SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

Similar documents
CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

PREQUALIFICATION DOCUMENT

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

CONTINOUS REGISTRATION OF SUPPLIERS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF SIAYA REQUEST FOR PROPOSAL FOR

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

REGISTRATION/PREQUALIFICATION DOCUMENT FOR TAITA TAVETA COUNTY GOVERNMENT (Updating Suppliers Register for Financial Years )

Request for Expression of Interest

Prequalification for Construction Works

COUNTY GOVERNMENT OF BUNGOMA OFFICE OF THE COUNTY SECRETARY& HEAD OF PUBLIC SERVICE BGM/CNTY/CS/RFP/80/2017/2018 REQUEST FOR PROPOSAL FOR

KARATINA UNIVERSITY. TENDER NO.: KarU/OT/0001/

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

ITEM RATE TENDER TENDER No. 14 / / ELDB

Kenya Seed Company limited

PREQUALIFICATION DOCUMENT

TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR. RFP No. 770/09/06/2017

BOMET WATER COMPANY LIMITED

Request for Proposals. For RFP # 2011-OOC-KDA-00

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSALS (RFP) FOR: PROVISION OF CONSULTANCY SERVICES FOR DEVELOPMENT OF AN ORGANIZATIONAL STRATEGIC PLAN. REF No.

EXPRESSION OF INTEREST IN APPOINTING A PANEL OF ATTORNEYS

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

Request for Proposals (RFP)

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

All proposals must be received by August 30, 2016 at 2:00 PM EST

PROVISION OF SECURITY SERVICES

REQUEST FOR QUALIFICATIONS. Design Professional Services

Guidelines to Consultant

Request for Proposals (RFP)

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

CONSULTANCY TO UNDERTAKE A STUDY ON USE OF ECONOMIC INSTRUMENTS FOR THE ENVIRONMENTAL MANAGEMENT IN KENYA WITH A FOCUS ON PLASTICS SECTOR IN KENYA

Empanelment of Consultancy Firms

Department of Civil Engineering - CHENNAI

CITY OF GOLDEN, COLORADO Parks and Recreation Department

Prepared By SUPPLY CHAIN SERVICES * * * RESUME REQUEST, INSTRUCTIONS TO PROPOSERS, PROPOSAL FORMS, CONTRACT FORMS, AND POSITION DESCRIPTION(S)

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

West Bengal State University

Selection of Consultants

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

Food Safety and Standards Authority of India

FOR PROFESSIONAL DESIGN SERVICES

Request for Proposal. Parenting Education

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

FORTUNE SACCO REQUEST FOR PROPOSAL FOR PROVISION OF AUDIT SERVICES FOR THE FINANCIAL YEAR CLOSING DATE: MONDAY 20 th, MARCH 2017, TIME: 11:30AM

2.3. Any amendment to the present "Terms and Conditions" will only be valid if approved, in writing, by the Agency.

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

KWS/GIMCO/EOI/52/

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR THE CARENAGE POLICE STATION

City of Florence, South Carolina Frozen Turkeys & Gift Cards Invitation to Bid No

REQUEST FOR PROPOSAL (RFP) EMPANELMENT OF EXTERNAL TRAINING INSTITUTES FOR IMPARTING ONLINE PRE- RECRUITMENT TRAINING TO AGENTS.

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR PROPOSAL (RFP)

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

a) For Electrical Safety Audit

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Request for Proposals and Specifications for a Community Solar Project

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSAL (RFP)

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

KENYA MEDICAL RESEARCH INSTITUTE

Section 5: Technical Proposal- Standard Forms

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST)

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Request for Proposal. Independent Living

REQUEST FOR PROPOSAL Digital Archiving Project

Trust Fund Grant Agreement

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

APPLICATION FOR AN ELECTRONIC COMMUNICATIONS LICENCE UNDER THE

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposal. Interpretation/Translation Services

