- Konza Tech City

advertisement
KONZA TECHNOPOLIS
DEVELOPMENT AUTHORITY
Capital West Business Centre, Rhapta/Lantana Road  P.O. Box 30519-00100  NAIROBI, KENYA
Tel: +254-20-4343013/4 +254-706-356905
PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE
PERIOD 2015 – 2017 FINANCIAL YEARS
CATEGORY……………………………………………………………….
CODE NO………………………………………………………………….
ITEM DESCRIPTION….………………………………………………
SEPTEMBER
2015
INSTRUCTIONS TO TENDERERS
TABLE OF CONTENTS
PAGE
1. INVITATION FOR PRE-QUALIFICATION
2
2. INSTRUCTIONS TO CANDIDATES/ TENDERERS
5
3. APPENDIX TO INSTRICTIONS TO CANDIDATES
10
4. FORM PQ-1
REGISTRATION DOCUMENTATION
12
5. FORM PQ-2
PREQUALIFICATION DATA
13
6. FORM PQ-3
SUPERVISORY PERSONNEL
15
7. FORM PQ-4
FINANCIAL POSITION & TERMS OF TRADE
16
8. FORM PQ-5
CONFIDENTIAL BUSINESS QUESTIONNAIRE
17
9. FORM OQ-6
PAST EXPERIENCE
18
10. FORM PQ-7
LITIGATION HISTORY
19
11. FORM PQ-8
SWORN STATEMENT
20
KONZA TECHNOPOLIS DEVELOPMENT AUTHORITY
INVITATION FOR PREQUALIFICATION OF SUPPLIERS
Konza Technopolis Development Authority is currently updating its register of suppliers for various goods and
services as shown below. Interested suppliers (BOTH CURRENT & NEW) are invited to apply for pre-qualification
indicating the category of goods and services they wish to supply.
CATEGORIES OF GOODS, WORKS AND SERVICES FOR PRE-QUALIFICATION OF SUPPLIERS FOR 2015-2017 FINANCIAL
YEARS
CODE NO
ITEM DESCRIPTION
CATEGORY A PRE-QUALIFICATION FOR SUPPLY AND DELIVERY OF GOODS
1
KOTDA/PREQ/01/2015-2017
Supply and delivery of general office
stationery and printed materials
2
KOTDA/PREQ/02/2015-2017
Supply and delivery of computer
consumables and its related accessories
3
KOTDA/PREQ/03/2015-2017
Supply and delivery of services,
computers, storage & other computer
accessories & spare parts
4
KOTDA/PREQ/04/2015-2017
Design, supply and delivery of branded
promotional materials: t-shirts, caps,
banners, carrier bags etc.
5
KOTDA/PREQ/05/2015-2017
Supply and delivery of office furniture
and office equipment
6
KOTDA/PREQ/06/2015-2017
Supply of staff uniforms
7
KOTDA/PREQ/07/2015-2017
Supply and delivery of printer
consumables(toners and maintenance
kits)
8
KOTDA/PREQ/08/2015-2017
Supply and delivery of hardware
materials and paints
9
KOTDA/PREQ/09/2015-2017
Supply and delivery of bottled
water(mineral water) & disposable
water glasses
10
KOTDA/PREQ/10/2015-2017
Supply and delivery of motor vehicles
spare parts, tyres, tubes and batteries
11
KOTDA/PREQ/11/2015-2017
Supply of signage
12
KOTDA/PREQ/12/2015-2017
Supply of branded corporate wear
REMARKS
Special groups
Special groups
Open
Special groups
Open
Special groups
Special groups
Special groups
Special groups
Special groups
Special groups
Special groups
3
13
KOTDA/PREQ/13/2015-2017
Supply and delivery of building
materials e.g. sand, ballast, stones,
tiles, cement & iron sheets
CATEGORY B PRE-QUALIFICATION FOR PROVISION OF WORKS & SERVICES
14
KOTDA/PREQ/14/2015-2017
Provisions of General cleaning & Garbage
collection services
15
KOTDA/PREQ/15/2015-2017
Provision of fumigation services
16
KOTDA/PREQ/16/2015-2017
17
KOTDA/PREQ/17/2015-2017
18
KOTDA/PREQ/18/2015-2017
19
KOTDA/PREQ/19/2015-2017
20
KOTDA/PREQ/20/2015-2017
21
KOTDA/PREQ/21/2015-2017
22
KOTDA/PREQ/22/2015-2017
23
KOTDA/PREQ/23/2015-2017
24
KOTDA/PREQ/24/2015-2017
25
KOTDA/PREQ/25/2015-2017
26
KOTDA/PREQ/26/2015-2017
27
KOTDA/PREQ/27/2015-2017
28
KOTDA/PREQ/28/2015-2017
29
KOTDA/PREQ/29/2015-2017
Provision of repairs & maintenance of
servers, computer, laptops, storage,
printers, copiers, projectors and other ICT
equipment
Provision and maintenance of IP based
public address system and VOIP system,
equipment and spare parts
Provision of office refurbishment,
partitioning and furnishings e.g. Window
blinds and carpets
Provision of general insurance services.
