department of agriculture, livestock and fisheries …
TRANSCRIPT
This project is
co-funded by
the
EuropeanUnio
n
COUNTY GOVERNMENT OF MIGORI
DEPARTMENT OF AGRICULTURE, LIVESTOCK AND FISHERIES DEVELOPMENT
TENDER NAME:
THE PROPOSED DESIGN, MANUFACTURE, SUPPLY, DELIVERY, INSTALLATION AND
COMMISSIONING OFSWEET POTATO PROCESSING PLANT FOR COUNTY
GOVERNMENT OF MIGORI
TENDER NO.
TENDER NO: CGM/EU/AGR/162/2020-2021
3rdMARCH, 2021
2
SECTION I – INVITATION TO TENDER
TENDER NO: CGM/EU/AGR/162/2020-2021
THE PROPOSED DESIGN, MANUFACTURE, SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING
OF SWEET POTATO PROCESSING PLANT
1.1. The County Government of Migori, here and in subsequent sections referred to as the procuring entity in
partnership with European Union (EU) now invites sealed Tenders from eligible candidates for the
Design, Manufacture, Supply, Delivery, Installation and Commissioning of Sweet Potato Processing Plant
in the Migori County. The tender is an International Open Tender. The suppliers must adhere to the
Rules of Origin as laid down in Annex IV of the Cotonou Agreement as revised by DECISION No/2014
of the ACP-EU COUNCIL OF MINISTERS OF 20th June, 2014 (2014/428/EU);
1.2. Interested and eligible candidates may obtain further information and inspect Tender Documents and the
Specifications at County Government of Migori Headquarters, Supply Chain Management Offices,
Located at the Migori County Government Head Quarters, during normal working hours from (8.00am
to 5pm) Monday to Friday.
Tender document can be obtained upon payment of non refundable fee of Ksh.1000 or can be
downloaded from the county web-portal www.migori.go.ke and the National government tenders web-
portal www.tenders.go.ke free of charge;
1.3. Prices quoted should be net inclusive of all taxes, must be in Kenya shillings and shall remain valid for a
period 120 days from the deadline of submission of the tender.
1.4. Completed tender documents in plain sealed envelopes bearing no indication of the name of the firm
tendering with the tender number and name clearly marked on top should be addressed to:
THE ACCOUNTING OFFICER
COUNTY GOVERNMENT OF MIGORI
P.O BOX 195-40400 SUNA-MIGORI
and to be deposited in the Tender Box provided at the entrance to the Supply Chain Management
Offices, County Headquarters, so as to be received on or before 6th April, 2021, at 10.00am. Tenders will
be opened immediately thereafter in the presence of the candidates or their representatives who choose
to attend at the Procurement Office.
1.5. Tenderers may request for clarifications via email to [email protected] and in line with lines
2.5 under clause Section II - Instructions to Tenderers.
3
SECTION II – INSTRUCTIONS TO TENDERERS
2.1 Eligible Tenderers
2.1.1 This Invitation for Tenders is open to all tenderers eligible as described in the Appendix to
Instructions to Tenderers. Successful tenderers shall complete the supply, install and
commissioning of the equipment by the intended completion date specified in the tender
documents.
2.1.2 The procuring entity’s employees, committee members, board members and their relative
(spouse and children) are not eligible to participate in the tender unless where specially allowed
under section 131 of the Act.
2.1.3 Tenderers shall provide the qualification information statement that the tenderer (including all
members of a joint venture and subcontractors) is not associated, or have been associated in the
past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the
Procuring entity to provide consulting services for the preparation of the design, specifications,
and other documents to be used for the procurement of the goods under this Invitation for
tenders.
2.1.4 Tenderers involved in corrupt or fraudulent practices or debarred from participating in public
procurement shall not be eligible.
2.2 Eligible Equipment
2.2.1 All equipment to be supplied and installed under the contract shall have their origin in eligible
source countries.
2.2.2 For purposes of this clause, “origin” means the place where the equipment(s) are produced.
Goods are produced when, through manufacturing, processing, or substantial and major
assembly of components, a commercially-recognized product results that is substantially different
in basic characteristics or in purpose or utility from its components
2.2.3 The origin of equipment is distinct from the nationality of the tenderer and shall be treated thus
in the evaluation of the tender.
2.3 Cost of Tendering
2.2.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and
the procuring entity, will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the tendering process.
2.2.2 The price to be charged for the tender document shall not exceed Ksh 1,000
2.2.3 The procuring entity shall allow the tenderer to review the tender document free of charge
before purchase.
4
2.4 Contents of Tender Document
2.4.1 The tender document comprises the documents listed below and addenda issued in accordance
with clause 2.6 of these instructions to tenderers
(i) Invitation to Tender
(ii) Instructions to Tenderers
(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) Bank Guarantee for Advance Payment Form
(xii) Manufacturer’s Authorization Form
(xiii) Confidential Business Questionnaire Form
(xiv) Declaration form
(xv) Request for Review Form
2.4.2 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 tenderers risk and may result in the rejection of its tender.
2.5 Clarification of Tender Documents
2.4.3 A prospective tenderersmaking inquiries of the tender documents may notify the Procuring entity
in writing or by post at the entity’s address indicated in the invitation for tenders. The Procuring
entity will respond in writing to any request for clarification of the tender documents, which it
receives 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.
2.5.1. 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.
2.6 Amendment of Tender Documents
2.6.1 At any time prior to the deadline for submission of tender, the procuring entity, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective tenderer,
may modify the tender documents by issuing an addendum.
2.6.2 All prospective tenderers that have obtained the tender documents will be notified of the
amendment in writing or by post and will be binding on them.
5
2.6.3 In order to allow prospective tenderers reasonable time in which to take the amendment into
account in preparing their tenders, the Procuring entity, at its discretion, may extend the deadline
for the submission of tenders.
2.7 Language of Tender
2.7.1 The tender prepared by the tenderer, as well as all correspondence and documents relating to the
tender exchange by the tenderer and the Procuring entity, shall be written in English language,
provided that any printed literature furnished by the tenderer may be written in another
language provided they are accompanied by an accurate English translation of the relevant
passages in which case, for purposes of interpretation of the tender, the English translation shall
govern.
2.8 Documents Comprising the Tender
2.8.1 The tender prepared by the tenderers shall comprise the following components.
(a) a Tender Form and a Price Schedule completed in accordance with paragraph 2.9, 2.10 and
2.11 below
(b) documentary evidence established in accordance with paragraph 2.12 that the tenderer is
eligible to tender and is qualified to perform the contract if its tender is accepted;
(c) documentary evidence established in accordance with paragraph 2.13 that the goods and
ancillary services to be supplied by the tenderer are eligible goods and services and conform
to the tender documents; and
(d) tender security furnished in accordance with paragraph 2.14
(e) Confidential Business Questionnaire
2.9 Tender Form
2.9.1 The tenderer shall complete the Form of Tender and the appropriate Price Schedule furnished in
the tender documents, indicating the equipment to be supplied, installed and commissioned and
a brief description of the equipment, their country of origin, quantity, and prices.
2.10 Tender Prices
2.10.1 The tenderer shall indicate on the appropriate Price Schedule the unit prices where applicable
and total tender price of the equipment and installation it proposes to supply under the
contract.
2.10.2 Prices indicated on the Price Schedule shall be entered separately in the following manner:
(i) the price of the equipment quoted EXW (ex works, ex factory, ex warehouse, ex showroom,
or off-the-shelf, as applicable), including all customs duties and sales and other taxes already
paid or payable:
(ii) charges for inland transportation, insurance, and other local costs incidental to delivery of
the goods to their final destination; and
(iii) installation charges shall also be indicated separately for each equipment
6
2.10.3 Prices quoted by the tender shall remain fixed during the Tender’s performance of the contract.
A tender submitted with an adjustable price quotation will be treated as non-responsive and will
be rejected, pursuant to paragraph 2.22 unless otherwise agreed by the parties.
2.11 Tender Currencies
2.11.1 Prices shall be quoted in the following currencies:
(a) For equipment that the tenderer will supply from within Kenya, the prices shall be quoted in
Kenya Shillings; and
(b) For equipment that the tenderer will supply from outside Kenya, the prices may be quoted
in US Dollars or in another freely convertible currency.
(c) Cost of installation and commissioning will be in Kenya Shillings.
2.12 Tenderers Eligibility and Qualifications
2.12.1 Pursuant to paragraph 2.1. the tenderers shall furnish, as part of its tender, documents establishing
the tenderers eligibility to tender and its qualifications to perform the contract if its tender is
accepted.
2.12.2 The documentary evidence of the tenderers eligibility to tender shall establish to the Procuring
entity’s satisfaction that the tenderer, at the time of submission of its tender, is from an eligible
source country as defined under paragraph 2.1
2.12.3 The documentary evidence of the tenderes qualifications to perform the contract if its tender is
accepted shall establish to the Procuring entity’s satisfaction;
(a) that, in the case of a tenderer offering to supply equipment under the contract which the
tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized
by the equipment, Manufacturer or producer to supply the equipment
(b) that the tenderer has the financial, technical, and production capability necessary to perform
the contract;
(c) that, in the case of a tenderer not doing business within Kenya, the tenderer is or will be (if
awarded the contract) represented by an Agent in Kenya equipped, and able to carry out
the Tenderer’s maintenance, repair, and spare parts-stocking obligations prescribed in the
Conditions of Contract and/or Technical Specifications.
2.13 Goods Eligibility and Conformity to Tender Document
2.13.1 Pursuant paragraph 2.2 of this section, the tenderer shall furnish, as part of its tender documents
establishing the eligibility and conformity to the tender documents of all equipment which the
tenderer proposes to supply under the contract
2.13.2 The documentary evidence of the eligibility of the goods shall consist of statement in the Price
Schedule of the country of origin of the goods and services offered which shall be confirmed by a
certificate of origin issued at the time of shipment.
2.13.3 The documentary evidence of conformity of the equipment to the tender documents may be in
the form of literature, drawings, and data, and shall consist of:
(a) a detailed description of the essential technical and performance characteristic of the
equipment
7
(b) a list giving full particulars, including available source and current prices of spare parts,
special tools, etc., necessary for the proper and continuing functioning of the equipment for
a period of two (2) years, following commencement of the use of the equipment by the
Procuring entity; and
(c) a clause-by-clause commentary on the Procuring entity’s Technical Specifications
demonstrating substantial responsiveness of the goods and service to those specifications, or
a statement of deviations and exceptions to the provisions of the Technical Specifications.