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

Dakota County Technical College. Pod 6 AHU Replacement

NOTICE INVITING TENDER FOR SUPPLY OF DCR SOLAR CELL 4.45 WATT TENDER NO. REIL/MM/16-17/E-PROC./38 DATED

City of Malibu Request for Proposal

Trust Fund Grant Agreement

KENYA ROADS BOARD FOR FINANCIAL YEARS 2018/19 TO 2020/21. TENDER No. KRB/922/2018/2019 JULY 2018

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Transcription:

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT CATEGORY B (OPEN TO ELIGIBLE BIDDERS) Tender No. SRC/IFQ/ 62/2016-2018 SUPPLY AND INSTALLATION OF SOFTWARE SECURE SOCKET LAYER CERTIFICATE APRIL, 2016 pg. 1

Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for Registration... 4 SECTION II - Instructions to Candidates... 5 Appendix to Instructions to Candidates. SECTION III - SECTION IV - Letter of application Standard Forms General information - (Form1) General experience Record - (Form 2) Particular experience Record - (Form 3) Details of Contract of similar Nature and complexity - (Form 3A) Summary sheet Current Personnel capabilities - (Form 5) Candidate Summary - (Form 5A) Equipment capabilities - (Form 6) Financial Capability - (Form 7) Request for Review - (Form RB 1) 2

INTRODUCTION 1.1 This standard procurement document has been prepared for use by the procuring entities in Kenya and is intended for use in registering candidates wishing to tender for contracts where the procuring entity determines it is necessary for procurement to be made through a registration process. 1.2 The standard document includes a form for invitation for registration, instructions to candidates and a letter of application with attached forms for candidates to complete. 1.3 Care should be taken when preparing the registration document for specific cases to ensure that the registration criteria are clear and explicit, and that they refer to the needs and characteristics of the specific procurement 1.4 The following directions should be observed when using the standard procurement registration document. (a) (b) (c) (d) The forms will require adaptation to suit the requirement of each proposed procurement Specific details, such as the names of the procuring entity should be furnished in the spaces indicated in the text. Where alternative clauses or texts are shown, the user should select those that best suit the particular contract and should discard the alternative text that will not apply. The instructions to candidates should basically remain unchanged. Any necessary amendments to any clause or additions should be made through Appendix to instructions to candidates. 1.5 The notes in the text of the registration documents are meant to assist the procuring entity in the preparation of the document. They are not part of the registration document and should therefore be deleted as the document is prepared. 1.6 The cover of the tender document should be modified to include: i. Tender number. ii. Tender name. iii. Name of procuring entity. iv. Delete name and address of PPOA. 3

SECTION I - INVITATION FOR REGISTRATION (IFR) Tender No. SRC/IFR/62/2016-2018 Tender Name: SUPPLY AND INSTALLATION OF SOFTWARE SECURE SOCKET LAYER CERTIFICATE The Salaries and Remuneration Commission hereinafter referred as Procuring entity intends to register candidates for SUPPLY AND INSTALLATION OF SOFTWARE SECURE SOCKET LAYER CERTIFICATE Registration is open to all eligible bidders including the reserved group with the required capacity. Reserved group should attach valid AGPO certificate Interested eligible candidates may obtain further information from and inspect the tender documents at the Procurement Office, Salaries and Remuneration Commission, 4 th Ngon g Avenue, Williamson House 5 th floor, P.O.BOX 43126-00100, Nairobi, during normal (8.00 a.m - 5.00 p.m) working hours. Tender document can be obtained from the same office upon payment of a non-refundable fee of (Kes.1000.00) in cash or bankers cheque payable to Salaries and Remuneration Commission or downloaded from SRC website www.src.go.ke or IFMIS PORTAL www.supplier.treasury.go.ke at no cost. Bidders who download the tender document from the website must visit the Commission s office during normal office working hours to have the tender registered. This is for the purpose of contacting the supplier in case of any clarifications. Applications for prequalification must be submitted enclosed in plain sealed envelopes marked with the tender name and reference number and deposited in the tender box at Salaries and Remuneration Commission 6th floor reception or to be addressed to the Commission Secretary, Salaries and Remuneration Commission, P.O.BOX 43126-00100, Nairobi so as to be received on or before 25 th April, 2016 at 12 Noon. Bids received after 12 Noon shall be rejected. Bids will be opened immediately after the closing time and date. Bidders or their representatives may attend the opening if they so wish. The Commission will communicate the results or outcome (successful and unsuccessful); using the above mentioned websites within thirty days from the date the tender closes. Only candidates qualified under this registration process will be invited to tender. For Commission Secretary, Salaries and Remuneration Commission 4