Provision of in and outpatient medical
cover.
Provision of creative design and printing
services for publications, books and
periodicals
Provision of public relation , marketing
and advertising agency services
Provision of printing services for
promotional materials i.e. brochures,
flyers, banners, flexes
Provision of tents, chairs, tables, mobile
toilets and public address systems,
interior décor, lighting, event
management for hire
Provision of firefighting and fire
protection equipment & training services
Prequalification for IDO, petrol, diesel
and LPG gas suppliers
Provision of indoor and outdoor displays,
billboards and exterior branding services
Provision of documentary, photography
and videography and animation services
Provision of transport services for hire
(lorries & pickups, 4x4 wheel drives)
Provision of Taxi services
Provisions of building & construction
services (all classes)
Open
Special groups
Special groups
Open
Open
Special groups
Open
Special groups
Open
Special groups
Special groups
Open
Open
Special groups
Special groups
Special groups
Open
4
30
KOTDA/PREQ/30/2015-2017
Provision of occupation health & safety
training and audit services
Provision of motor vehicle repairs &
maintenance services
Provision of legal services
Provision of built environment
consultants
Servicing and Maintenance of air
conditioners
Provision of Security services
Provision of Auctioneering services
Provision of Audit and investigation
services, Preparation of Final accounts
and reports
Provision of courier services/parcel
delivery
Provision of outside catering
Prequalification of
consultants/consortium (Engineers,
architects, Quantity surveyors) with EPS
panel knowledge and experience
Provision of building maintenance
services and renovations
Open
31
KOTDA/PREQ/31/2015-2017
32
33
KOTDA/PREQ/32/2015-2017
KOTDA/PREQ/33/2015-2017
34
KOTDA/PREQ/34/2015-2017
35
36
37
KOTDA/PREQ/35/2015-2017
KOTDA/PREQ/36/2015-2017
KOTDA/PREQ/37/2015-2017
38
KOTDA/PREQ/38/2015-2017
39
KOTDA/PREQ/39/2015-2017
40
KOTDA/PREQ/40/2015-2017
41
KOTDA/PREQ/41/2015-2017
42
KOTDA/PREQ/42/2015-2017
Landscaping Services and Greening of the
Konza Techno city through provision of
tree seedlings ,planting and maintenance
Special groups
43
KOTDA/PREQ/43/2015-2017
Provision of valuation services
Open
44
KOTDA/PREQ/44/2015-2017
Provision of consultancy services for
review of KOTDA quality management
systems and policy documents,
Preparation of Financial & Procurement
manuals.
Open
45
KOTDA/PREQ/45/2015-2017
Prequalification of environment impact
assessment (EIA) experts
Open
46
KOTDA/PREQ/46/2015-2017
Provision of strategic human resource
management consultancy services in
training and development, manpower
planning & capacity building
Open
47
KOTDA/PREQ/47/2015-2017
Open
48
KOTDA/PREQ/48/2015-2017
Provision of executive selection and
recruitment services
Provision of Air travel agency
services(IATA Registration required)
Open
Open
Open
Open
Open
Open
Open
Special Groups
Open
Open
Special groups
Special Groups
5
49
KOTDA/PREQ/49/2015-2017
Prequalification of Civil Engineering
contactors
Open
50.
