OPEN NATIONAL TENDER DOCUMENT For

Similar documents
CHEMELIL SUGAR COMPANY LIMITED

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/ &

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

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

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

THE TECHNICAL UNIVERSITY OF KENYA

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

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

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

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

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

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

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

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

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

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

NATIONAL BIOSAFETY AUTHORITY

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

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

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

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

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

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

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

TENDER DOCUMENT FOR IFMIS NO

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

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

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

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

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

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

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

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE

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

NATIONAL OPEN TENDER

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES

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

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

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

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

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

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

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

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

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

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

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

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

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

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

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

Kenyatta National Hospital

EMBU UNIVERSITY COLLEGE

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

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

THE COUNTY ASSEMBLY OF KITUI

GDC/PM/OT/025/

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

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

STANDARD TENDER DOCUMENT

TENDER NO TCG/F&P/21/

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-FUEL

NATIONAL OIL CORPORATION OF KENYA

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

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

TANA WATER SERVICES BOARD

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

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

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

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

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

KENYA RAILWAYS CORPORATION

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

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

TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR DRY CARGO

KIBABII UNIVERSITY PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES. Tender No. KIBU/60/

TENDER DOCUMENT INTERNATIONAL COMPETITIVE BIDDING (ICB)

KENYA FOREST SERVICE PROVISION OF GROUP PERSONAL ACCIDENT INSURANCE COVER. Bid No. KFS/05/

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

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

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

PROVISION OF CAR TRACKING SERVICES

KWS/OT/SEC/05/ CLOSING DATE &TIME: KENYA WILDLIFE SERVICE P.O. BOX NAIROBI. website

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC

THE JUDICIARY. Tender Document. For SUPPLY AND DELIVERY OF ICT EQUIPMENTS COMPUTERS AND LAPTOPS

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

TENDER FOR UPGRADE OF MICROSOFT WINDOWS SERVER SOFTWARE & LICENSES (Open national Tender)

KENYA SCHOOL OF GOVERNMENT

Transcription:

OPEN NATIONAL TENDER DOCUMENT For SUPPLYOF CRUSHED POZZOLANA. TENDER NO. EAPCC/ 150,000 MT OF CRUSHED POZZOLANA/054/2015 EAST AFRICAN PORTLAND CEMENT COMPANY LIMITED Athi River off Namanga Rd. P.o. Box 20-00204, Athi River, Kenya. Tel: (254) 045-6620627, 6622777 (254) 020-39155000 Fax: (254) 045-6620406, 6622378

Table of Contents Section A Section B Section C Section D Section E Section F Section G Section H Section I Section J Section K TENDER NOTICE INVITATION FOR TENDERS GENERAL INFORMATION (INSTRUCTIONS TO TENDERERS) GENERAL CONDITIONS OF CONTRACT SPECIAL CONDITIONS OF CONTRACT SCHEDULE OF REQUIREMENTS TECHNICAL SPECIFICATIONS TENDER FORMS AND PRICE SCHEDULES TENDER SECURITY FORM CONTRACT FORM PERFORMANCE SECURITY FORM 2

Section A. Tender Notice EAST AFRICAN PORTLAND CEMENT COMPANY LIMITED TENDER NO. - EAPCC/ 150,000 MT OF CRUSHED POZZOLANA/054/ EAPCC FOR SUPPLY OF CRUSHED POZZOLANA The East African Portland Cement Company Limited invites Tenders from interested and eligible firms to Supply of approx. 150,000 MT+- 10% of Crushed Pozzolana. Tender document may be obtained from: THE SUPPLY CHAIN MANAGER, EAST AFRICAN PORTLAND CEMENT COMPANY LTD, P.O. Box 20-00204, Athi River, Kenya. EMAIL: abraham.kiproticho@eapcc.co.ke or ngala.oloitiptip@eapcc.co.ke Upon payment of nonrefundable fee of Kshs.1,000.00 per set of documents paid by a banker s cheque or cash payable to East African Portland Cement Co. Ltd. Completed Tender documents enclosed in plain, sealed envelopes, clearly marked Tender number EAPCC/15,000 MT CRUSHED POZZOLANA/054/2015, should be addressed and sent to: THE MANAGING DIRECTOR EAST AFRICAN PORTLAND CEMENT COMPANY LTD P.o. Box 20-00204, Athi River, Kenya. NAIROBI KENYA. or be deposited in the Tender Box in the reception Area of East African Portland Cement Company Headquarters Main Building, at Athi River off Namanga Road, so as to reach on or before Friday 10th July 2015, at 12 noon local time. Tenderers are required to submit together with the Tender, a Bind Bond Kshs.500, 000.00, issued by a reputable local Bank. (No Insurance Bid Bond Accepted) Tenders and bid Bonds should remain valid for 120 days from the closing date of the Tender. Tenderers or their representatives are free to attend the tender opening at the East African Portland Headquarters in the Custom Care at 12.00 noon on the closing date of the Tender, i.e. Friday 10th July 2015, at 12:00 noon local time. MANAGING DIRECTOR. 3