2.13.4 For purposes of the commentary to be furnished pursuant to paragraph 2.13.3(c ) above, the
tenderer shall note that standards for workmanship, material, and equipment, as well as
references to brand names or catalogue numbers designated by the Procurement entity in its
Technical Specifications, are intended to be descriptive only and not restrictive. The tenderer
may substitute alternative standards, brand names, and/or catalogue numbers in its tender,
provided that it demonstrates to the Procurement entity’s satisfaction that the substitutions ensure
substantial equivalence to those designated in the Technical Specifications.
2.14 Tender Security
2.14.1 The tenderer shall furnish, as part of its tender, a tender security for the amount and form
specified in the Appendix to Instructions to Tenderers.
2.14.2 The tender security shall be in the amount not exceeding 2 percent of the tender price.
2.14.3 The tender security is required to protect the Procuring entity against the risk of Tenderer’s
conduct which would warrant the security’s forfeiture, pursuant to paragraph 2.14.7
2.14.4 The tender security shall be denominated in Kenya Shillings or in another freely convertible
currency, and shall be in the form of
a) Cash
b) A bank guarantee
c) Such insurance guarantee approved by the Authority
d) Letter of credit.
2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and 2.14.3 will be rejected by the
Procuring entity as non responsive, pursuant to paragraph 2.22
2.14.6 Unsuccessful Tenderer’s tender security will be discharged or returned as promptly as possible but
not later than thirty (30) days after the expiration of the period of tender validity prescribed by
the Procuring entity.
2.14.7 The successful Tenderer’s tender security will be discharged upon the tenderer signing the
contract, pursuant to paragraph 2.27 and furnishing the performance security, pursuant to
paragraph 2.28
2.14.8 The tender security may be forfeited:
a) if a tenderer withdraws its tender during the period of tender validity specified by the procuring
entity on the Tender Form; or
b) in the case of a successful tenderer, if the tenderer fails:
8
i) to sign the contract in accordance with paragraph 2.27or
ii) to furnish performance security in accordance with paragraph 2.28
c) If the tenderer rejects correction of an arithmetic error in the tender.
2.15 Validity of Tenders
2.15.1 Tenders shall remain valid for 120 days or as specified in the tender documents after date of
tender opening prescribed by the Procuring entity, pursuant to paragraph 2.20. A tender valid
for a shorter period shall be rejected by the Procuring entity as non responsive.
2.15.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s consent to an
extension of the period of validity. The request and the responses thereto shall be made in
writing. The tender security provided under paragraph 2.14 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.
2.16 Format and Signing of Tender
2.15.1 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.
2.15.2 The original and all copies of the tender shall be typed or written in indelible ink and shall be
signed by the tenderer or a person or persons duly authorized to bind the tenderer to the
contract. All pages of the tender, except for unamended printed literature, shall be initialed by
the person or persons signing the tender.
2.15.3 The tender shall have no interlineations, erasures, or overwriting except as necessary to correct
errors made by the tenderer, in which case such corrections shall be initialed by the person or
persons signing the tender.
2.17 Sealing and Marking of Tenders
2.17.1 The Tenderer shall seal the original and each copy of the tender in separate envelopes, duly
marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an
outer envelope.
2.17.2 The inner and outer envelopes shall:
a) be addressed to the Procuring entity at the address given on he Invitation to Tender.
b) bear the tender number and name in the Invitation to Tender and the words “DO NOT
OPEN BEFORE Tuesday, 6thApril 2021 at time of closing
2.17.3 The inner envelopes shall also indicate the name and address of the tenderer to enable the tender
to be returned unopened in case it is declared “lte”.
2.17.4 If the outer envelope is not sealed and marked as required by paragraph 2.17.2, the Procuring
entity will assume no responsibility for the tender’s misplacement or premature opening.
2.18 Deadline for Submission of Tenders
9
2.18.1 Tenders must be received by the Procuring entity at the address specified under paragraph 2.17.2
not later than 6th April 2021 at 10.00 am
2.18.2 The Procuring entity may, at its discretion, extend this deadline for the submission of tenders by
amending the tender documents in accordance with paragraph 2.6, in which case all rights and
obligations of the Procuring entity and candidates previously subject to the deadline will
therefore be subject to the deadline as extended
2.18.3 Bulky tenders which will not fit in the tender box shall be received by the procuring entity as
provided for in the Appendix.
2.19 Modification and Withdrawal of Tenders
2.19.1 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 Procuring entity prior to the deadline prescribed for submission of tenders.
2.19.2 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.
2.19.3 No tender may be modified after the deadline for submission of tenders.
2.19.4 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 2.14.7
2.20 Opening of Tenders
2.20.1 The Procuring entity will open all tenders in the presence of tenderers’ representatives who
choose to attend, on 6th April 2021 at 10.00 amat the Procurement Pool Office located at
Supply Chain Management Offices, County Treasury Block
The tenderers’ representatives who are present shall sign a tender opening register evidencing
their attendance.
2.20.2 The tenderers’ names, tender modifications or withdrawals, tender prices, discounts and the
presence or absence of requisite tender security and such other details as the Procuring entity, at
its discretion, may consider appropriate, will be announced at the opening.
2.20.3 The Procuring entity will prepare minutes of the tender opening.
2.21 Clarification of Tenders
2.21.1 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
10
the response shall be in writing, and no change in the prices or substance of the tender shall be
sought, offered, or permitted.
2.21.2 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.
2.22 Preliminary Examination and Responsiveness
2.22.1 The Procuring entity 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.
2.22.2 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. If the candidate does not accept the
correction of the errors, its tender will be rejected, and its tender security may be forfeited. If
there is a discrepancy between words and figures the amount in words will prevail
2.22.3 The Procuring entity 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.
2.22.4 Prior to the detailed evaluation, pursuant to paragraph 2.23 the Procuring entity will determine
the substantial responsiveness of each tender to the tender documents. For purposes of these
paragraphs, a substantially responsive tender is one, which conforms to all the terms and
conditions of the tender documents without material deviations. The Procuring entity’s
determination of a tender’s responsiveness is to be based on the contents of the tender itself
without recourse to extrinsic evidence.
2.22.5 If a tender is not substantially responsive, it will be rejected by the Procuring entity and may not
subsequently be made responsive by the tenderer by correction of the non conformity.
2.23 Conversion to Single Currency
2.23.1 Where other currencies are used, the Procuring Entity will convert those currencies to Kenya
Shillings using the selling exchange rate on the date of tender closing provided by the Central
Bank of Kenya.
2.24 Evaluation and Comparison of Tenders
2.24.1 The Procuring entity will evaluate and compare the tenders which have been determined to be
substantially responsive, pursuant to paragraph 2.22
2.24.2 The Procuring entity’s evaluation of a tender will exclude and not take into account
(a) in the case of equipment manufactured in Kenya or equipment of foreign origin already
located in Kenya, sales and other similar taxes, which will be payable on the goods if a
contract is awarded to the tenderer; and
11
(b) any allowance for price adjustment during the period of execution of the contract, if
provided in the tender.
2.24.3 The comparison shall be of the ex-factory/ex-warehouse/off-the-shelf price of the goods offered
from within Kenya, such price to include all costs, as well as duties and taxes paid or payable on
components and raw material incorporated or to be incorporated in the goods.
2.24.4 The Procuring entity’s evaluation of a tender will take into account, in addition to the tender
price and the price of incidental services, the following factors, in the manner and to the extent
indicated in paragraph 2.23.5 and in the technical specifications:
(a) delivery and installation schedule offered in the tender;
(b) deviations in payment schedule from the specifications in the Special Conditions of Contract;
(c) the cost of components, mandatory spare parts and service;
(d) the availability in Kenya of spare parts and after-sales service for the equipment offered in the
tender;
2.24.5 Pursuant to paragraph 2.24.4 the following evaluation methods will be applied
(a) Delivery schedule
(i) The Procuring entity requires that the equipment under the Invitation for Tenders shall be
delivered at the time specified in the Schedule of Requirements. Tenders offering
deliveries longer than the procuring entity’s required delivery time will be treated as non-
responsive and rejected.
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment of schedule outlined in the special
conditions of contract. Tenders will be evaluated on the basis of this base price. Tenderers
are, however, permitted to state an alternative payment schedule and indicate the reduction
in tender price they wish to offer for such alternative payment schedule. The Procuring entity
may consider the alternative payment schedule offered by the selected tenderer.
(c) Spare parts and after sales service facilities
Tenderers must offer items with service and spare parts back-up. Documentary evidence and
locations of such back-up must be given. Where a tenderer offers items without such back-up
in the country, he must give a documentary evidence and assurance that he will establish
adequate back-up for items supplied.
2.24.6 The tender evaluation committee shall evaluate the tender within 30 days of the validity period
from the date of opening the tender.
2.24.7 Preference where allowed in the evaluation of tenders shall not exceed 15%
2.25 Contacting the Procuring Entity
2.25.1 Subject to paragraph 2.21 no tenderer shall contact the Procuring entity on any matter related to
its tender, from the time of the tender opening to the time the contract is awarded.
2.25.2 Any effort by a tenderer to influence the Procuring entity in its decisions on tender, evaluation,
tender comparison, or contract award may result in the rejection of the Tenderer’s tender.
12
2.26 Award of Contract
(a) Post-Qualification
2.26.1 In the absence of pre-qualification, the Procuring entity will determine to its satisfaction whether
the tenderer that is selected as having submitted the lowest evaluated responsive tender is
qualified to perform the contract satisfactorily.
2.26.2 The determination will take into account the tenderer financial, technical, and production
capabilities. It will be based upon an examination of the documentary evidence of the tenderers
qualifications submitted by the tenderer, pursuant to paragraph 2.12.3 as well as such other
information as the Procuring entity deems necessary and appropriate.
2.26.3 An affirmative determination will be a prerequisite for award of the contract to the tenderer. A
negative determination will result in rejection of the Tenderer’s tender, in which event the
Procuring entity will proceed to the next lowest evaluated tender to make a similar
determination of that Tenderer’s capabilities to perform satisfactorily.
(b) Award Criteria
2.26.4 The Procuring entity 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
tender, provided further that the tenderer is determined to be qualified to perform the contract
satisfactorily.
2.26.5 To qualify for contract awards, the tenderer shall have the following:
a) Necessary qualifications, capability experience, services, equipment and facilities to provide
what is being procured.
b) Legal capacity to enter into a contract for procurement
c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is
not the subject of legal proceedings relating to the foregoing.
d) Shall not be debarred from participating in public procurement.