KOTDA/PREQ/50/2015-2017
Open
51
KOTDA/PREQ/51/2015-2017
52
KOTDA/PREQ/52/2015-2017
53
54
KOTDA/PREQ/53/2015-2017
KOTDA/PREQ/54/2015-2017
55
KOTDA/PREQ/55/2015-2017
56
KOTDA/PREQ/56/2015-2017
Provision of ICT related consultancy
assignment-Development of ICT strategy,
Structured cabling, WAN & LAN
Provision of CCTV Surveillance
equipment’s including installations.
Supply, Installation and Commissioning of
an enterprise resource planning solutions
and system
Provision of internet connectivity services
Provision of Consultancy Services for
conducting customer satisfaction surveys
employee satisfaction& work
environment surveys
Provision of Electrical and
electromechanical engineering services
Provision of asset verification, coding and
tagging services
Open
Open
Open
Open
Open
Open
Note: Special groups comprising of Youth, Women and persons with Disabilities who are duly registered by the
Directorate of Public Procurement at the National Treasury are encouraged to apply, proof of registration is a must
and will be given preference.
‘’Pre-Qualification documents containing detailed specifications and other conditions can be obtained from our
website www.konzacity.go.ke and https//supplier.treasury.go.ke free of charge starting on 4th September 2015’’
IN ADDITION BIDDERS MUST ATTACH THE FOLLOWING MANDATORY DOCUMENTS:
a)
A copy of Certificate of Incorporation / registration
b)
A copy of certificate of Valid Tax Compliance Certificate
c)
A copy of certificate of VAT and PIN certificate
d)
Contact Address and Email addresses.
e)
Day time office Telephone/mobile number. (Working numbers only)
F)
AGPO certificate where applicable
Clarifications regarding the prequalification process can be sent by email address as indicated below not later than
15th September, 2015.
Completed prequalification documents in PDF format clearly marked ‘PREQUALIFICATION OF SUPPLIERS FOR
GOODS, SERVICES AND CONSULTANCY SERVICES indicating PRE-QUALIFICATION NAME: CODE NUMBER & ITEM
DESCRIPTION and be submitted electronically to the following email address to be received on or before 23rd
September 2015. The email “SUBJECT HEADER” should read as follows: KOTDA/PREQ/xx/2015-2017 where xx
represents the prequalification number, and sent to:
procurement@konzacity.go.ke and copied to the ceo@konzacity.go.ke
6
Contact details are as follows:
Chief Executive Officer
Konza Technopolis Development Authority
5th Floor Capital West Business Centre Rhapta/Lantana Road, Westlands
P.O.Box 30519-00100 NAIROBI
Tel +254 20 434 3013/4
Konza Technopolis Development Authority reserves the right to accept or reject any prequalification document
in whole or part without giving reasons what so ever.
7
SECTION
1.1
B
INSTRUCTIONS TO CANDIDATES
INTRODUCTION
Konza Technopolis Development Authority invites eligible candidates who demonstrate they have the
technical skills and financial capability for the supply and delivery of goods and services as per the criteria
provided in the data sheet.
1.2
PRE-QUALIFICATION OBJECTIVE
The main objective of this process is to short list suppliers/candidates, who will be invited to provide
services under relevant tenders/Quotations as and when required during the period ending 30th June,
2017.
1.3
INVITATION OF TENDER
Eligible candidates who are registered with Registrar of Companies under the Law of Kenya are invited
to submit pre-qualification documents to be short listed who will be invited to submit
tenders/Quotations. Prospective eligible candidates must supply mandatory information as a pre requisite
to be prequalified.