Invitation for Tenders To Date Dear Sir/Madam: Reference: SUPPLY OF 150,000MT CRUSHED POZZOLANA: TENDER NO. EAPCC/CRUSHED POZZOLANA/0--/ We hereby invite you and other tenderers to submit sealed tenders for the supply of approximately 150,000 MT +- 10% metric tonnes of CRUSHED POZZOLANA for a period of 1 year. Completed Tender documents enclosed in a plain, sealed envelope, clearly marked only: - Tender for the Supply of CRUSHED POZZOLANA Tender No: EAPCC/150,000 MT CRUSHED POZZOLANA/054/2015. Should be addressed and sent to: The Managing Director East African Portland Cement Company Ltd P.O0. Box 20-00204, Athi River, Kenya. NAIROBI Or be deposited in the Tender Box in the Customer Care of EAPCC Headquarters Main Building, at Athi River off Namanga Road, so as to reach him on or before 12:00 noon on the closing date Friday 10 th July 2015, local time. You are required to submit together with the Tender, a Bid Bond of KSH 500,000.00 by a reputable local Bank. The Tender and Bid Bond should remain valid for 120 days from the closing date of the Tender. Bidders or their representatives are free to attend the tender opening at the EAPCC Custom Care, EAPCC Headquarters, at Athi River off- Namanga Road at 12.00 noon on the closing date of the Tender, i.e. Friday 10 th July 2015, local time. All enquiries should be addressed to the Supply Chain Manager, P.O. Box 20-00204, Athi River, Kenya. Phone number, + 254 45-22777, 20627 Fax No. +254 45 20406, Email: abraham.kiprotich@eapcc.co.keor ngala.oloitiptip@eapcc.co.ke Yours faithfully, Kephar L. Tande MANAGING DIRECTOR EAST AFRICAN PORTLAND CEMENT COMPANY LIMITED. 4

Section C. General Information Introduction East African Portland Cement Company Ltd. invites sealed Tenders from eligible and qualified companies to supply approximately 150,000metric tons of Crushed Pozzolana to be supplied in 2015-16 financial year. DEFINITIONS Employer means East African Portland Cement Company Limited (The Employer) represented by the Managing Director. Tenderer means any eligible firm or company submitting a Tender in accordance with the instructions, conditions and specifications as set out in this Tender document. Prospective Tenderer means any firm or company, which has purchased a tender document. Tender Notice means the published tender advertisement. Deadline for submission of tenders means the time and date specified in the tender notice. 1. Eligible Tenderers 1.1 This Invitation for Tenders is open to all Tenderers eligible as described in the tender documents clause 12. Further, a) Be a mine operator or dealer in industrial minerals, evidence of which must be produced, b) Dealership must show evidence of source, c) Have legal capacity to enter the contract d) Not been insolvent in receivership bankrupt or being wound up, that their business have not been suspended and that are not subject of legal proceedings for any of the forgoing; e) That they have fulfilled their obligation to pay taxes and social security contributions evidence of which must be produced; f) That have not be involved in corrupt and fraudulent practices g) That all the information provided is accurate and not falsified. 2. Eligible Goods 2.1 The Crushed and Uncrushed pozzolana to be supplied under the contract shall meet the specifications set out in the employer s requirements contained in EAPCC Technical Specifications Form 3. Cost of Tendering 5