(c) Procuring Entity’s Right to accept or Reject any or All Tenders
2.26.6 The Procuring entity reserves the right to accept or reject any tender, and to annul the tendering
process and reject all tenders at any time prior to contract award, without thereby incurring any
liability to the affected tenderer or tenderer of the grounds for the procuring entity’s action
2.26.7 The procuring entity may at any time terminate procurement proceedings before contract award
and shall not be liable to any person for the termination
2.26.8 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.
2.26.9 A tenderer who gives false information in the tender document about is qualification or who
refuses to enter into a contract after notification of contract award shall be considered for
debarment from participating in future public procurement.
13
2.27 Notification of Award
2.27.1 Prior to the expiration of the period of tender validity, the Procuring entity will notify the
successful tenderer in writing that its tender has been accepted.
2.27.2 The notification of award will signify the formation of the Contract but will have to wait until
the contract is finally signed by both parties. Simultaneous other tenderers shall be notified that
their tenders have not been successful.
2.27.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to paragraph
2.29, the Procuring entity will simultaneously inform the other tenderers that this tenderrs have
not been successful
2.28 Signing of Contract
2.28.1 At the same time as the Procuring entity notifies the successful tenderer that its tender has been
accepted, the procuring entity will simultaneously inform the other tenderers that their tenders
have not been successful.
2.28.2 Within fourteen (14) days of receipt of the Contract Form, the successful tenderer shall sign and
date the contract and return it to the Procuring entity.
2.28.3 The parties to the contract shall have it signed within 30 days from the date of notification of
contract award unless there is an administrative review request.
14
2.29 Performance Security
2.29.1 Within Thirty (30)days of the receipt of notification of award from the Procuring entity, the
successful tenderer shall furnish the performance security in accordance with the Conditions of
Contract, in the Performance Security Form provided in the tender documents, or in another
form acceptable to the Procuring entity.
2.29.2 Failure of the successful tenderer to comply with the requirements of paragraph 2.28 or
paragraph 2.29 shall constitute sufficient grounds for the annulment of the award and forfeiture
of the tender security, in which event the Procuring entity may make the award to the next
lowest evaluated Candidate or call for new tenders.
2.30 Corrupt or Fraudulent Practices
2.30.1 The procuring entity requires that tenderers observe the highest standard of ethics during the
procurement process and execution of contracts. A tenderer shall sign a declaration that he has
and will not be involved in corrupt or fraudulent practices.
3.30.2 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.
3.30.3 Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being
debarred from participating in public Procurement in Kenya.
APPENDIX TO SECTION II – INSTRUCTIONS TO TENDERERS
1.1. General;
Where there is a contradiction between Section II– Instructions to Tenderers and ADDENDUM TO SECTION II - INSTRUCTIONS TO TENDERERS, the latter shall be
the reference. The following are amendments to Section II – Instructions to Tenderers shall abide
INSTRUCTIONS
TO TENDERERS
REFERENCE
PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
2.1.1 This is an International Open Tender & Joint Venture is allowed under which partners MUST meet requirements as per requirements under
Table 1 – Mandatory Requirements
2.1.3 This line has been deleted and replaced with the requirements under Table 1 Mandatory Requirements under part 1.3 below/under this
appendix
2.1.4 In addition, all renderersshall complete Section V -Standard Forms - Declaration of Code of Ethics
2.2.1 If tenderer quotation under Section V – Form of Tender is above EUR100,000, the plant must be sourced from European Union and & Africa
Caribbean and Pacific countries in line with the Rules of Origin as laid down in Annex IV of the Cotonou Agreement as revised by DECISION
No/2014 of the ACP-EU COUNCIL OF MINISTERS OF 20th June, 2014 (2014/428/EU). As it relates to member countries of EU and ACP -
https://europa.eu/european-union/about-eu/countries_en or https://www.europarl.europa.eu/intcoop/acp/21_01/default_en.htm
To certify whether the equipment comforts to the rules of origin, at the point of shipment and before delivery, the contractor will be required
to provide to the procuring agent a Certificate of Origin from the local chamber of commerce of country of origin or from such other
mandated institutions from the Country of origin.
2.3.2 Tenderers may obtain the tender document free of charge from the procuring entities web-portal in line with Section I – Invitation to Tender,
or obtain a hard copy document at a cost of KES1,000
2.8.1 Delete the whole section. The tender shall instead comprise items requirements under Table 1 Mandatory Requirements
2.10.2 In addition, the tendered price indicated under price schedule of goods shall be indicated as follows;
1. Local Tenderers (tenders with legal incorporation of the procuring entity (Kenya)
The price schedule of goods should indicate separately the various taxes – Duties and VAT
2. International Tenderers (tenderers incorporated outside the country (Kenya) of the procuring entity
The price schedule of goods should indicate costs - CIF – Cost, Insurance & Freight (Mombasa, Kenya).
3. Both local and international tenderers, the tendered costs should include charges for inland transportation, insurance, and other local costs
incidental to delivery of the goods to their final destination, installation, commissioning and training of at least 4 plant operators on
operation and maintenance of the plant.
4. The procuring entity will meet all port clearance costs and shall assist the contractor/supplier obtain Import Duties and VAT waiver at the
port of entry & the VAT and Duties component shall not be paid to the contractor.
2.11.1 Delete the whole of 2.11.1 part (C) and replace with ‘The tender MUST indicate the tender currency under Section V – Standard Forms – Form
of Tender and Form of Price Schedule of Goods’. Tenderers that do not indicate the tender currency shall be disqualified. The tenderers
currency MUST in the currency stipulated under Section II – Instructions to Tenderers part 2.10 and 2.11
2.12 Delete the whole section. Tenderer’s eligibility criteria is defined under this appendix
2.14 Delete the whole section. Tender security shall not be required
2.15.1 Tenders shall remain valid for the period as specified under Section I – Invitation to Tender
2.17.2(b)& 2.18.1 Tenders MUST be received by the procuring entity not later than the date and time specified under Section I – Invitation to Tender
2.20.1 Date, time and address of opening tenders by the procuring entity has been specified under Section I – Invitation to Tender
2.22 Determination of tender responsiveness and evaluation criteria has been stipulated under this appendix – see sections 1.2 to 1.5 below. There
shall not be correction of errors and amounts read at tender opening shall be final and not subject to corrections. Tenderers price shall be read
from Section V – Standard Forms – Form of Tender. If the Form of Tender has not been completed, the tenderer’s price shall not been read at
tender opening.
16
1.2. In order to be considered for further evaluation, the tenderer shall provide to the procuring entity the items below under Table 1 –Mandatory Requirements. This
shall form the Mandatory Responsiveness Evaluation. Tenderers MUST provide all items under this requirement.
Table 1 – Mandatory Requirements.
Sub-Factor Requirement Bidder Documentation Required to be
evaluated
Provided
(Y/N)/ or
N/A
Single Entity Joint Venture
All partners
combined
Each partner At least 1
partner
Statutory and General Requirements
No of documents Bidder must submit number
of documents as requested
under this appendix
Must meet
requirement
Must meet
requirement
N/A N / A Number of documents, TWO in
number, one (1) original, one (1)
copy under ONE ENVELOPE
system. Both the Technical and
Financial Proposal shall be in the
same envelope
Registration as a
Company
Bidder Must be a legally
constituted firm/company
Must meet
requirement
N / A Must meet
requirement
N / A - Certificate of Incorporation or
equivalent from the bidder’s
country of Origin
- Completed Section V - Standard
Forms - Confidential Business
Questionnaire
Tax Compliance Bidder MUST be Tax
Registered and be Tax
Compliant
Must meet
requirement
N / A Must meet
requirement
N / A Current and valid Tax Compliance
Certificate or equivalent from the
Country of Origin – valid as of
submission deadline.
2.24.1 a). The intended delivery period has been stipulated under Section III – Appendix to General Conditions of Contract. Further, and as part of
tender evaluation, the tenderer MUST indicate the tenderer proposed delivery period under Section V – Standard Forms – Form of Tender.
Tenderers that have not indicated proposed completion period shall be treated as non-responsive
b). Payment Schedule – the proposed payment schedule has been stipulated under Appendix to Section III – General Conditions of Contract.
Alternative payment schedule shall be discussed at contracting stage.
2.24.7 Preference shall not be allowed
2.26 a) Post Qualification – 2.26.1 and 2 – In addition, the criteria and award of contract has been stipulated under this appendix - see sections 1.2
to 1.5 below
b) Award 2.26.4 and 2.26.5 – In addition, the criteria and award of contract has been stipulated under this appendix - see sections 1.2 to 1.5
below
2.29.1 The performance security shall be 10% of the tendered price and from a reputable local bank(local bank – a bank within the republic of the
procuring entity) and shall be provided immediately after award and before signing of contract.
17
Sub-Factor Requirement Bidder Documentation Required to be
evaluated
Provided
(Y/N)/ or
N/A
Single Entity Joint Venture
All partners
combined
Each partner At least 1
partner
Tender Sum and
Tender Validity
Period
Bidder shall quote the Tender
Sum and Validity period.
Must meet
requirement
Must meet
requirement
N / A N / A - CompletedSection V of Standard
Forms -Form of Tender;
- Validity period must be at least
120 Days as stipulated under
Section I – Invitation to Tenders
Sanctity of the bid
document
Having the document intact,
legible, sequential
pagination/serialization of all
pages including attachments,
well bound, (not tempered
with in any way and signed
by the authorized person –
granted by power of
attorney)
Must meet
requirement
Must meet
requirement
N / A N / A Properly prepared Bid which
should :-
- Be sequentially serialized from
front page to last page including
all attachments;
- Stamping, signing, and dating
where required within the
document including the standard
forms;
- Well bound and not loose.
Joint Venture
Documents
Bids submitted by a JV shall
include a Joint Venture
Agreement entered into by all
partners.
N / A Must meet
requirement
N/A N / A - Joint Venture Agreement
properly executed by a
commissioner of oaths
Declaration on code
of Ethics
The declaration of code of
Ethics to be properly
completed.