1.4
EXPERIENCE
Eligible candidates/contractors MUST have carried out similar assignments size and complexity
relevant to the category for which pre-qualification is being sought. Eligible candidates must
demonstrate they have the necessary skills, personnel and equipment relevant to service the
resultant contract for each category under consideration. Detailed CV for the proposed staff for
consultancy services must be provided and registration with the relevant professional body is
mandatory for professional services.
1.5
PRE-QUALIFICATION DOCUMENT
This document includes questionnaire forms and documents required of prospective service providers.
1.6
CONSIDERATION
In order f o r a candidate to be considered qualified, all the relevant pre- qualification documents MUST be
attached.
1.7
SUBMISSION OF PRE-QUALIFICATION DOCUMENTS
Scanned Pre- qualification documents duly filled and signed must be submitted
electronically indicating the Prequalification category No. Item Description and
send to the following email address:
procument@Konzacity.go.ke
Note: Pre-qualification documents not submitted electronically will be treated as nonresponsive.
8
1.8
CLARIFICATION OF THE PRE-QUALIFICATION DOCUMENTS
Clarification to the pre-qualification documents should be addressed to the Chief Executive Officer
through email address: ceo@konzacity.go.ke and copied to procurement@konzacity.go.ke
1.9.1
ADDITIONAL INFORMATION
Konza Technopolis Development Authority reserves the right to request submission of additional
information and document from eligible candidates.
Konza Technopolis Development Authority reserves the right to ACCEPT or REJECT any tender in
whole or part without giving reasons what so ever.
1.10
INVITATION TO TENDERS/QUOTATIONS
Bidding documents (Tender/Quotations) will be made available only to those candidates whose
qualifications and experience have been considered relevant to the various categories of services. The
minimum technical score to qualify in the pre-qualification process is 70%.
1.11
BRIEF CONTRACT REGULATIONS/GUIDELINES
1.11.1 Taxes on Imported Materials
The suppliers will meet all the cost associated with the delivery, transport and pay all the necessary
taxes as provided for in the Laws of Kenya as applicable for all imported and local materials to be
supplied unless the item(s) is/are donor funded.
1.11.2 Customs clearance
The contractors shall be responsible for custom clearance and storage charges of their imported goods
and materials.
1.11.3 Contract Price
The contract shall be of unit price type or cumulative of computed unit price and quantities required.
Quantities may increase or decrease as determined by demand and on the authority of the procuring
entity.
1.11.4 Payments
All local purchases shall be on credit terms for a minimum of thirty (30) days or as it may be
stipulated in the contract Agreement for each category of goods and services
9
SECTION
2.1
C
INSTRUCTIONS TO CANDIDATES
INTRODUCTION
Konza Technopolis Development Authority invites interested eligible candidates who must demonstrate
they have the technical skills and equipment to perform contracts under each category of goods and
services.
2.2
FORMAT AND SIGNING OF APPLICATIONS
2.2.1
The applicant shall prepare one original document comprising the prequalification document, as
described in Instructions to Candidates scan the document and send electronically to
procurement@konzacity.go.ke
2.2.2
The pre-qualification document shall be typed or written in indelible ink and shall be signed by a person
or persons duly authorized to sign on behalf of the applicant pursuant to sub clause 2.4.2. .
2.2.3
The pre-qualification document shall be without alterations, omissions or conditions except as necessary to
correct errors made by the applicant in each case such corrections shall be initialed by the person or
persons signing the prequalification documents before scanning and sending electronically to
procurement@konzacity.go.ke
2.3
SUBMISSION OF APPLICANTS
2.3.1
Applications for prequalification shall be submitted in electronically marked,
procurement@konzacity.go.ke
So as to be received on or before Wednesday 23rd September 2015 at 4.00pm applications received after the
closing date shall be rejected and considered non responsive.
10
2.3.2 All attachments requested for in the pre-qualification documents must be scanned and send as one
document electronically to the email address provided.
2.3.4 All the information requested for prequalification shall be provided in the English language.
2.3.5
Failure to provide information that is essential for effective evaluation of the applicant’s qualifications or to
provide timely clarification or substantiations of the information supplied may result in the applicant’s
disqualification.