3.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and The Employer, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process. 3.2 Confidentiality All recipients of this tender document, whether or not they submit a tender, shall treat the content as private and confidential. The documents are the copyright of the Employer. All tenders and accompanying documents will be treated in the strictest confidence and no information shall be disclosed to any person who not part of the tender process The Tender Document 4 Contents 4.1 The tender document comprises the documents listed below and addenda issued in accordance with clause 6 of theses instructions to tenders. (i) Invitation for Tenders (ii) General information (iii) General Conditions of Contract (iv) Special Conditions of Contract (v) Schedule of Requirements (vi) Technical Specifications (vii) Tender Form and Price Schedules (viii) Tender Security Form (ix) Contract Form (x) Performance Security Form (xi) Producer s Authorization Form 4.2 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 Tenderer s risk and may result in the rejection of its tender. 6

5.Clarification of Documents 5.1 A Prospective Tenderer requiring any clarification of the tender document may notify the Employer in writing or by facsimile / e-mail at the address indicated in the Invitation for tenders. The Employer 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 company. Written copies of the Employer s 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. 6.Amendment of Documents 6.1 At any time prior to the deadline for submission of tenders, the Employer, 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 amendment. 6.2 All Prospective Tenderers that have received the tender documents will be notified of the amendment in writing or by facsimile/e-mail, not later than fourteen (14) days from the closing date and will be binding on them. Preparation of Tenders 7.Language of Tender 7.1 The tender prepared by the Tenderer, as well as all correspondence and documents relating to the tender exchanged by the Tenderer and the Employer, shall be written in English language. 8.Documents Comprising the Tender 8.1 The tender prepared by the Tenderer shall comprise the following components: (a) (b) (c) A Tender Form and a Price Schedule completed in accordance with paragraph 9, 10 and 11 below. Documentary evidence established in accordance with paragraph 12 that the Tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted; Documentary evidence established in accordance with paragraph 13 that the goods to be supplied by the Tenderer conform to the tender documents; and (d) Tender security furnished in accordance with paragraph 14 7

9.Tender Form 9.1 The Tenderer shall complete the Tender Form and the appropriate Price Schedule furnished in the tender documents, indicating the goods to be supplied, a brief description of the goods, their country of origin, quantity, and prices. 10.Tender Prices 10.1 The Tenderer shall indicate on the appropriate Price Schedule the unit prices and total tender price of the goods it proposes to supply under the contract. 10.2 Prices indicated on the Price Schedule shall be delivered Athi-River works. 10.3 Prices quoted by the Tenderer shall be fixed during the Tender s performance of the contract and not subject to variation on any account. A tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph 22. 11.Tender Currencies 11.1 Prices shall be quoted in Kenya Shillings. 12. Tenderers Eligibility This is pursuant to clause 1. 12.1 The Tenderer shall furnish, as part of its tender, documents establishing the Tenderer s eligibility to tender. 12.2 The documentary evidence of the Tenderer s qualifications to perform the contract if its tender is accepted shall be established to the Employer s satisfaction: (a) For Tenderers who mine the Crushed Pozzolana must provide evidence that they are capable by stating their capacity. (b) Relevant licenses to deal in industrial mineral. (c) That the tenderer has the financial capacity to perform the contract. (i) Provide evidence of financial capability to service the order or (ii) Provide audited/certified accounts for the last two years. (d) Must confirm and show proof that they have logistical arrangements to deliver the Crushed Pozzolana to EAPCC, Athi River, Off Namanga Road( provide signed contract with transporter and show evidence of trucks availability) 13. Goods Eligibility and Conformity to Tender Document. This is pursuant to clause 2. 8

13.1 The Tenderer shall furnish, as part of its tender, documentary evidence establishing the eligibility and conformity to the set specifications of the Crushed Pozzolana.(provide previous serviced order copies showing that they delivered Crushed Pozzolana conforming to employers specifications) 13.2 The documentary evidence of conformity of the Crushed Pozzolana to the tender documents may be in the form of literature, and data, and shall consist of: (a) A detailed description of the essential technical and performance characteristics of the Crushed Pozzolana; 14.Tender Security 14.1 The Tenderer shall furnish, as part of its tender, a tender security for the amount specified in the Invitation to tender. 14.2 The tender security is required to protect Employer against the risk of Tenderer s conduct which would warrant the security s forfeiture, pursuant to paragraph 14.7 14.3 The tender security shall be denominated in Kenya Shillings and shall be in the form of Bank guarantee issued by a reputable local or international bank located in Kenya or abroad and should be valid for one twenty (120) days from the closing date. 14.4 Any tender not secured in accordance with paragraph 14.1 and 14.3 will be rejected by the Employer as nonresponsive, pursuant to paragraph 22. 14.5 Unsuccessful Tenderer s tender security will be discharged or returned as promptly as possible as but not later than thirty (30) days after the expiration of the period of tender validity prescribed by the Employer. 14.6 The successful Tenderer s tender security will be discharged upon the Tenderer signing the contract, pursuant to paragraph 30, and furnishing the performance security, pursuant to paragraph 31. 14.7 The tender security may be forfeited: (a) (b) If a Tenderer withdraws its tender during the period of tender validity specified by the Employer on the Tender Form; or 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. 15. Validity of Tenders 15.1 Tenders shall remain valid for 120 days. 9