Must meet
requirement
N/A Must meet
requirement
N/A - Completed Section V of Standard
Forms - Commitment to Code of
Ethics Form – Section V –
Standard Forms
Schedule of Prices Completed Schedule of prices Must meet
requirement
Must meet
requirement
N / A N / A - Completed Section V of Standard
Forms - Form of Price Schedule of
Goods – Section V – Standard
Forms;
- A tenderer MUST tender for all
items under this request to be
considered
Schedule of
Particulars
Completed Schedule of
Particulars
Must meet
requirement
Must meet
requirement
N / A N / A - Bidder to provide manufacturer’s
literature/Brochures or Written
Tenderer Technical addressing all
process in line with Section IV
A&B -Technical Specifications;
18
Sub-Factor Requirement Bidder Documentation Required to be
evaluated
Provided
(Y/N)/ or
N/A
Single Entity Joint Venture
All partners
combined
Each partner At least 1
partner
Tender Plant
Delivery Period
Delivered Period submitted
together with tender proposal
Must meet
requirement
Must meet
requirement
N / A N / A - Completed Section V of Standard
Forms - Form of Tender
Manufacturer/Deale
rs License/Warranty
Transfer
Where a Tenderer is not the
manufacturer of the goods in
question, to provide a
dealer’s licence from the
manufacturer
Must meet
requirement
N / A N/A Must meet
requirement.
- Completed Section V of Standard
Forms - Form of Manufacturer’s
Authorization or;
- Dealers licence for the plant
equipment in question
Specific Experience Participation as
supplier/manufacturer/having
supplied similar contracts for
supply or manufacture,
delivery and installation of
similar plants, of complexity
and magnitude, of at least
One(1) contracts each with a
value of at least Kenya
Shillings 20 Million
Must meet
requirement
Must meet
requirements
N / A N/A i. Table of list of supply
contracts with – Item(s) and
their description, name,
contracting authority, when
the supply was completed,
and amounts in monetary
terms;
ii. Support documentation –
Contracts/LPOs but
accompanied by Delivery
Notes & Reference Letters from
contracting entities/corporates
– this information should be 3rd
party verifiable
Tenderers that shall not meet the mandatory requirements shall be dropped at this stage without further reference.
1.3. Technical Evaluation
Technical Evaluation shall be in two stages;
1.3.1. Tenderer Technical Conformityrequirements in line with SECTION IV(B) – TECHNICAL SPECIFICATIONS
Under this section, a tenderer to be successful MUST propose a technical deployment in line with SECTION IV(B) – TECHNICAL SPECIFICATIONS
and MUST tender for all processes under Sections 4.2.4 & 4.2.5. The tenderer MUST attach with own proposal Manufacturers
Literature/Performance Specifications, Drawings & Dimensions as required in line with requirements under 4.2.5.5 - Equipment
Specifications columns (1) Process/Function, (2)Requirements. Proposed deployments without Manufacturers Literature/Performance
Specifications, Drawings & Dimensions will not be evaluated.A tenderer that does not tender or propose a deployment that addresses all key
processes under Section 4.2.4 and 4.2.5 will be non-responsive.Where processes/stages in the process flow are being combined or a better
deployment solution being proposed, the tenderer should state clearly.
19
1.3.2. Experience & Firm Capacity Evaluation
Tenderers that shall pass stage 1.3.1 – Tenderer Technical Conformity requirements shall be deemed equal for the purposes of technical
conformity evaluation and shall further be subjected to a Firm Experience & Firm Capacity Evaluation;
# Item Points Max Points What the bidder shall submit to the
employer for evaluation
1 Bidder Experience
40 Points
i. Table of list of supply contracts with –
Item(s) and their description, name,
contracting authority, when the supply
was completed, and amounts in
monetary terms;
ii. Support documentation –
Contracts/LPOs but accompanied by
Delivery Notes & Reference Letters from
contracting entities/corporates – this
information should be 3rd party
verifiable
Supply & Installation of Plant of Similar Capacity &
Design (tick either)
- One (#1) Supply &
Installation
5 Points
- Two (#2) Supply &
Installation
20 Points
- Three (#3) Supply &
Installations
30 Points
- More than three (#3) Supply and Installations Each 10 points
to a Maximum
of 40 Points
2 Experience in East Africa - Supply & Installation of
Plant of Similar Capacity & Design (tick either)
30 Points
i. Table of list of supply contracts with –
Item(s) and their description, name,
contracting authority, when the supply
was completed, and amounts in
monetary terms;
ii. Support documentation –
Contracts/LPOs but accompanied by
Delivery Notes & Reference Letters from
contracting entities/corporates – this
information should be 3rd party
verifiable clearly showing Country of
supply and installation
- One (#1) Supply & Installation 10 Points
- Two (#2) Supply & Installation 20 Points
- More than two (#2) Supply and Installations Max 30 Points
3 Delivery Period (after signing of contract) (tick either)
30 Points
i. Completed Section V – Standard Forms –
Form of Tender - 1-3 Months 30 Points
- 4-5 Months 20 Points
- Within 6 Months 10 Points
Total 100 Points
20
A tenderer to qualify to the next stage of evaluation MUST score at least 50Points of the Maximum 100 Points. All tenderers that shall
qualify from this stage shall be deemed equal for the purposes of evaluation.
1.4. Financial Evaluation
Financial Evaluation will be in two stages;
1.4.1. Review of completeness ofSection V – Standard Forms –Form of Price Schedule of Goods. A tenderer MUST tender for all items in line with proposed
deployment. Where a tenderer does not tender for all items in line with proposed deployment, the tenderer proposal shall be deemed non-responsive,
and where processes/stages are being combined, or a better deployment being proposed, the tenderer MUST specify in clear terms. The Price Schedule of
Goods should indicate taxes separately. The total cost under Section V – Standard Forms - Price Schedule of Goods shall then be transferred to Section V –
Standard Forms – Form of Tender and shall form the bidder’s tender sum for the purposes of reading of the bidder’s price at tender opening.
1.4.2. Tenderers who shall qualifyfrom stage 1.4.1 shall be deemed equal and shall proceed to final evaluation. This shall be ranking of Tender
Sums from the lowest tenderer to the highest. This ranking shall be obtained from tender price under Section V – Standard Forms – Form of
Tender
1.5. Award
The tenderer that shall have quoted the lowest from Financial Evaluation above shall be considered for award subject to post qualification
evaluation.
SECTION III: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) “The Contract Price” means the price payable to the tenderer under the Contract for the full and
proper performance of its contractual obligations
(c) “The 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.
(d) “The Procuring entity” means the organization purchasing the Goods under this Contract.
(e) “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 to the extent that they are not superceded by provisions
of other part of contract.
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 and will be treated thus
in the evaluation of the tender.
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 Candidate 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 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
22
3.7 Performance Security
3.7.1 Within twenty eight (28) days of receipt of the notification of Contract award, the successful tenderer
shall furnish to the Procuring entity the performance security where applicable in the amount specified
in Special Conditions of Contract.
3.7.2 The proceeds of the performance security shall be payable to the Procuring entity as compensation for
any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.
3.7.3 The performance security shall be denominated in the currency of the contract, or in a freely convertible
currency acceptable to the procuring entity and shall be in the form of
a) Cash
b) Bank guarantee
c) Such insurance guarantee approved by the Authority
d) Letter of credit
3.7.4 The performance security will be discharged by the Procuring entity and returned to the Candidate not
late 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
3.8 Inspection and Tests
3.8.1 The Procuring entity or its representative shall have the right to inspect and/or to test the equipment 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.
3.8.2 The inspections and tests may be conducted in the premises of the tenderer. 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.
3.8.3 Should any inspected or tested equipment fail to conform to the Specifications, the Procuring entity may
reject the equipment, and the tenderer shall either replace the rejected equipment or make alterations
necessary to make specification requirements free of costs to the Procuring entity.
3.8.4 The Procuring entity’s right to inspect test and where necessary, reject the equipment after the
equipment arrival and installation 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.
3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from any warranty or other obligations
under this Contract.
3.9 Packing
3.9.1 The tenderer shall provide such packing and packaging of the equipment as is required to prevent their
damage or deterioration during transit to their final destination, as indicated in the Contract.
23
3.9.2 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
3.10 Delivery and Documents
3.10.1 Delivery of the equipment, documents and installation of the same 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
3.11 Insurance
3.11.1 The equipment 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 charged by the tenderer for equipment delivered and installation performed 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.
3.13.2 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
3.13.3 Where contract price variation is allowed, the variation shall not exceed 10% of the original contract
price.
3.13.4 Price variation requests shall be processed by the procuring entity within 30 days of receiving the
request.
3.14. Assignment
The tenderer shall not assign, in whole or in part, its obligations to perform under this Contract, except with
the Procuring entity’s prior written consent
3.15. 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
24
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
(a) if the tenderer fails to deliver any or all of the equipment within the period9s) 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 equipment.
3.17. Termination for convenience
3.18. Liquidated Damages
3.18.1 If the tenderer fails to deliver and/or install any or all of the items 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.
3.19. Resolution of Disputes
3.19.1 The procuring entity 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
3.19.2If, after thirty (30) days from the commencement of such informal negotiations both parties have been
unable to resolve amicably a contract dispute, either party may require that the dispute be referred for
resolution to the formal mechanisms specified in the SCC.
3.20. Language and Law
3.20.1 The language of the contract and the law governing the contract shall be English language and the Laws
of Kenya respectively unless otherwise specified in the SCC
3.21. Force Majeure
3.21.1 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.
3.22 Notices
3.22.1 Any notice given by one party to the other pursuant to this contract shall be sent to other party by post
or by fax or Email and confirmed in writing to the other party’s address specified.
3.22.2 A notice shall be effective when delivered or on the notices effective date, whichever is later.
APPENDIX TO SECTION III – GENERAL CONDITIONS OF CONTRACT
# GENERAL
CONDITIONS OF
CONTRACT
REFERENCE
PARTICULARS OF APPENDIX TO SECTION VI – CONDITIONS OF CONTRACT
1 General 1. Contract Duration - The duration of the contract shall be strictly a maximum of 6 months from the date of signing
of the contract.
2. 7 days after signing of the contract, the contractor shall provide to the employer a delivery programin weeks
aligning to the agreed contract time duration.
3. The warranty requirement has been stipulated under SECTION IV(B) – TECHNICAL SPECIFICATIONS.
4. After award and before entering into a contract, the Tenderer shall submit to the Procuring Entity a dully
endorsed Power of Attorney nominating the person to enter into Contractual Agreement with the Procuring
Entity
5. After delivery, installation and commissioning, the contractor will be expected to train at least 4 plant operators
on plant operations and basic maintenance.