2.4
ELIGIBLE CANDIDATES
2.4.1 Suppliers/Consultants must be registered with registrar of Companies under the Laws of Kenya and must be
the criteria as set in the prequalification documents in order to be considered for request for quotations/
tenders. The prospective suppliers are required to supply mandatory information for pre-qualification –
FORM PQ-1
2.4.2 Candidates must provide documentary evidence that they are qualified to provide goods and services as
specified for the category an applicant has applied for.
TENDER DATA INSTRUCTIONS
3.1
Tender data Forms
The attached questionnaire forms PQ-1, PQ-2, PQ-3, PQ-4, PQ-5, PQ-6, and PQ-7 & PQ-8 are to be
completed by prospective supplier/contractors who wish to be pre-qualified for the specified category.
The Pre-Qualification application forms which are not dully filled, signed Scanned and sent electronically
in the prescribed format may not be considered. All the documents that form part of the proposal must be
written in the English language.
3.2
QUALIFICATION CRITERIA
3.2.1
Pre-qualification will be based on meeting the minimum requirements to pass in the criteria set as shown
below. The attached questionnaire FORMS PQ-1, PQ-2, PQ-3, PQ-4, PQ-5, PQ-6, PQ-7 & PQ-8 are to be
completed by prospective suppliers who wish to be pre-qualified.
3.2.2 The pre-qualified application forms – FORM PQ 2 must be duly filled and submitted in the prescribed format
to be considered.
3.2.3
It is understood and agreed that the pre-qualification document is to be used by procuring entity in
determining, according to its sole judgment and discretion, the qualifications of prospective service
provider to perform in tenders to be invited after the pre-qualification process.
3.2.4
Prospective bidders will not be considered qualified unless in the Judgment of procuring entity they
possess the necessary skills and capability, experience, availability of qualified personnel and suitable
equipment and financial capabilities to perform the contract under consideration.
11
3.3
ESSENTIAL CRITERIA FOR EVALUATION OF THE PRE-QUALIFICATION DOCUMENTS
3.3.1. Experience:
(a) Eligible candidates must demonstrate that they have the necessary skills and experience relevant to
the assignments at reasonable notice.
3.3.2
Personnel
The names and pertinent information and the CV of the key personnel for individual or group to execute
the contract must be indicated in FORM PQ.3.
3.3.4
Special consideration will be given to the financial resources available as working capital, taking into
account the assignment not yet finalized. Data to be filled should be provided on FORM PQ-4. However,
potential bidders should provide evidence of financial capability to execute the contract once awarded.
3.3.5
Confidential Business Questionnaire
The general information and details of the nature of business and location should be included in - FORM
PQ-5.
3.3.5
Past Performance
For Past performance the following shall be determined by:(a) Past performance will be given due consideration in pre-qualifying candidate from the date
of registration. Below 5years……. 6-10years………above10years……………..
(b) Letters of reference from past customers should be included in FORM PQ-6 where applicable.
(c) Copies of local purchase and service orders of similar supplies should be included.
3.3.6
Litigation History and Sworn Statement
Application must include information on any history of litigation or arbitration resulting from contract
executed in the last one year or currently under execution FORM PQ-7 and a sworn statement by the
candidates ensuring the accuracy of the information given- FORM PQ-8
3.4
COST OF APPLICATION
The applicant shall bear all costs associated with the preparation and submission of the pre-qualification
electronically and the employer will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the prequalification process.
3.5
CLARIFICATION OF PREQUALIFICATION DOCUMENTS
3.5.1
The prospective applicant requiring any clarification of the prequalification documents may notify the
procuring entity through email to ceo@konzacity.go.ke and copied to procurement@konzacity.go.ke
12
3.5.2
Ko T DA will respond in writing via email to any request for clarification that it receives not later than 7
days prior to the deadline for the submission of applications. Copies of the Client’s response to the
clarifications raised by applicants without identifying the sources of the inquiry will be sent to all prospective
applicants who will have registered with the procurement entity for the prequalification documents.