SECTION II - INSTRUCTIONS TO CANDIDATES Notes on Instructions to Candidates 1. The instructions to candidates should provide the candidates with adequate information to facilitate preparation and submission of a good registration application. 2. All the blank spaces should be properly completed by the procuring entity before the registration document is given to the candidates. 3. The notes accompanying the clauses in this part are not part of the text. They are meant to assist the procuring entity when preparing the registration document. The notes should not be incorporated in the actual registration documents. 4. Where in the text alternative clauses are shown, the procuring entity should select those suitable for the particular contract and discard the alternative text that will not apply. This should also be clarified in the appendix to instructions to candidates. 5. The instructions to candidates may be amended or supplemented by clauses in the appendix to instructions to candidates. 5

SECTION II - INSTRUCTIONS TO CANDIDATES Table of Contents Page 2.1 Scope of tender.. 7 2.2 Submission of Applications. 7 2.3 Eligible candidates. 8 2.4 Qualification criteria.. 8 2.5 Joint venture.. 10 2.6 Public sector companies. 11 2.7 Conflict of interest. 11 2.8 Updating registration information.. 11 2.9 Preferences 2.10 General 6

2.3 Eligible Candidates 2.3.1 This invitation for registration is open to all candidates who are eligible as defined in Kenya s Public Procurement Law and regulations and as indicated in the appendix to instructions to candidates. 2.3.2 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. 2.3.3 All terms found capable of performing the contract satisfactorily in accordance to the set criteria shall be registered. 2.4 Qualification Criteria 2.4.1 Registration will be based on meeting the minimum requirements to pass in the criteria set as shown below. The applicant s general and particular experience, personnel and equipment capabilities and financial position as demonstrated by the applicant s response in the forms provided in Section IV and submitted with the letter of application shall form part of evaluation 2.4.2 The procuring entity reserves the right to waive minor deviations if they do not materially affect the capability of an applicant to perform the contract. 2.4.3 When highly specialized inputs (especially for execution of the contact) are required by the applicant from specialist sub contractors, such subcontractors and their inputs shall be described in the Standard Form 1 (General Information) 7

SUPPLIER EVALUATION CRITERIA Mandatory Requirements No Mandatory Requirements Yes No Remarks 1 Valid Tax compliance Certificate 2 Certificate of Incorporation & Reg. 3 Duly completed Letter of Application (attached) 4 Submit two copies of the tender document marked (Original & Copy). The Copies must be signed and stamped 5 Certified copy of CR12 form 6 Submit duly completed registration Form (1)and Form(5A), attached in the tender document 7 Duly completed Form A2 attached. 8 Provide company profile together with email address, telephone /mobile numbers, contact persons. 9 For professional services or works or specialized goods bidder MUST be registered with relevant bodies dealing with the service or complete the Manufacturer s Authorization form attached. Others attach valid relevant copy of certificate of registration. e.g IHRM; LSK, NCA, AKI,IRA,IATA whichever applicable etc. 10 Provide evidence of providing similar services to at least three public entities (attach reference letters and evidence of contract 8

agreements) 11 Evidence of physical address and premises 12 Duly completed IFMIS Form Attach copies of utility bills e.g. electricity/water or lease agreement/title. Only bidders that comply with all mandatory requirements (score YES) on all items above shall be considered for technical evaluation. 9