6. Delivery, Installation and Commissioning shall be in Getonganya Kuria West, Migori County
2 3.3 The conditions related to the Country of Origin have been stipulated under Appendix to Section II – Instructions to
Tenderers
2 3.7.1 Performance Security shall be in the form prescribed under Appendix to Section II – Instructions to Tenderers
3 3.11.1 The contractor shall fully insure the plant/equipment against loss or damage incidental to manufacturer or
acquisition, transportation, storage, and delivery until delivery and acceptance by the procuring entity
26
# GENERAL
CONDITIONS OF
CONTRACT
REFERENCE
PARTICULARS OF APPENDIX TO SECTION VI – CONDITIONS OF CONTRACT
4 3.12.1 The proposed payments to the Contractor shall be as follows;
20% of contract price on contract mobilization and provision of a bank guarantee from a reputable local bank.
The bank guarantee shall be from a commercial bank registered in Kenya
40% of contract priceat deliver & receipt of goods at plant site for local bidders, or provision of bill of lading for
international bidders and through the strength of an irrevocable letter of credit. The port of entry is Mombasa,
Kenya.
For equipments supplied from abroad, Upon loading at the port of exit in the supplier’s country, the Supplier
shall notify the Procuring Entity by facsimile or e-mail the full details of the shipment, including Contract
number, description of the equipments, quantity, the vessel, the bill of landing number and date, port of
loading, date of shipment, port of discharge, etc. The Supplier shall mail the following documents to the
Procuring Entity:
▪ One original plus four copies of the Supplier’s invoice showing the equipment’s description, quantity, unit price,
and total amount;
▪ Original and four copies of the negotiable, clean, on-board bill of landing/airway bill/road consignment note
marked “freight prepaid” and four copies of non-negotiable bill of landing or equivalent;
▪ One original plus four copies of the packing list identifying contents of each package;
▪ Manufacturer’s or Supplier’s warranty certificate;
▪ Inspection certificate, issued by the nominated inspection agency, and the Supplier’s factory inspection report; and
▪ Certificate of country of origin issued by relevant authority in the country of origin in duplicate.
The above documents shall be received by the Procuring Entity at least two weeks before arrival of the
equipment at the port or place of arrival and, if not received, the Supplier will be responsible for any
consequent expenses.
For equipment from within Kenya - Upon delivery of the equipment’s to the transporter, the Supplier shall notify the
Procuring Entity and mail the following documents to the Procuring Entity:
▪ One original plus four copies of the Supplier’s invoice showing the equipment description, quantity, unit price,
and total amount;
▪ Delivery note, railway receipt, or truck receipt;
▪ Manufacturer’s or Supplier’s warranty certificate;
▪ Inspection certificate issued by the nominated inspection agency, and the Supplier’s factory inspection report; and
▪ Certificate of country of origin issued by the relevant authority in the country of origin in duplicate.
The above documents shall be received by the Procuring Entity before arrival of the equipment and, if not received,
the Supplier will be responsible for any consequent expenses.
30% of contract price on installation and commissioning
10% of contract price after 12 months’ defects liability period
VAT and Duties shall not be paid to the contractor, see further instructions under APPENDIX TO SECTION II –
INSTRUCTIONS TO TENDERERS
27
# GENERAL
CONDITIONS OF
CONTRACT
REFERENCE
PARTICULARS OF APPENDIX TO SECTION VI – CONDITIONS OF CONTRACT
5 3.13.2/3/4 Contract price variations shall not be allowed under this contract
6 3.19.2 Appointment of arbitrator to be conducted as per the Arbitration Act
28
SECTION IV(A)-TECHNICAL SPECIFICATIONS
4.1. GENERAL
4.1.1 These specifications describe the basic requirements for equipment. Tenderers are requested to submit with their offers the detailed
specifications, drawings, catalogues, etc for the products they intend to supply.
4.1.2 Tenderers must indicate on the specifications sheets whether the equipment offered comply with each specific requirement.
4.1.3 All the dimensions and capacities of the equipment to be supplied shall not be less than those required in these specifications. Deviations
from the basic requirements, if any, shall be explained in detail in writing with the offer, with supporting data such as calculation sheets,
etc. The procuring entity reserves the right to reject the products, if such deviations shall be found critical to the use and operation of the
products
4.1.4 The tenderers are requested to present information along with their offers as follows;-
(i) Shortest possible delivery period of each product
(ii) Information on proper representative and/or workshop for back-up service/repair and maintenance including their names and
addresses
29
SECTION IV(B) – TECHNICAL SPECIFICATIONS
4.2. PARTICULARS
4.2.1 These specifications/equipment have been broken down for the purposes of tendering, however at the point of supply, delivery and
installation, the tenderer is expected to supply, deliver, install & commission a seamless working plant
4.2.2 Bidder equipment must comply with ISO/TS 22002-1 – Pre-requisite Programmes on Food Safety – Part 1 – Food Manufacturing and
EAS39 – East African Standard for Hygiene in the Food and Drink Manufacturing Industry – Code of Practice. It is the responsibility of
the tenderer to acquaint themselves with these food safety standards requirements
4.2.3 After Sales Support and Warranty Requirements
# Item Description Requirement
Meets ALL
requirements (YES/NO)
1. Sales & Support
Bidder to specify the location and contacts of the sales and
service Centre where after sales support & service may be
obtained. This after sales support center MUST be East Africa
Bidder statement in bidder letterhead at the
point of contracting
2. Warranty
At contracting, and after commission, for the plant to be
accepted, tender shall provide a 12-month warranty running
from the date of commissioning. Where the contractor is not
the manufacturer of the plant, the contractor shall provide to
the employer a transferrable warranty from the manufacturer
to the employer, which is verifiable and enforceable.
Manufacturers warranty agreement – at the
point of contracting and acceptance
3. Delivery timelines
Bidders should provide a Gantt chart or a
supply schedule/work plan for the supply
of the plant that includes all major
milestones, and details the manufacturing,
testing and delivery schedules and Installation, commissioning
and training
Bidder Gantt chart at the point of contracting
4 Emergency spare parts for one year to be included in the bid
price
Completed Schedule of Prices with emergency
parts
30
5 Operations and Maintenance Manuals At delivery, installation, and commissioning, and
acceptance the contractor to supply operation
and maintenance manuals in English language
4.2.4 The subsequent sections present the proposed plant layout, process flow and equipment specifications; however the tenderer at the
contracting stage will be required to prepare a final plant layout and process flow that suits proposed equipment.
4.2.5 Equipment Specifications
Under 4.2.5.5 (Equipment Specifications), under the ‘Requirements’ the tender MUST provide Brochures with specifications,
drawings, dimension, and tenderer’s offer or manufacturers literature (in English) in order to be evaluated. The specifications under the
manufacturers’ literature are the minimum requirements, and a tenderer to be responsible, the specifications should either be minimum
or superior than those requested by the Contracting Authority
Under The subsequent sections present the proposed plant layout, process flow and equipment specifications; however the tenderer at
the contracting stage will be required to prepare a final plant layout and process flow that suits proposed equipment
4.2.5.1 Plant Process Flow
31
W/C
SH
W/C
CHANGING
ROOM
LADIES
CHANGING
ROOM
GENTS
OFFICELABORATORY
FINISHED GOODS STORE
WALK WAY
1 2 3 4 5 6 7 8 910
PACKAGING
MATERIAL
STORE
RAW MATERIAL STORE
OFF LOADING
AREA
11 12
13
4.2.5.2 Site Layout(Plain View)
32
4.2.5.3 Parts List No. Equipment Process/ Function Quantity
1. Inclined modular conveyor or equivalent For lifting and transporting sweet potatoes from raw material holding area to the
washing and peeling machine.
1
2. Screw feeding potato
washing and Peeling machine with outlet
inclined conveyor
Washing and peeling for washing sweet potatoes to remove the surface sand, silt,
and then peel to remove the outer skin
1
3. Sorting belt conveyor For inspection of peeled sweet potatoes during transport from the washing
and peeling machine
1
4. Water Bucket elevator conveyor For lifting and conveying peeled potatoes into the slicer hopper 1
5. Sweet potato slicing machine For cutting peeled sweet potatoes to thinner and more uniform round slices for
drying
1
6. Bucket elevator conveyor or equivalent For lifting and conveying potato slices from slicing machine to blancher
hopper
1
7. Blancher Product stabilization (prevention of darkening of potato slices during drying) 1
8. Dewatering equipment For removal of surface water to facilitate drying of sweet potato slices 1
9. Trolley vats For holding and transportation of sweet potato slices before drying 10
10. Hybrid Solar biomass dryer For drying of sweet potatoes slices into dried chips for milling
Bidder to decide
based on
capacity of 10
tons per day
11. Mill For grinding of dried sweet potatoes chips to flour 1
12. Powder filler For packing of sweet potatoes flour into gunny bags 1
13. Roller conveyor Transportation of finished goods 1
14. Other Supply with all interconnecting conveyors and pipes
15. Other Supply with commonly used spare parts and sieves
33
4.2.5.4 Plant Layout – Isometric View
34
4.2.5.5 Floor Plan Layout (Dimensions in mm)
4.2.5.5 Equipment Specifications
W/C
SH
W/C
CHANGING
ROOM
LADIES
CHANGING
ROOM
GENTS
OFFICELABORATORY
FINISHED GOODS STORE
WALK WAY
PACKAGING
MATERIAL
STORE
RAW MATERIAL STORE
OFF LOADING
AREA
Washing and peeling Sorting conveyor Slicing area Blanching section DewateringMilling Packaging
35
The table below represents equipment requirements with performance/function, equipment, specifications, the number and what the
tenderers is required to present for evaluation. The project scope is limited to flour processing plant of 8 Tons capacity per day. The
available power on site is 240V (single phase), 415V (3-phase), 50Hz
No. Process/ Function Equipment Specification Quantit
y
Requirements
1. 1 For lifting and
transporting sweet
potatoes from raw
material holding
area to the
washing and
peeling machine.
Inclined modular
conveyor or equivalent
Modular belt with transverse cleats
Frame made of stainless steel ss304 fitted with
Stainless Steel Discharge chute
Z type inclined belt with transfer hopper at the
beginning of belt drive
Fitted with variable speed control suitable to handle
minimum capacity of 3000kg/h
Fitted with Stainless Steel Discharge chute
Adjustable belt inclination of between 45 – 600
Fitted with swivel caster wheel with lockable device.
Ergonomically designed, side rail of conveyor
approximately 150mm to prevent fall off of
potatoes.
Control cabinet attached on the frame and
protective device combination
Fitted with initiators to control position and
monitor the process.