3.6
AMENDMENT OF PREQUALICATION DOCUMENTS
3.6.1 At any time prior to the deadline for submission of applications, the KoTDA may, for any reason,
whether at his own initiative or in response to a clarification requested by a prospective applicant,
modify the prequalification documents by issuing subsequent Addendum.
3.6.2 The Addendum thus issued shall be part of the prequalification documents pursuant to SubClause 2.7.2 and shall be communicated through email to all eligible candidates who shall have
registered with Konza Technopolis Development Authority for the pre-qualification documents.
Prospective applicants shall promptly acknowledge receipt of each
Addendum through email back to the KoTDA.
3.6.3.
In order to afford prospective applicants reasonable time in which to take an Addendum into
account in preparing their applications, the Client may, at his discretion, extend the deadline for
the
submission
of
applications
in
accordance
with
Clause
2.8.1.
13
3.7
DEADLINE FOR SUBMISSION OF PREQUALIFICATION DOCUMENTS
3.7.1 Applications must be received by the KoTDA at the email address specified in Sub-Clause 2.10.1, no
later than the time and date stipulated in the notice for pre-qualification.
3.7.2 The Employer may, at his discretion, extend the deadline for the submission of applications
through the issue of an Addendum in accordance with Clause 2.8 in which case all rights and
obligations of the Employer and the applicants previously subject to the original deadline shall
thereafter be subject to the new deadline as extended.
3.8
PRE-QUALIFICATION DOCUMENTS
3.8.1 The Client will sort the pre-qualification documents based on each category of pre-qualification and
item description and will list all the applications received and mail to each registered service
provider.
3.9
PROCESS TO BE CONFIDENTIAL
3.9.1 Information relating to the examination, evaluation of applications, and recommendations for the
successful candidate shall not be disclosed to applicants or any other persons not officially
concerned with such process until approval to the tender committee has been obtained. Any effort
by an applicant to influence the Employer’s processing of applications or approval decisions may
result in the rejection of the applications
3.10
CLARIFICATION OF APPLICATIONS AND CONTACTING OF THE EMPLOYER
3.10.1 To assist in the examination, evaluation, and comparison of applications, the Employer may, at his
discretion, ask any applicant for clarification of his/her application.
3.10.2 Subject to Sub-Clause 2.11.1, no applicant shall contact the Employer on any matter relating to its
application from the time of the opening to the time the prequalification list is approved. If the
applicant wishes to bring additional information to the notice of the Employer, it should do so in
writing.
3.10.3 Any effort by any applicant to influence the Employer in the Employer’s prequalification evaluation,
prequalification comparison or prequalification approval decisions may result in the rejection of the
candidate’s application.
3.11
EXAMINATION
OF
RESPONSIVENESS
PREQUALIFICATION
DOCUMENTS
AND
DETERMINATION
OF
3.11.1 Prior to the detailed evaluation of applications, the Employer will determine whether each
application (a) has been properly signed and delivered pursuant to clause 2.3; (b) is substantially
responsive to the requirements of the prequalification documents; and (c) provides any
clarification and/or substantiation that the Employer may require to determine responsiveness
pursuant to Sub-Clause 2.15.
14
3.11.2 A substantially responsive application is one that conforms to all the terms, conditions, and
specifications of the prequalification documents without material deviation or reservation. A
material deviation or reservation is one (a) which limits in any substantial way, inconsistent with
the prequalification documents, the Employer’s rights or the applicant’s obligations under the
contract; or (b) whose rectification would affect unfairly the competitive position of other applicants
presenting substantially responsive applications.
3.11.3 If an application is not substantially responsive, it will be rejected by the Employer and may not
subsequently be made responsive by correction or withdrawal of the nonconforming deviation or
reservation.
3.11.4 The employer will, prior to the approval of the prequalification may confirm the qualification of
each applicant who shall have passed the technical stage the prequalification process in order to
determine whether the applicant possesses all the requirements in the application for the
prequalification document submitted.
3.12
NOTIFICATION OF QUALIFIED APPLICANTS
3.12.1 Applicants whose applications are determined to be successful in accordance with sub-clause
2.15 will be notified by the Authority within Sixty (60) days from the closing date of the
prequalification documents.
