 goods fail to conform to the Specifications, the Procuring entity may reject the equipment, and the tenderer shall either replace the rejected equipment or make alternations necessary to make specification requirements free of costs to the Procuring entity. 3.7.4 The Procuring entity s right to inspect, test and where necessary, reject the goods after the Goods arrival shall in no way be limited or waived by reason of the equipment having previously been inspected, tested and passed by the Procuring entity or its representative prior to the equipment delivery. 3.7.5 Nothing in paragraph 3.8 shall in any way release the tenderer from any warranty or other obligations under this Contract. 25

3.8 Packing 3.8.1 The tenderer shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. 3.8.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract 3.9 Delivery and Documents 3.9.1 Delivery of the Goods shall be made by the tenderer in accordance with the terms specified by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract 3.10 Insurance 3.10.1 The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacturer or acquisition, transportation, storage, and delivery in the manner specified in the Special conditions of contract. 3.12 Payment 3.12.1 The method and conditions of payment to be made to the tenderer under this Contract shall be specified in Special Conditions of Contract 3.12.2 Payments shall be made promptly by the Procuring entity as specified in the contract 3.13 Prices 3.13.1 Prices for goods and services shall be quoted for on As and When is Required basis.. 3.14. Assignment 3.14.1 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 3.15 Subcontracts 3.15.1 The tenderer shall notify the Procuring entity in writing of all subcontracts awarded under this Contract if not already specified in the tender. Such notification, in the original tender or later, shall not relieve the tenderer from any liability or obligation under the Contract 3.16 Termination for default 3.16.1 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 26

(a) if the tenderer fails to deliver any or all of the goods within the periods) 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 3.16.2 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, equipment similar to those undelivered, and the tenderer shall be liable to the Procuring entity for any excess costs for such similar goods. 3.17 Liquidated Damages 3.17.1. If the tenderer fails to deliver any or all of the goods within the period(s) specified in the contract, the procuring entity shall, without prejudice to its other remedies under the contract, deduct from the contract prices liquidated damages sum equivalent to 0.5% of the delivered price of the delayed items up to a maximum deduction of 10% of the delayed goods. After this the tenderer may consider termination of the contract. 3.18 Resolution of Disputes 3.18.1 The procuring entity and the tenderer shall make every effort to resolve amicably by direct informal negotiation and disagreement or dispute arising between them under or in connection with the contract 3.18.2 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 adjudication in an agreed national or international forum, and/or international arbitration. 3.19 Language and Law 3.19.1 The language of the contract and the law governing the contract shall be English language and the Laws of Kenya respectively unless otherwise stated. 3.20 Force Majeure 3.20.1 The tenderer shall not be liable for forfeiture of its performance security or termination for default if and to the extent that it s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. 27

CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM 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. E mail. 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. 5. Date.. Signature of Candidate.. If a Kenya Citizen, indicate under Citizenship Details whether by Birth, Naturalization or registration. 28

SECTION VIII - DECLARATION I/We the undersigned hereby declare as follows: a. My/our signing of this application form implies acceptance of responsibility for the veracity and accuracy of all information submitted therein or therewith. b. The information given will be used by Ministry of Defence for the purpose of evaluating this application for pre-qualification. c. Any employer, consultant or banker, past or present, is hereby authorised and requested to provide information on the competence and general reputation of this firm if so requested by the Sub-branch. d. The Ministry is welcome to visit and physically inspect my/our establishment and works (contracts) executed, when it deems fit to do so, in order to verify the authenticity of the information given herein, or by our Referees, or obtained from any other source regarding our firm. e. Failure to complete any part of this application form, where applicable/appropriate and or failure to provide any of the relevant documentary evidence as stipulated in the form may result in not being prequalified. f. I/We accept to avail original documents in support of all copies attached for the purposes of verification when/if called upon to do so. Failure to avail any such original document when/if called upon to do so, either during the prequalification process or thereafter, will lead to automatic disqualification/revocation of the pre-qualification. g. The pre-qualification will remain valid for a period of one (1) years from the date of pre-qualification and may be extended for such other duration as may be prescribed, provided that the same may be revoked at any time. In case of any such revocation, Ministry of Defence will not be obliged to give any reason(s) for the revocation. h. My/our firm shall not be engaged in any acts of corruption/canvassing in whatever forms. Signed by.. (Name) in the capacity of (status in Firm) Date Signature.. Witness Signed by...(name) in the capacity of (General Status) Date Signature.. 29