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
2. Washing and
peeling sweet
potatoes to
remove the surface
sand, silt, and then
peel to remove
the outer skin
Screw feeding potato
Washing machine with
outlet inclined conveyor
Minimum capacity: 3000kg/h
S.S 304 Stainless steel construction with spiral
discharge and spray device with adjustable spraying
direction.
Equipped with at least 9 brush rollers with food
grade brushes/bristles:
Geared power transmission drive with variable speed
to adjust washing and peeling times.
Fitted with durable castor wheels; high pressure spray
cleaning, high wash rate with no damage to material;
Spray nozzles washing pressure: 6bar washing; 2bar
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
36
rinsing.
Equipped with water tray to prevent water from
flowing to the ground to keep the production floor
clean and dry.
Fitted with Siemens speed control motor and control
panel with Schneider electrical appliances.
Fitted with outlet conveyor
Power 3Ph / 415V / 50Hz;
3. For inspection
of washed sweet
potatoes during
transport from
the washing
machine
Sorting belt conveyor Modular belt conveyor fitted with drain pot variable
speed motor suitable to handle minimum capacity of
3000kg/h; Stable heavy duty stand and height
adjustable; fitted with casters with lockable feature.
Belt and frame construction of food grade materials
with side rails
Fitted with waste conveyor running across
underneath with two guide hoppers on both sides
where sorted waste are dumped and channel to the
waste conveyor
Speed control with start stop feature
Easy belt tracing, tightening and exchange
Durable with hygienic design
Control cabinet attached on the frame and
protective device combination.
Fitted with initiators to control position and
monitor the process.
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
4. For lifting and
conveying washed
and peeled sweet
potatoes into the
slicer hopper
Water Bucket elevator
conveyor
Fitted with variable speed control suitable to handle
minimum capacity of 3000kg/h
Frame made of stainless steel ss304 fitted with
Stainless Steel Discharge chute
Stainless steel structure fitted with lockable heavy
duty caster wheels
Modular belt with cleats and openings for draining.
Fitted with spray nozzles to provide water at 2
bars pressure.
Fitted with water tank and a booster pump.
Control cabinet and protective device combination
with all the electrical components including inverter.
Fitted with initiators to control position and
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
37
monitor the process.
5. For cutting washed
and peeled sweet
potatoes to
thinner and more
uniform round
slices for drying.
Sweet potato slicing
machine
Stainless steel construction SS 304, Hygienic design
Minimum capacity 3000kg/h
The slice thickness shall be adjustable from 0.5mm-5mm
Power 3Ph, 415V/ 50Hz
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
6. For lifting and
conveying
potato slices
from slicing
machine to
blancher hopper
Bucket elevator conveyor
or equivalent
Fitted with variable speed control suitable to handle
minimum capacity of 3000kg/h
Frame made of stainless steel ss304 fitted with
Stainless Steel Discharge chute
Stainless steel structure fitted with lockable heavy
duty caster wheels
Modular belt with transverse cleats
Control cabinet attached on the frame and
protective device combination.
Fitted with initiators to control position and
monitor the process.
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
7. Product
stabilization
(prevention of
darkening of
potato slices
during drying)
Blancher Automatic hot water blancher-cooler with multistage
water circulation.
Fitted with water circulation pump
Minimum capacity 3000 kg/h
Fitted with stainless steel mesh conveyor belt
Stainless steel construction SS 304 with elevation, heating,
holding and cooling section
Automatically controlled water temperature and double
insulation material
Blanching temperature 65-98oC
Blanching time 3-10 min, this is set by adjusting conveying
speed through frequency control
Power 3 phase, 415 V/ 50Hz.
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
8. For removal of
surface water to
facilitate drying of
sweet potato slices
Dewatering equipment Dewatering vibrator
Minimum capacity 3000 kg/h
Stainless steel construction S.S 304
Corrosion resistant with large screens for enhanced water
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
38
removal
Ease of operation and cleaning with quick change stainless
steel screens and drain pans for collection of water
Fitted with in feeding and discharge elevators
Fitted with microcomputer PLC control panel
Power 3Ph/ 415V/ 50Hz
in English
9. For holding and
transportation of
sweet potato slices
before drying
Trolley vats Stainless steel tote trolley S.S 304 with lids
Minimum internal volume 0.2m3
Brushed dull polish finish
Heavy duty and easy handling
Stainless steel reinforced bottom with handle welded at
the top to improve ergonomics
Easy to clean with 4 removable nylon castor wheels
Stainless steel inner mesh basket (Thickness 2mm) to
enable filtration/separation of slices from chemical
treatment solution
Approximate dimension (L x W x H): 690mm x 680mm x
700mm
10 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
10. For grinding of
dried sweet
potatoes chips to
flour
Mill
Automatic continuous impactmill/grinder or equivalentfor
milling of dried sweet potatoes 5mm thick slices.
Minimum capacity 1000 kg/h
Stainless steel construction ss304 for food
contactsurfaces
Interchangeable screen/sievesfor coarseand fine
powder/flourmilling
Milled flour/powder particlemeshsize50-400 microns.
Feed conveyor and hopper
Enclosed bucket elevator fittedwithmagnetbar at
rawmaterial hopperinlet into grinding chamber or an
equivalent
Well-designed dust extractor from the milling area
Pneumatic l i f t -food c o n t a c t parts madeof SS304,
fitted with de-dusting filters
Minimal heat generation with continuous operation
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
39
Power 3 Phase; 415V; 50Hz
The milling system shall be enclosed to ensure no ingress
of any foreign matter
11. For packing of
sweet potatoes
flour into gunny
bags
Powder filler
Automatic bagging machine for open mouth bags for
flour packaging
Minimum capacity 1000kgs/hour
Package sizes: 5kg-50kg
Reduced surface in contact with the product, typical of
dosage in gross weight, with maximum ease of cleaning
and prevention of cross contamination
Filling spout with hermetical sealing, for perfect dust
proof
Replaceable filling head
Workable bag sizes (Width x Length): Min 180mm x
450mm, Max 600 x 1100mm
Workable bag type: open mouth, flat or with side-gussets
Type of bag closing: plain sewing, fold over and sewing,
sewing with crape tape.
Flexible automatic format changes without requiring
manual interventions
Easy and intuitive touch screen type of control panel
Power: 3Phase, 415V, 50Hz
Empty bag magazine capacity 200bags
Matching electronic weighing, Electronic print apply and
metal detection systems
Metallic Structural frame to bear the weighing, dosing
components with safety considerations factored in
design.
Closed type screw feeder, steel support structure designed
with safety and ergonomics in mind, intermediary
weighing /dispensing system.
Fittedwith Inkjetcoding machine;800 charactersper
second; Adjustable fontheight; memorycapacity
upto1000 messages; Printing line 1-5; Print content:
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
40
Manufacturing date,Expiry date,Lot numbers; Print
material paper, plastic;Quick- dry ink; Inkcolor:Black,
Blue,Red
Operating temperature 5- 450C
8 - Inch full-color high definition touch screenand full-
touch virtualkeyboard; Ability tooperateatany position.
12. Transportation of
finished goods
Roller conveyor Segmentation roller conveyor to implement different
speeds or start/stop functions in a single conveying path (
lower speed at the end)
Fitted with end stop at the end of the conveyor
Stainless
Caster feet with lockable feature
Speed control with start stop feature
1 Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
Supply with all interconnecting conveyors , pipes and accessory for electrical and plumping Tenderer
determin
ed
Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
Supply with commonly used spare parts and sieves as well as any special tools required
Tenderer
determin
ed
Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
The supply to include all automation devices and softwares / programmes Tenderer
determin
ed
Tenderer written
technical offer/Brochure
with specifications or
manufacturers’ literature
in English
41
SECTION V - STANDARD FORMS
1.1. Form of Price Schedule of Goods/Equipment
The rates inserted here below shall be for the DESIGN, MANUFACTURE , SUPPLY, DELIVERY,
INSTALLATION AND COMMISSIONING OF SWEET POTATO PROCESSING PLANT FOR THE COUNTY
GOVERNMENTOF MIGORIinclusive of all taxes and charges and conforming to the stated
specifications of TENDER NAME:THE PROPOSED DESIGN, MANUFACTURE , SUPPLY,
DELIVERY, INSTALLATION AND COMMISSIONING OF SWEET POTATO PROCESSING
PLANT FOR THE COUNTY GOVERNMENT OF MIGORI, TENDER NO:
CGM/EU/AGR/01/2020-2021 # Item Description Quantity Unit Cost Total
(KES)
1 Inclined modular conveyor or equivalent 1
2 Screw feeding potato
washing and Peeling machine with outlet inclined
conveyor
1
3 Sorting belt conveyor 1
4 Water Bucket elevator conveyor 1
5 Sweet potato slicing machine 1
6 Bucket elevator conveyor or equivalent 1
7 Blancher 1
8 Dewatering equipment 1
9 Trolley vats 10
11 Mill 1
12 Powder filler 1
13 Roller Conveyor 1
14 Supply with all interconnecting conveyors and pipes Bidder determined
15 Commonly used spare parts and sieves Bidder determined
16 Delivery, Installation, commissioning and training
costs
Bidder determined
17 Any other costs
Sub-Total
18 Duties
19 VAT
20 Any other taxes ( specify)
Grand Total transferred to Form of Tender
Tenderer MUST indicate tender currency in line with Sections II – Instructions to Tenderers articles
2.10 and 2.11
Tenderer MUST quote for all Items in line with proposed deployment
Tender Sum carried to Form of Tender_____________________________________________________
(amounts in figures and Words)
Signature of Tenderer _______________________________________________________
(Signature/Name of Signatory & Position/Company/Stamp
42
1.2. FORM OF TENDER
TO: _________________________________[Name of Employer) ________________________[Date]
________________________________________________________________ [Name of Contract]
Gentlemen and/or Ladies:
2. Having examined the tender documents including Addenda Nos. ………………………………. [insert
numbers], we, the undersigned, offer to DESIGN, MANUFACTURE , SUPPLY, DELIVERY, INSTALLATION
AND COMMISSIONING OF SWEET PROCESSING PLANT FOR COUNTY GOVERNMENTOFMIGORIin
conformity with the said tender documents for the sum of ……………………………………………….
(tenderer MUST indicate total tender amount in words and figures) or such other sums as may be
ascertained in accordance with the Schedule of Prices attached herewith and made part of this Tender.
3. We undertake, if our Tender is accepted, to deliver install and commission the equipment in a maximum of
_______________(tender MUST indicate number of months) months, and in accordance with the delivery
schedule specified in the Schedule of Requirements/General Conditions of Contract and Appendix thereof.
4. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of equivalent to 10% of our
Tender Sum under 1 above for the due performance of the Contract , in the form prescribed by Appendix
to Section II – Instructions to Tenderers.
5. We agree to abide by this Tender for a period of One Hundred and Twenty (120)(or a tenderer may
propose a different period in days)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.
6. This Tender, together with your written acceptance thereof and your notification of award, shall constitute
a Contract, between us. Subject to signing of the Contract by the parties.
7. We understand that you are not bound to accept the lowest or any tender that you may receive.
8. With our signature, we attest that we have not been debarred in the past by the Public Procurement
Regulatory Authority in line with PPDA 2015, the procuring entity, the EU to participate in this tender and
we have not been associated in the inception phase of this project.
Dated this ______________________ day of ________________________20________________
Signature _________________in the capacity of_______________________________________
duly authorized to sign tenders for and on behalf of________[Name ofTenderer] of
_______________________________[Address of Tenderer]
Witness;
Name_____________________________________________________________________________
Address___________________________________________________________________________
Signature__________________________________________________________________________
Date_______________________________________________________________________________
(Amend accordingly if provided by Insurance Company)
43
1.3. LETTER OF ACCEPTANCE
[letterhead paper of the Employer]
_____________________________________________[date]
To:
______________________________________________________________________________________
[name of the Contractor]
_______________________________________________________________________________
_
[address of the Contractor]
Dear Sir,
This is to notify you that your Tender dated ____________________________________________
for the execution of ________________________________________________________________
[name of the Contract and identification number as given in the Tender documents] for the
Contract Price of Kshs. __________________________ [amount in figures][Kenya
Shillings______________________________(amount in words) ] in accordance with the Instructions
to Tenderers is hereby accepted.
You are hereby instructed to proceed with the execution of the said Works in accordance with the
Contract documents.
Authorized
Signature____________________________________________________________________________
Name and Title of Signatory___________________________________________________________
44
1.4. FORM OF AGREEMENT
THIS AGREEMENT, made the _____________________________ day of _________________ 20
____________ between_______________________________________________________of[or whose
registered office is situated at]______________________________________________(hereinafter called
“the Employer”) of the one part AND
_____________________________________________________________of[or whose registered office
is situated at]__________________(hereinafter called “the Contractor”) of the other part.
WHEREAS THE Employer is desirous that the Contractor executes
_______________________________________________________________________________________
(name and identification number of Contract) (hereinafter called “the Works”) located
at______________________________ [Place/location of theWorks]and the Employer has accepted
the tender submitted by the Contractor for the execution and completion of such Works and the
remedying of any defects therein for the Contract Price of Kshs____________________[Amount in
figures],Kenya Shillings___________Amount inwords].
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed to form and shall be read and construed as part
of this Agreement i.e.
(i) Letter of Acceptance
(ii) Form of Tender and Form of Price Schedule for Goods/Equipment
(iii) Section II – Instructions to Tenderers and Appendix
(iv) SECTION III –GENERAL CONDITIONS OF CONTRACT and APPENDIX TO
GENERAL CONDITIONS OF CONTRACT
(v) Section IV (A) and B - TECHNICAL SPECIFICATIONS
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and
complete the Works and remedy any defects therein in conformity in all respects with the
provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract.
45
IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and
year first before written.
The common Seal of _________________________________________________________________
Was hereunto affixed in the presence of ______________________________________________
Signed Sealed, and Delivered by the said ______________________________________________
Binding Signature of Employer _______________________________________________________
Binding Signature of Contractor ______________________________________________________
In the presence of;
[i]Name________________________________________________________________________________
Address_______________________________________________________________________________
Signature______________________________________________________________________________
[ii] Name _____________________________________________________________________________
Address______________________________________________________________________________
Signature____________________________________________________________________________
46
1.5. FORM OF TENDER SECURITY
WHEREAS ……………………………………….. (hereinafter called “the Tenderer”) has submitted his
tender dated………………………… for the construction of ………………………
…………………………………………………………………………………………(Name of Contract)
KNOW ALL PEOPLE by these presents that WE
…………………………………………………………………… having our registered office at
……………………………………………………………………………(hereinafter called “the Bank”),
are bound unto ……………………………………………………………(hereinafter called “the
Employer”) in the sum of Kshs.…………………… ………………………………… for which payment
well and truly to be made to the said Employer, 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 after tender opening the tenderer withdraws his tender during the period of tender
validity specified in the instructions to tenderers
Or
2. If the tenderer, having been notified of the acceptance of his tender by the Employer during
the period of tender validity:
(a) fails or refuses to execute the form of Agreement in accordance with the Instructions
to Tenderers, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Tenderers;
We undertake to pay to the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand the
Employer will note that the amount claimed by him is due to him, 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 said date.
_______________________________ ________________________________________
[date[ [signature of the Bank]
_______________________________ ________________________________________
[witness] [seal]
47
1.6. PERFORMANCE BANK GUARANTEE
To: _______________________________ (Name of Employer) __________________________ (Date)
_____________________________________________________________ (Address of Employer)
Dear Sir,
WHEREAS _________________________________________________________________________
(hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No.
___________________________ dated _____________ to execute _____________________________
(hereinafter called “the Works”);
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognised bank for the sum specified therein as security for
compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of Kshs. _________________________________________ (amount of
Guarantee in figures) Kenya Shillings_______________________________________ (amount of
Guarantee in words), and we undertake to pay you, upon your first written demand and without
civil or argument, any sum or sums within the limits of Kenya Shillings
___________________________________________ (amount of Guarantee in words) as aforesaid
without your needing to prove or to show grounds or reasons for your demand for the sum
specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change, addition or other modification of the terms of the Contract or of
the Works to be performed thereunder or of any of the Contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this Guarantee,
and we hereby waive notice of any change, addition, or modification.
This guarantee shall be valid until the date of issue of the Certificate of Completion.
SIGNATURE AND SEAL OF THE GUARANTOR _________________________________________
Name of Bank ________________________________________________________________________
Address _______________________________________________________________________________
Date _________________________________________________________________________________
(Amend accordingly if provided by Insurance Company)
48
1.7. PERFORMANCE BOND
By this Bond, We________________________________________of (or whose registered office is
situated at] ___________________________________________________________________________
as Principal (hereinafter called “the Contractor”) and _______________________________of[or
whose registered office is situated at]____________________________________________________
as Surety (hereinafter called “the Surety”), are held and firmly bound unto
________________of [or whose registered office is situated at]_____________________________
as Obligee (hereinafter called “the Employer”) in the amount of Kshs._______________[amount of
Bond in figures]Kenya Shillings _________________________
[amount of Bond in words], for the payment of which sum well and truly, the Contractor and the
Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS the Contractor has entered into a Contract with the Employer dated the
____________________ day of _______________ 20 ___________________ for the execution of
_______________________________________________________________________________________
[name of Contract] in accordance with the Contract documents, Specifications and amendments
thereto, which to the extent herein provided for, are by reference made part hereof and are
hereinafter referred to as the Contract.
NOW THEREFORE, the Condition of this Obligation is such that, if the Contractor shall promptly
and faithfully perform the said Contract (including any amendments thereto), then this obligation
shall be null and void; otherwise it shall remain in full force and effect. Whenever the Contractor
shall be, and declared by the Employer to be, in default under the Contract, the Employer having
performed the Employer’s obligations thereunder, the Surety may promptly remedy the default, or
shall promptly:
(1) complete the Contract in accordance with its terms and conditions; or
(2) obtain a tender or tenders from qualified tenderers for submission to the Employer for
completing the Contract in accordance with its terms and conditions, and upon
determination by the Employer and the Surety of the lowest responsive tenderer, arrange for
a Contract between such tenderer and Employer and make available as work progresses
(even though there should be a default or a succession of defaults under the Contract or
Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of
completion less the balance of the Contract Price; but not exceeding, including other costs
and damages for which the Surety may be liable hereunder, the amount set forth in the first
paragraph hereof.
The term “Balance of the Contract Price”, as used in this paragraph, shall mean the total
amount payable by the Employer to the Contractor under the
49
Contract, less the amount properly paid by the Employer to the Contractor; or
(3) pay the Employer the amount required by the Employer to complete the Contract in
accordance with its terms and conditions up to a total not exceeding the amount of this
Bond.
The Surety shall not be liable for a greater sum than the specified penalty of this Bond.
Any suit under this Bond must be instituted before the expiration of one year from the date of
issuance of the Certificate of Completion.
No right of action shall accrue on this Bond to or for the use of any person or corporation other
than the Employer named herein or the heirs, executors, administrators, successors and assigns of the
Employer.
In testimony whereof, the Contractor has hereunto set his hand and affixed his seal, and the Surety
has caused these presents to be sealed with his corporate seal duly attested by the signature of his
legal representative, this _____ day of___ 20_____
SIGNED ON _____ SIGNED ON _________________________________
On behalf of ____________________ On behalf of _____________________________________
[name of Contractor] [name of Surety]
By _____________________ By ____________________________________________
In the capacity of ___________________In the capacity of ________________________________
In the presence of;Name ____________In the presence of;Name__________________________
Address_____________________________Address________________________________________
Signature__________________________ Signature_______________________________________
Date________________________________Date___________________________________________
50
1.8. BANK GUARANTEE FOR ADVANCE PAYMENT
To: ___________________________ [name of Employer] _____________________________
(Date)
____________________________________________________________ [address of
Employer]
Gentlemen,
Ref: _______________________________________________________________ [name of
Contract]
In accordance with the provisions of the Conditions of Contract of the above-mentioned Contract,
We,_______________________________________________________________[name and Address of
Contractor] (hereinafter called “the Contractor”) shall deposit with
__________________________________[name of Employer] a bank guarantee to guarantee his
proper and faithful performance under the said Contract in an amount of
Kshs.______________________________________________________________[amount of Guarantee
in figurers] Kenya Shillings______________________________________________________[amount of
Guarantee in words].
We, ____________________________________________________[bank or financial institution], as
instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary
obligator and not as Surety merely, the payment to
_____________________________________[name of Employer] on his first demand without
whatsoever right of objection on our part and without his first claim to the Contractor, in the
amount not exceeding
Kshs_______________________________________________________________[amount of Guarantee
in figures] Kenya Shillings ______________________________________________________[amount of
Guarantee in words], such amount to be reduced periodically by the amounts recovered by you
from the proceeds of the Contract.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the Works to be performed thereunder or of any of the Contract documents which may be
made between ___________________________________________[name of Employer] and the
51
Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
No drawing may be made by you under this guarantee until we have received notice in writing
from you that an advance payment of the amount listed above has been paid to the Contractor
pursuant to the Contract.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until ___________________________________________________(name of Employer)
receives full payment of the same amount from the Contract.