3.12.2 At the same time the client will notify qualified Applicants that their applications are responsive, the
Client shall notify the other Applicants whose applications are not responsive.
3.13
EVALUATION AND COMPARISON OF APPLICATIONS
3.13.1 The employer reserves the right to accept or reject any application, and to annul the prequalification
process and reject all applications, at any time prior to approval of contact, without thereby
incurring any liability to the affected applicant or applicants or any obligation to inform the affected
applicant or applicants of the grounds for the Employer’s action.
3.14
NOTIFICATION OF APPROVAL
3.14.1 Prior to expiration of the period of prequalification validity period prescribed by the client, the
Client will notify successful applicants.
3.15
ACCEPTANCE OF THE APPROVAL
3.15.1 The successful candidates shall be required to acknowledge in writing the acceptance of their
prequalification to the Client.
15
3.7
Evaluation Criteria
Required Information Form type
1.
2.
3.
4.
5.
6.
7.
8.
Registration Documentation
Prequalification Data Sheet
Qualification of Personnel
Financial Position
Past Experience
Sworn Statement
Confidential Questionnaire
Litigation History
Points Score
PO-1
PQ-2
PQ-3
PQ-4
PQ-5
PQ-6
PQ-7
PQ-8
TOTAL
3.8
20
20
20
10
10
5
10
5
100
Minimum Technical Score to qualify is 70%
FORM PQ 1
MANDATORY DOCUMENTATION REQUIRED
All firms must provide:
(a)
Copies of Certificate of Registration
(b)
Copy of V.A.T Registration Certificate
(c)
Tax Compliance Certificate from Kenya Revenue Authority (Failure to produce this certificate to prove
compliance will lead to automatic disqualification thus, no further evaluation of your application)
(d)
Copies of Personal Identification Numbers Certificates of Firm/Company/Individuals
(e)
List of ongoing Contracts/Projects (goods, services
(f)
Bank references
(g)
AGPO certificate for special group categories
16
FORM PQ-2
DATA SHEET
1.
Contractor Identification……………………………………………………………
Legal name of firm…………………………………………………………………..
Post office address…………………………………………………………………..
Street and Address…………………………………………………………………..
City………………………………………………………………………………………..
Country…………………………………………………………………………………..
Telephone No………………………………………………………………………….
Person to contact……………………………………………………………………..
Title………………………………………………………………………………….......
2.
Organization & Business Information………………………………………….
Management Personnel…………………………………………………………….
President…………………………………………………………………………………
Secretary…………………………………………………………………………………
General Manager……………………………………………………………………..
Treasurer………………………………………………………………………………..
Other………………………………………………………………………………………
Partnership (if applicable)…………………………………………………………
Names of Partners……………………………………………………………………
3.
Business founded or incorporated……………………….......................
4.
Under present management since…………………………………………….
5.
Net worth equivalent Kshs………………………………………………………..
6.
Bank reference and address………………………………………………………
7.
Bonding company reference and address……………………………………
8.
Enclose copy of the organization chart of the firm indicating the main fields of activities
17
FORM PQ-3
SUPERVISORY PERSONNEL
Name………………………………………………………………………………………
Age…………………………………………………………………………………………
Academic Qualification………………………………………………………………
Professional Qualification………………………………………………………….
Length of service with contractor or supplier position held
………………………………………………………………………………………………
Supply or service experience
a)
Name of Client/Customer………………………………………………………………
b)
Character and nature of Contract…………………………………………
c)
Contract value………………………………………………………………...
d)
Location of Contract…………………………………………………………..
e)
Period of Contract………………………………………………………………
f)
Title and responsibility in Contract……………………………………….
……………………………………………………………………………………..
g)
Other……………………………………………………………………………..
Proposed Technical Personnel
a)
………………………………………………………………………………………
b)
………………………………………………………………………………………
c)
………………………………………………………………………………………
d)
………………………………………………………………………………………
e)
………………………………………………………………………………………
f)
………………………………………………………………………………………
g)
………………………………………………………………………………………
Proposed position in this project if contract is awarded………………..