15.2 In exceptional circumstances, the Employer 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 14 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. 16.Format and Signing of Tender 16.1 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. Written power-ofattorney accompanying the tender shall indicate the latter authorization. The person or persons signing the tender shall initial all pages of the tender, except for unamended printed literature. 16.2 The tender shall have no interlineation, erasures, or overwriting except as necessary to correct errors made by the Tenderer, in which case such corrections shall be countersigned by the person or persons signing the tender. Submission of Tenders. 17.Sealing and Marking of Tenders 17.1 The Tenderers are advised to put the tender documents into one envelope comprising the following documents- Tenderer s profile, Bid Bond, Audited accounts, financial capability or financial support and statement of the delivery period, Form of Tender, payment terms, price schedule, bearing tender number and addressed to the Managing Director as indicated in the Tender Notice 17.2 The inner and outer envelopes shall: Be addressed to the MANAGING DIRECTOR, East African Portland Cement Company Ltd, P.O. Box 20-00204, Athi River, Kenya. and shall bear, SUPPLY OF 150,000MT OF CRUSHED POZZOLANA: TENDER NO. EAPCC/054/2015 and the words: DO NOT OPEN BEFORE, Friday 10th July 2015, at 12.00 noon local time. 17.3 The inner envelopes shall also bear the name and address of the Tenderer. 17.4 If the outer envelope is not sealed and marked as required by paragraph 17.2, the Employer will assume no responsibility for the tender s misplacement or premature opening. 10

18.Deadline for Submission of Tenders 18.1 Tenders must be received by the Employer at the address specified under paragraph 17.2 no later than12.00 noon on Friday 10th July 2015, local time. 18.2 The Employer 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 Employer and candidates previously subject to the deadline will thereafter be subject to the deadline as extended. 19.Modification and Withdrawal of Tenders 19.1 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 tenders, is received by the Employer prior to the deadline prescribed for submission of tenders. 19.2 The Tenderer s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph 17. A withdrawal notice may also be sent by facsimile or e-mail, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders. 19.3 No tender may be modified after the deadline for submission of tenders. 19.4 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 14.7. Opening and Evaluation of Tenders 20.Opening of Tenders 20.1 The Employer will open all tenders in the presence of Tenderers representatives who choose to attend, at 12.00 noon on Friday 10th July 2015, local time and in the following location: East African Portland Cement Company s Headquarters Customer care, Athi River, off- Namanga Road in the Custom care. The Tenderers representatives who are present shall sign a register evidencing their attendance. 20.2 This is a one envelope tender. On the opening date of the tender, Friday 10th July 2015, at 12:00 noon documents in the envelope will be opened. The names of the Tenderers will be read out, price per MT and the Bid Bond verified. Those who have not submitted the Bid Bond will be rejected. Technical evaluation will be carried out first and those who qualify after the technical evaluation will proceed to commercial evaluation. NOTE: The Employer is not bound to accept the Tender with the lowest price. 11

20.3 The Employer will prepare minutes of the tender opening. 21.Clarification of Tenders 21.1 To assist in the examination, evaluation and comparison of tenders the Employer 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. 21.2 Any effort by the Tenderer to influence the Employer in its tender evaluation, tender comparison or contract award decisions shall result in the disqualification of the Tenderers tender. 12

22.Preliminary Examination 22.1 The Employer will examine the tenders to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the tenders are generally in order. 22.2 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. This will be communicated to the Tenderer in writing. 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. 22.3 The Employer may waive any minor informality or non-conformity 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. 22.4 Prior to the detailed evaluation, pursuant to paragraph 23, the Employer 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 Employer s determination of a tender s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence. 22.5 If a tender is not substantially responsive, it will be rejected by the Employer and may not subsequently be made responsive by the Tenderer by correction of the nonconformity. 13