TECHNICAL CRITERIA No. Evaluation requirement Evaluation parameter 1. Relevant Business 3-4 Copies of Experience/Number of years LPOs or contracts in business at least 3 years. (10 Marks) 1-2 Provide evidence LPOs or Contracts (5), 2. Provide details of contracts of similar nature and complexity and their value 3. Personnel capabilities; Using Form 5 A provide a summarized professional experience over the last three years. Indicate particular technical and managerial experience relevant (Attach CV and relevant certifications) 4. Three (3) corporate clients reference letters in their letter heads and copies of (LSO, LPO or Contract from each) 5. Declaration that you are not insolvent, in receivership, bankrupt or in the process of being wound up and is not subject to legal proceedings or litigation. 6. Demonstrate the financial capacity by duly completing Application Form 7 attached in the tender document. Provide a six month bank statement none (0 Mark) 2 Copies of LPOs/LSO or Contract (15 marks) 1 copy of LPO/LSO or contracts(5 Marks),none (0 Mark) 3-4 staff with relevant Professional experience, training and managerial experience (25 marks); 1-2 staff (15 marks); none (0 mark) Full submission, 3-4 (15 Marks)1-2 (10 marks); none (0 Mark) Full submission in your company letterhead Completed Form 7 and bank statement (30 marks) Completed Form 7 only (10 Marks), None (0 )mark Weighted % Maximum Score 10,5, 0 10 20,10,0 20 20,15,0 25 15,10,5-0 15 5 5 25, 10 25 Only bidders that shall score 80% and above shall be considered technical responsive and shall be considered for registration 10

2.4.4 (a) The applicant MUST have been in business in the category under consideration for at least 3 years 2.4.5 (b) Specific experience of the service provider in the category under consideration of at least three known organizations. 2.4.6 Financial Position: The applicant shall demonstrate that is has success to lines of credit and other financial means sufficient to meet contractual obligations. 2.4.7 A Financial statement for the last 3 years shall be submitted and MUST demonstrate the soundness of the applicant s financial position. Where necessary the procuring entity will make enquiries with the applicant s bankers. 2.4.8 Personnel capabilities. The applicant must have suitably qualified personnel to to execute to services. 2.4.9 The audited Accounts for the last three (3) years shall be submitted and must demonstrate the soundness of the applicant s financial position, showing longterm profitability. Where necessary the procuring entity will make inquiries with the applicant s bankers. 2.4.10 Litigation history the applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under its execution over the last five years. A consistent history of awards against the applicant or any partner of a joint venture may result in failure of the application. Any future bid shall be signed so as to legally bind all partners, jointly and severally, and any bid shall be submitted with a copy of the joint venture agreement providing the joint and several liabilities with respect to the contract. 2.5.1 The pre-qualification of a joint venture does not necessarily pre qualify any of its members individually as a member in any other joint venture or association. In case of dissolution of a joint venture, each one of the constituent firms may prequalify if it meets all the prequalification requirements, subject to a written approval of the procuring entity 2.6 Public Sector companies 2.6.1 Any public owned enterprise may be eligible to qualify if, in addition to meeting all the above requirements, it is also legally and financially autonomous, it operates under commercial law, and it is not a dependent agency of another public entity. 2.7. Conflict of Interest 11

2.7.1 The applicant (including all members of a joint venture) shall not be associated, nor have been associated in the past, with the consultant or any other entity that has prepared the design, specifications, and other prequalification and bidding documents for the project, or with an entity that was proposed as engineer for the contract. Any such association must be disclosed and may result in the disqualification of the applicant. 2.5 Updating Registered Information 2.5.1 Registered candidates shall be required to update the financial information used for Registration at the time of submitting their bids and to confirm their continued compliance with the qualification criteria. A bid shall be rejected if the applicant s qualification thresholds are no longer met at the time of bidding. 12

13

APPENDIX TO INSTRUCTIONS TO CANDIDATES Notes on the appendix to instructions to Candidates 1. The appendix to candidates to tenderers is intended to assist the procuring entity in providing specific information which may not be adequately covered by the clauses in the instructions to candidates. 2. The appendix may amend any information in the instructions to candidates. 3 The procuring entity should use the appendix to ensure that all relevant information to the candidates relating to a particular registration is included. APPENDIX TO INSTRUCTIONS TO CANDIDATES The following instructions for the registration of candidates shall supplement, complement or amend the provisions of the instructions to candidates. Where there is a conflict between the provisions of the instructions to candidates and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to the candidates. SECTION III - LETTER OF APPLICATION Notes on letter of application The letter of application will be prepared by the applicant and will follow the form presented herein. The letter of application will be prepared on the letterhead paper of the applicant or partner responsible for a joint venture and will include full postal address, telephone numbers, fax number and Email address. The letter of application will be signed by duly authorized representatives of the applicant. Any clause which does not apply to the applicant in the letter of application herein shall be deleted by the applicant. 14