18
Brief statement / Description of services and work plans in executing the contract.
19
FORM PQ-4
FINANCIAL POSITION
Attach a copy of firm’s two recent certified financial statements giving Summary of assets and current liabilities/or
any other financial support.
FORM PQ-5
PAST EXPERIENCE
References of Client the service provider has dealt with in the past two years
Names and address the contractor/service provider/Consultant the client has dealt with
1.
i)
ii)
iii)
iv)
v)
vi)
2.
Name of 2nd client (Organization)
(i)
(ii)
(iii)
(iv)
(v)
(vi)
3.
Name of client (Organization)……………………………………………..
Address of client (Organization……………………………………………
Name of contact person at the client (Organization………………
Telephone No. of Client………………………………………………………
Value of contract……………………………………………………………….
Duration of contract (Date)…………………………………………………
Name of 3rd Client (Organization
i)
ii)
iii)
iv)
v)
vi)
4.
Name of client (Organization)……………………………………………
Address of Client (Organization)………………………………………..
Name of contact person at the client (Organization)……………
Telephone No. of Client…………………………………………………….
Value of contract………………………………………………………………
Duration of contract (date)………………………………………………..
Name of client (Organization)……………………………………………
Address of Client (Organization)…………………………………………
Telephone No. of Client……………………………………………………..
Name of contact person at the client (Organization)……………..
Value of contract……………………………………………………………….
Duration of contract (Date)…………………………………………………
Others………………………………………………………………………
FORM PQ-6
SWORN STATEMENT
Having studied the Pre-qualification documents and information provided we hereby state:
a.
The information furnished in our application is accurate to the best of our knowledge.
b.
That in case of being qualified we acknowledge that this grants us the right to participate in due time in the
submission of a tender or quotation on the basis of provisions in the tender or quotation documents to
follow.
c.
If the legal, technical or financial conditions or the contractual capacity of the firm changes we take it upon
ourselves to inform you within a period of fourteen (14) days.
d.
We enclose all the required documents and information required for the pre-qualification exercise.
Date………………………………………………………………………………………………….
Applicant’s Name………………………………………………………………………………..
Represented by………………………………………………………………………………….
Signature…………………………………………………………………………………………..
(Full name and designation of the person signing and stamp or seal)
FORM PQ-7
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 in
your type of business.
You are advised that it is a serious offence to give false information on this Form
PART1GENERAL
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 Ksh.........
Name of your bankers…………………………………Branch………………………..
PART 2(A) – Sole Proprietor
Your name in full……………………………………..Age………………………………..
Nationality……………………………………….Country of origin……………………..
Citizenship details…………………………………………………………………………...
Part 2 (b) – Partnership:
Name
1.
2.
3.
3.
4.
5.
Nationality
citizenship Details
Shares
…………………………………………………………………………………………
…………………………………………………………………………………………
………………………………………………………………………………………..
………………………………………………………………………………………..
………………………………………………………………………………………..
…………………………………………………………………………………………
Part2(c)-RegisteredCompany
Private or Public
State the nominal and issue capital of the company
Nominal Kshs…………………………………………….......
Issued Kshs.………………………………………………….
Give details of all directors as follows:
Name
Nationality
Citizenship Details
Shares
1.
…………………………………………………………………………………………………………………
2.
………………………………………………………………………………………………………………..
3.
…………………………………………………………………………………………………………………
4.
………………………………………………………………………………………………………………..
5.
………………………………………………………………………………………………………………..
Date………………………………………………..Signature & Stamp of Tenderer……………………
If Kenyan Citizen indicate under Citizenship Details whether by Birth, naturalization or Registration
GPK (L)
PQ-8
LITIGATION HISTORY
Name of Contractor/Supplier
Contractors/Supplier should provide information on any history litigation or arbitration resulting from contracts
executed in the last five years or currently under execution.
Year
Award for or against
Name of client cause of
Litigation and matter in
dispute
Disputed Amount (current
value, Kshs. Equivalent
Download