23.Evaluation and Comparison of Tenders Pursuant to paragraphs 1, 2, 12, 13 & 22 the evaluation criteria will focus on the following specifics. (a) Conformity to Specification (b) Capability and capacity.( Proof of equipment either leased or owned) i) financial ability(derived from certified financial accounts from the last two years i.e. 2013/2014) ii) Proof of logistical arrangements to deliver the Crushed Pozzolana to Factory, Athi River Works (Trucks availability or contract with a transporter. Bidders MUST show proof of ownership of lease with strong logistics providers.). iv) Delivery period,(tender Must show monthly capacity supported by delivery schedule) v) statutory requirements, vi) Price. 23.1 The Employer will evaluate and compare the tenders, which have been determined to be substantially responsive, pursuant to paragraph 22. 23.2 The Employer s evaluation of a tender will exclude and not take into account: (a)any allowance for price adjustment during the period of execution of the contract, if provided in the tender. 23.3 The comparison shall be for Crushed Pozzolana delivered to the Factory at Athi River Works. 23.4 Cost of Crushed Pozzolana. The price of Crushed Pozzolana quoted shall be in Kenya Shillings and unit price will be delivered Athi river works.. 24.Contacting the Procuring entity 24.1 Subject to paragraph 21, no Tenderer shall contact the Employer on any matter relating to its tender, from the time of the tender opening to the time the contract is awarded. 24.2 Any effort by a Tenderer to influence the Employer in its decisions on tender evaluation, tender comparison, or contract award shall result in the disqualification of the Tenderer s tender. 14

Award of Contract 25.Post-qualification 25.1 In the absence of pre-qualification, the Employer 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. The employer will visit the sites of the of those bidders who qualify for commercial evaluation to ascertain their ability to perform the contract. 25.2 The determination will take into account the Tenderer financial, technical, and logistical capabilities. It will be based upon an examination of the documentary evidence of the Tenderers qualifications submitted by the Tenderer, pursuant to paragraph 12.3, as well as such other information as the Employer deems necessary and appropriate. 25.3 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 Employer will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer s capabilities to perform satisfactorily. 26.Award Criteria 26.1 Subject to paragraph 10,23 and 28 the Employer will award the contract to the successful Tenderer(s) whose tender has been determined to be substantially responsive and has been determined to be the lowest evaluated and most competitive tender, provided further that the Tenderer is determined to be qualified to perform the contract satisfactorily.. 27.Procuring entity s Right to Vary quantities 27.1 The Employer reserves the right at the time of contract award to increase or decrease the quantity of goods originally specified in the Schedule of requirements without any change in unit price or other terms and conditions. 28.The Employer s Right to Accept or Reject Any or All Tenders 28.1 The Employer 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 Employer s action. 15

29.Notification of Award 29.1 Prior to the expiration of the period of tender validity, the Employer will notify the successful Tenderer in writing that its tender has been accepted. 29.2 The notification of award will constitute the formation of the Contract. 29.3 Upon the successful Tenderer s furnishing of the performance security pursuant to paragraph 31, the Employer will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph 14. 30. Signing of Contract 30.2 Within fourteen (14) days of receipt of the Contract Form, the successful Tenderer shall sign and date the contract and return it to the Employer. 31.Performance Security 31.1 Within seven (7) days of the receipt of notification of award from the Employer, 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 Employer. 31.2 Failure of the successful Tenderer to comply with the requirement of paragraph 30 or paragraph 31 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Employer may make the award to the next lowest evaluated Candidate or call for new tenders. 32.1 The Employer requires that Tenderers observe the highest standard of ethics during the procurement process and execution of contracts. In pursuant of this policy, the Employer: - (a) Defines, for the purposes of this provision, the terms set forth below as follows: (i) (ii) Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process ben.ego@eapcc.co.ke or in contract execution; and 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 Employer, 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 Employer of the benefits of free and open competition; (b) 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; 16

(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded any contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract. 32.2 Furthermore, Tenderers shall be aware of the provision stated in the General Conditions of Contract. Section D-General Conditions of Contract 1.Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) (b) (c) The Contract means the agreement entered into between the Employer 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. 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 the Crushed Pozzolana, which the Tenderer is required to supply to the Employer under the Contract. (d) (e) The Employer means East African Portland Cement Company Limited, the organization procuring the Crushed Pozzolana under this Contract. The Tenderer means the individual or firm supplying the Crushed and Uncrushed pozzolana under this Contract. 2.Application 2.1 These General Conditions shall apply in all Contracts made by the Employer Limited for the procurement of goods. 3.Country of Origin 3.1 For purposes of this Clause, origin means the place where the Goods were mined, grown, or produced. 3.2 The origin of Goods and Services is distinct from the nationality of the Tenderer. 17