Yours faithfully,
Signature and Seal __________________________________________________________________
Name of the Bank or financial institution _____________________________________________
Address _______________________________________________________________________________
Date _________________________________________________________________________________
Witness: Name: __________________________________________________________________
Address: _____________________________________________________________________________
Signature: ____________________________________________________________________________
Date: ________________________________________________________________________________
52
1.9. QUALIFICATION INFORMATION
(To complete parts 1, 2 and 3 where/as appropriate
1. Individual Tenderers or Individual Members of Joint Ventures
1.1 Constitution or legal status of tenderer (attach copy or Incorporation Certificate);
Place of registration: _______________________________________________________
Principal place of Business ___________________________________________________
Power of attorney of signatory of tender ______________________________________
1.2 Total annual volume of construction work performed in the last ten years
YEAR CURRENCY Value
1.1 Work performed as Main Contractor on works of a similar nature and volume over
the last ten years. Also list details of work under way or committed, including
expected completion date – attach contracts, letters of completion & handover
certificates.
Project
Name
Name of
client and
contact
person
Type of work
performed and year
of
completion/Expecte
d year of completion
Value of
contract
Level of
Completio
n (%)
Expected
cash
outlay to
complete
the
remaining
part
1.4 Qualifications and experience of key personnel proposed for administration and
execution of the Contract. Attach biographical data.
Position Name Years of
experience
(general)
Years of
experience in
proposed
position
Project Manager
53
1.6 Financial reports for the last five years: balance sheets, profit and loss statements,
auditor’s reports, etc. List below and attach copies.
__________________________________________________________________________
1.7 Evidence of access to financial resources to meet the qualification requirements: cash
in hand, lines of credit, etc. List below and attach copies of supportive documents.
This has been deleted______________________________________________________
1.8 Proposed Credit Period (In calendar days). This shall form part of the conditions of
the contract.
__________________________________________________________________________
1.9 Name, address and telephone, telex and facsimile numbers of banks that may
provide reference if contacted by the Employer.
__________________________________________________________________________
1.10 Statement of compliance with the requirements of Clause 1.2 of the Instructions to
Tenderers.
This has been deleted ___________________________________________________
1.11 Proposed program (work method and schedule) for the whole of the Works.
_________________________________________________________________________
1.12 Litigation History
Name of Firm or Partner of a joint venture
Firms, including each of the partners of a joint venture, should provide information
on any history of litigation or arbitration resulting from contracts executed in the last
five years or currently under execution. A separate sheet should be used for each
partner of a joint venture
Year Award FOR or
AGAINST Firm
Name of client, cause of litigation and
matter in dispute
Disputed amount
(current value,
Kshs.)
54
2. Joint Ventures
2.0 The information listed in 1.1 –1.10 above shall be provided for each partner of the joint
venture.
2.1 The information required in 1.1.1 above shall be provided for the joint venture.
2.2 Attach the power of attorney of the signatory(ies) of the tender authorizing signature of the
tender on behalf of the joint venture
2.3 Attach the Agreement among all partners of the joint venture (and which is legally binding
on all partners), which shows that:
a) all partners shall be jointly and severally liable for the execution of the Contract in
accordance with the Contract terms;
b) one of the partners will be nominated as being in charge, authorized to incur
liabilities and receive instructions for and on behalf of any and all partners of the
joint venture; and
c) the execution of the entire Contract, including payment, shall be done exclusively
with the partner in charge.
55
1.10. TENDER QUESTIONNAIRE
Please fill in block letters.
1. Full names of tenderer;
……………………………………………………………………………………………………
2. Full address of tenderer to which tender correspondence is to be sent (unless an agent has
been appointed below);
………………………………………………………………………………………………………
3. Telephone number (s) of tenderer;
………………………………………………………………………………………………………
4. Telex of tenderer;
………………………………………………………………………………………………………
5. Name of tenderer’s representative to be contacted on matters of the tender during the
tender period;
………………………………………………………………………………………………………
6. Details of tenderer’s nominated agent (if any) to receive tender notices. This is essential if
the tenderer does not have his registered address in Kenya (name, address, telephone, telex);
………………………………………………………………………………………………………
___________________________________
Signature of Tenderer
Make copy and deliver to: ____________________________________(Name of Employer)
56
1.11. FORM OF CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part 1 and either Part 2(a), 2(b) or 2(c)
whichever applies to type of business.
You are advised that it is a serious offence to give false information on this form.
Part-General:
Business Name: …………………………………………………………………………………
Location of Business Premises: ………………………………………………………………….
Plot No: -………………Street/Road:………………….Postal Address: ……………Tel No;-
Nature of Business:-………………………………………………………………………………
Current Trade License No: ……………………………….Expiring Date: …………………
Maximum Value of Business, which you can handle at any one time
Kshs: ……………………………………………………………………………………………..
Name of Bankers:…………………………………………Branch: ………………………….
Part 2(a) – Sole Proprietor
Your Name in full:…………………………………………..Age………………………………..
Nationality:…………………Country of Origin……………Citizenship Details: ……………
Part 2 (b) – Partnership
Give details of partners as follows: -
NO. NAME NATIONALITY CITIZENSHIP DETAILS SHARES
1……………………………./…………………………/ …………………………../……………
2……………………………./…………………………/ …………………………./……………
3……………………………/…………………………./…………………………/………………
Part 2(c) – Registered Company
Private/Public: ………………………………………………………………………………….
State the nominal and issued capital of the Company: -
Nominal Kshs: ………………………………Issued Kshs: ……………………………………
Give details of all directors as follows: -
NO. NAME NATIONALITY CITIZENSHIP DETAILS SHARES
1…………………………………./…………………………/…………………………../…………
2…………………………………./…………………………/…………………………./…………
Date: -…………………………………………Signature of Applicant…………………………….
• If Kenyan Citizen, indicate under “Citizenship Details” Whether by birth,
• Naturalsation or Registration
• GPK (L)
Date ----------------------------------------Signature of Applicant --------------------------------------
57
1.12. DETAILS OF SUB-CONTRACTORS
If the Tenderer wishes to sublet any portions of the works under any heading, he must give below
the details of the sub-contractors he intends to employ for each portion.
Failure to comply with this requirement may invalidate the tender.
FULL NAME AND ADDRESS
OF THE SUB-
CONTRACTOR
PORTION OF WORKS TO
BE SUB-CONTRACTED
AND CONTRACT VALUE
SUB-CONTRACTOR’S EXPERIENCE
IN SIMILAR WORKS
Note: Attach relevant evidence.
I certify that the above information is correct.
……………………… …………………………. …………………………
(Title) (Signature) (Date)
58
1.13. LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity
__________________________________________
To:
_______________________________________________________________________________________
_______________________________________________________________________________________
RE: Tender No.
______________________________________________________________________________________
_______________________________________________________________________________________
Tender Name__________________________________________________________________________
This is to notify that the contract/s stated below under the above mentioned tender have been
awarded to you.
1. Please acknowledge receipt of this letter of notification signifying your acceptance.
2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter but
not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject matter of this
letter of notification of award.
(FULL PARTICULARS)
_______________________________________________________________________________________
SIGNED FOR ACCOUNTING OFFICER
1.14. CERTIFICATE OF BIDDER’S PRE-BID SITE VISIT
1. This is to certify that I ………………………………………………………………………………
(Name of Bidder or his representative of the Firm)
of
……………………………………………………………………………………………………………
(Name of Firm bidding)
visited the site in connection with bid for the………………………………………………………
Contract No…………………………………………….., as described in these Tender Documents
2. Having previously studied the Tender Documents, I carefully examined the Sites for the above
works.
3. I have made myself familiar with the local conditions likely to influence the works and cost
thereof.
4. I further certify that I am satisfied with the description of the work and that I understand
perfectly the work to be done as specified and implied in the execution of the contract.
Signed at……………………… on this …………… day of …………………………………., 2018
Signature………………………………………………………………………………………………….
Name of Company………………………………………………………………………………………
60
1.15. COMMITMENT TO CODEOF ETHICS FORM
Declaration and Signature
1.1. I ……………………………………………………………………………………………….
(Supplier) Confirm that I have read the contents of the Public Procurement & Asset Disposal
Act 2015 and the Code of Ethics under article 181 of the Procurement & Asset Disposal Act
and Gazette Notice No 4274 dated 17 May 2019 , and fully understood my responsibilities
under the Code.
1.2. I also certify that I am duly authorized to sign this Code on my own behalf and on behalf
of my organization, and agree to comply with the Code of Ethics.
Name…………………………………………Sign………………………………………………
Position……………………………………………………………………………………………
Office address……………………………Telephone……………………………………………
E-mail………………………………………………………………………………………………
Name of the Firm…………………………………………………………………………………
(Company Seal/ Rubber Stamp where applicable)
61
1.16. FORM OFMANUFACTURER’S AUTHORIZATION
To [name of the Procuring entity] ………………….
WHEREAS …………………………………………………………[ name of the manufacturer] who are
established and reputable manufacturers of ………………….. [name and/or description of the goods]
having factories at ………………………………… [address of factory] do hereby authorize
………………………… [name and address of Agent] to submit a tender, and subsequently negotiate
and sign the Contract with you against tender No. ………………………. [reference of the Tender] for
the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the
goods offered for supply by the above firm against this Invitation for Tenders.
[signature for and on behalf of manufacturer]
Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed
by a person competent.
62
1.17. PUBLIC PROCUREMENT ADMINISTRATIVEREVIEW BOARD
FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity) of
……………dated the…day of ………….20……….in the matter of Tender No………..…of
…………..20…
REQUEST FOR REVIEW
I/We……………………………,the above named Applicant(s), of address: Physical
address…………….Fax No……Tel. No……..Email ……………, hereby request the Public
Procurement Administrative Review Board to review the whole/part of the above mentioned decision
on the following grounds , namely:-
1.
2.
etc.
By this memorandum, the Applicant requests the Board for an order/orders that: -
1.
2.
etc
SIGNED ……………….(Applicant)Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
Lodged with the Secretary Public Procurement Administrative Review Board on
………………………………………… day of …………………....20….…………………
SIGNED
Board Secretary