4.Standards EAST AFRICAN PORTLAND CEMENT COMPANY LIMITED 4.1 The Crushed Pozzolana supplied under this Contract shall conform to the standards mentioned in the Technical Specifications. 5.Use of Contract Documents and Information 5.1 The Candidate shall not, without the Employer s prior written consent, disclose the Contract, or any provision thereof, or specification, sample, or information furnished by or on behalf of the Employer in connection therewith, to any person other than a person employed by the Tenderer in the performance of the Contract. 5.2 The Tenderer shall not, without the Employer s prior written consent, make use of any document or information enumerated in paragraph 5.1 above. 5.3 Any document, other than the Contract itself, enumerated in paragraph 5.1 shall remain the property of the Employer and shall be returned (all copies) to the Employer on completion of the Tenderer s performance under the Contract if so required by the Employer. 6.Patent Rights 6.1 The Tenderer shall indemnify the Employer against all third-party claims of infringement of patent, or trademark rights arising from use of the Crushed Pozzolana or any part thereof in Kenya. 7.Performance Security 7.1 Within thirty (30) days of receipt of the notification of Contract award, the successful Tenderer shall furnish to the Employer the performance security in the amount specified in Special Conditions of Contract. 7.2 The proceeds of the performance security shall be payable to the Employer as compensation for any loss resulting from the Tenderer s failure to complete its obligations under the Contract. 7.3 The performance security shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Employer and shall be in the form of a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in Kenya. 7.4 The performance security will be discharged by the Employer and returned to the Candidate not later than thirty (30) days following the date of completion of the Tenderer s performance obligations under the Contract, including any warranty obligations, under the Contract. 18

8.Inspection and Tests 8.1 The Employer or its representative shall have the right to inspect and/or to test the Crushed pozzolana to confirm their conformity to the Contract specifications. The Employer shall notify the Tenderer in writing, in a timely manner, of the identity of any representatives retained for these purposes. 8.2 The inspections and tests may be conducted on the premises of the Tenderer or its subcontractor(s), at point of delivery, and/or at the Crushed Pozzolana final destination. If conducted on the premises of the Tenderer or its subcontractor(s), all reasonable facilities and assistance, including access to production data, shall be furnished to the inspectors at no charge to the Employer. 8.3 Should any inspected or tested Crushed Pozzolana fail to conform to the Specifications, the Employer may reject the Crushed Pozzolana, and the Tenderer shall either replace the rejected Crushed Pozzolana or make alterations necessary to meet specification requirements free of cost to the Employer. 8.4 The Employer s right to inspect, test and, where necessary, reject the Crushed Pozzolana after its arrival shall in no way be limited or waived by reason of the Pozzolana having previously been inspected, tested, and passed by the Employer or its representative prior to its delivery. 8.5 Nothing in paragraph 8 shall in any way release the Tenderer from any warranty or other obligations under this Contract. 9.Packing 9.1 The Tenderer shall provide such packing of the Crushed Pozzolana as is required to prevent its damage or deterioration during transit to the point of discharge or final destination as indicated in the contract. 10.Delivery and Documents 10.1 Delivery of the Crushed Pozzolana shall be made by the Tenderer in accordance with the terms specified by The Employer in its Schedule of Requirements and the Special Conditions of Contract 19

11. Insurance 11.1 The Crushed Pozzolana supplied under the Contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery in the manner specified in the Special conditions of contract 12.Payment 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. 12.2 Payments shall be made promptly 21 days after presentation of invoices. 13.Prices 13.1 Prices charged by the Tenderer for Crushed Pozzolana delivered under the Contract shall not, with the exception of any price adjustments authorized in Special Conditions of Contract, vary from the prices by the Tenderer in its tender. 14.Assignment 14.1 The Tenderer shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Employer s prior written consent. 15.Subcontracts 15.1 The Tenderer shall notify the Employer 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. 16.Termination for Default 16.1 The Employer 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) (b) If the Tenderer fails to deliver any or all of the Crushed Pozzolana within the period(s) specified in the Contract, or within any extension thereof granted by the Employer. If the Tenderer fails to perform any other obligation(s) under the Contract. 20

(c) If the Tenderer, in the judgment of the Employer has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. 16.2 In the event the Employer terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, Crushed Pozzolana similar to those undelivered, and the Tenderer shall be liable to the Employer for any excess costs for such similar Crushed Pozzolana. 17. Liquidated Damages 17.1 If the Tenderer fails to deliver any or all of the Crushed Pozzolana within the period(s) specified in the contract, the Employer shall, without prejudice to its other remedies under the contract, deduct from the contract prices liquidated damages sum equivalent to 10 % of the delivered price of the delayed goods. 18.Resolution of Disputes 18.1 The Employer and the Tenderer shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract. 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. 19.Language and Law 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. 20.Force Majeure 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. 21

Section E. Special Conditions of Contract 1. Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract as indicated below: A. Mode of payments will be through EFT 21 days of invoices after presentation of bi-weekly invoice. The invoice amount is against weighbridge tickets at the point of receipt in Athi River Works. B. Technical specification has to be fully complied to prior to commercial considerations. C. Performance Bond will be 10% of the tender sum for the 2 year period and must be provided after award failure to which will lead to cancellation of the contract. NB: All bidders are required to confirm that they will comply with the above special conditions Tenderer s Name Designation Signature Date.. Witness s Name Designation Signature.Date.. Company s seal.. P.O. Box

2. TENDER QUALIFICATION AND AWARD Mandatory Requirements (MR) The following mandatory requirements must be met notwithstanding other requirements in the documents: No Requirements Tenderer s Response MR 1 Certified copy of tenderer s Incorporation Documents. MR 2 Provide copy of the company s current Certificate of Tax Compliance MR 3 Deliver your tender in a plain sealed envelope in the manner prescribed in the letter of invitation to the Tenderers MR 4 Provide bid bond /Tender Security of Kshs 500,000 (one million) from a reputable Kenyan Bank approved by PPOA or international Bank Please indicate on the tenderer s response column the compliance with each of the requirements. ie indicate whether the documents required have been attached or not. Note: Tenderers who do not comply shall be disqualified 23

A. Technical Evaluation Criteria CRITERIA 1 Must have past experience of mining and supplying large manufacturing set up with CRUSHED POZZOLANA. (capability & capacity as demonstrated by mining experience, previous orders/ contract, list of supplier with reference letters) 2 Must show proof of equipment s for mining Crushed Pozzolana or any other related mineral (at least a crusher either mobile or static, excavator, loader & drilling rig) shown in the table below under technical specifications 3 Must give clear indication of the existing site of operation which can easily be confirmed. Due diligence to ascertain MUST be done site to be done. 4 Must show proof of financial capability to sustain the supply to the satisfaction of EAPCC requirement. 5 Should have requisite permits for mining and supply of Pozzolana (council permit, blasting permit from relevant government authorities) SCORE 15 20 10 15 10 6 Bidders to show safety policy and MUST sign acceptance 15 that they will comply with employers Safety procedures at all and will attend induction before engagement. This should be in bidder s letter head. See Technical specifications below for the form 7 Proof of existing mode of transport for delivery or contract 15 for the same from past accomplishment is required. (Attach log book copies or contract with firm with fleet which can be verified) TOTAL 100 Bidders MUST attain at least 80% on this section to be allowed to proceed for commercial evaluation where the lowest bidder and the favorable terms of payment shall be considered for award. 24

Commercial Evaluation Criteria Basis Criteria Score A. Price schedule I. Price 10 II. Payment terms indicated 10 Total Score 20 25

Section F. Schedule of Requirements Description: 150,000MT CRUSHED POZZOLANA Quantity: Approximately 150,000 MT+- 10% Metric tons for 2015/16 FY Delivery Schedule: Approximately: 600 MT per day 26

Section G. Technical Specifications GENERAL 1. These specifications describe the basic requirements for supply of bulk Crushed Pozzolana. Tenderers must submit with their offers the detailed specifications. The Employer reserves the right to reject the supply services if deviations shall be found critical to the supply of the product. 2. The successful tenderer shall provide the required equipment, fuel, and operators and provide all the maintenance needs to effectively support the production and supply of required quantities at his own cost. 3. Tenderers must indicate on the specifications sheets by signing whether the crushed & uncrushed Pozzolana offered comply with each specified requirement. 4 The following shall form the minimum logistical requirements. Equipment Capacity No. Remarks Tipper Trailer trucks 30 tons capacity 10 Material haulage from quarry to factory Excavator 20 tons 2 Crusher feeder Front End Loader 5m3 1 Loading trucks Drilling rig n/a 1 Drilling and blasting Dozer 20 tons 1 Overburden work Mobile / static crusher To match rig 1 Material crushing 5. The Tenderers are requested to present information along with their offers as follows: Information on proper representative, including their names and addresses. 6 The successful tenderer shall be expected to fully comply with East African Portland Cement co.ltd, Safety, Health & Environment (SHE) management system and policies. 7 The successful tenderer shall provide the services on the days and at the times specified below: Monday Friday: 6.00 am 6.00 pm Saturdays, 6.00 am 12 noon. Sundays and Public Holidays: As notified by the Company in writing from time to time. Tenderer s Name Designation Signature Date.. Witness s Name Designation Signature.Date.. Company s seal..

P.O. Box EAPCC TECHNICAL SPECIFICATIONS FORM THE EAST AFRICAN PORTLAND CEMENT COMPANY LIMITED CRUSHED POZZOLANA QUALITY SPECIFICATIONS Pozzolana shall be shall be used as source of reactive silica in cement grinding. East African Portland Cement Company shall procure pozzolana that conforms to the following minimum quality parameters: 1.0 Physical Properties Size: Crushed pozzolana 20% max on 30 mm sieve Moisture: The water content shall not exceed 8% and a maximum of 12% during the raining season. 2.0 Chemical Properties The sum of silicate, Aluminate and iron (SiO2+Al2O3+Fe2O3) shall not be less than 70%. I.R shall be greater than 85% Confirm compliance to the specifications Tenderer s Name Designation Signature Date.. Witness s Name Designation Signature.Date.. Company s seal.. P.O. Box 28

Section H. Tender Form and Price Schedules (i) Form of Tender To: East African Portland Cement Co. Ltd P. o. Box 20-00204, Athi River, Kenya. Gentlemen and/or Ladies: Date: Tender N o : 1. Having examined the tender documents including Addenda Nos... [Insert numbers], The receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver. [Description of goods] In conformity with the said tender documents for the sum of Kshs per ton [Total tender amount in figures] [in words ] for Crushed Pozzolana 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 deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. 3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to percent of the Contract Price for the due performance of the Contract, in the form prescribed by (Employer). 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. 6. We understand that you are not bound to accept the lowest or any tender you may receive. Dated this day of 20. [Signature] [In the capacity of] Duly authorized to sign tender for and on behalf of 29

(ii) EAPCC PRICE SCHEDULE FOR CRUSHED POZZOLANA Name of tenderer Tender Number. Page of. Currency Quoted : Kshs 1 2 3 4 5 6 Item Description As per specifications Country of origin Quantity 1 Crushed pozzolana Kenya 150,000 Unit price (per ton) At source Total price per item Unite price incl. Transport Tenderer s Name Designation..Signature Date Witness s Name Designation.Signature Date Company s Seal/ Stamp. Note: In case of discrepancy between unit price and total, the unit price shall prevail. Unit price should include cost of Crushed Pozzolana, delivered to EAPCC, Athi River Works. Refer to section 23 Evaluation and Comparison of Tenders. 30

Section I. Tender Security Form Whereas. [Name of the tenderer] (Hereinafter called the tenderer ) has submitted its tender dated. [Date of submission of tender] for the supply of.. [Name and/or description of the goods] (Hereinafter called the Tender ).. KNOW ALL PEOPLE by these presents that WE. Of.. Having our registered office at (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 Employer during the period of tender validity: (a) (b) Fails or refuses to execute the Contract Form, if required; or Fails or refuses to furnish the performance security, in accordance with the Instructions to Tenderers; We undertake to pay to the Employer up to the above amount upon receipt of its first written demand, without the Employer having to substantiate its demand, provided that in its demand the Employer will note that the amount 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] 31

Section J. Performance Security Form (This is the format of the performance security which shall be provided by the successful Tenderer and is for information only). To: [Name of procuring entity] WHEREAS.. [Name of Tenderer] (Hereinafter called the Tenderer ) has undertaken, in pursuance of Contract No. [reference number of the contract] dated 20 to supply... [Description of goods] (Hereinafter called the Contract ). AND WHEREAS it has 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] 32