SECTION III - LETTER OF APPLICATION Date To. (Name and address of the procuring entity) Ladies and/or Gentlemen 1. Being duly authorized to represent and act on behalf of (name of firm) (hereinafter referred to as the Applicant ), and having reviewed and fully understood all of the registration information provided, the undersigned hereby apply to be registered by yourselves as a bidder for the following contract(s) under (Tender No.. and Tender name) Tender number 1. Tender name 2. 3. 4. 5. 2. Attached to this letter are copies of original documents defining (a) the Applicant s legal status (b) the principal place of business and (c) the place of incorporation (for applicants who are corporations), or the place of registration and the nationality of the owners (for applicants who are partnerships or individually-owned firms). 3. Your Agency and its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and as requested by yourselves to verify statements and information provided in this application, such as the resources, experience, and competence of the Applicant. 15

4. Your Agency and its authorized representatives may contact the following persons for further information. General and managerial inquiries Contract 1 Telephone 1 Contract 2 Telephone 2 Personnel inquiries Contract 1 Telephone 1 Contract 2 Telephone 2 Technical inquiries Contract 1 Telephone 1 Contract 2 Telephone 2 Financial inquiries Contract 1 Telephone 1 Contract 2 Telephone 2 5. This application is made with the full understanding that: (a) (b) (c) Bids by registered applicants will be subject to verification of all information submitted for registration at the time of bidding. Your Agency reserves the right to: amend the scope and value of any contracts bid under this project; in such event, bids will only be called from registered bidders who meet the revised requirements; and reject or accept any application, cancel the prequalification process, and reject all applications your Agency shall not be liable for any such actions and shall be under no obligation to inform the Applicant of the grounds for them 7. Appended to this application, we give details of the participation of each party, including capital contribution and profit/loss agreements, in the joint venture or association. We also specify the financial commitment in terms of the percentage 16

of the value of the <each> contract, and the responsibilities for execution of the <each> contract. 8. We confirm that if we bid, that bid, as well as any resulting contract, will be: a. Signed so as to legally bind all partners, jointly and severally; and b. Submitted with a joint venture agreement providing the joint and several liability of all partners in the event the contract is awarded to us. 9. The undersigned declare that the statement made and the information provided in the duly completed application are complete, true, and correct in every detail. Signed Name For and on behalf of (name of Applicant or lead partner of a joint venture) Signed Name For and on behalf of (name of partner) Signed Name For and on behalf (name of Partner) Signed Name For and on behalf of (name of partner) Signed Name For and on behalf (name of Partner) Signed Name For and on behalf of (name of partner) 17

SECTION IV - STANDARD FORMS Table of Contents Form No. Name Page 1. General information 2. General experience record 2 A Joint Venture summary 3. Particular experience record 3A Details of contracts of similar nature and complexity 4. Summary sheet current contract commitments/works in progress 5. Personnel capabilities 5A Candidate summary 6. Equipment capability 7. Financial capability 8. Litigation History 9. Request for Review SECTION IV - STANDARD FORMS 18

Notes on completion of Standard Forms Application Form 1 - General information This form is to be completed by all applicants. Where the applicant proposes to use sub-contractors the information should be supplied in this format. Where there is a joint venture, each partner shall complete the form Application Form 2 - General Experience Record This form is to be completed by all applicants. Separate sheets should be used for each partner of a joint venture. Applicants are not required to enclose testimonials, certificates or publicity materials with their applications. Application Form 2A - Joint Venture Summary This form is to be completed by joint venture applicants only. Application Form 3 - Particular Experience Record This form is to be completed by all applicants meeting the requirement set out in the instructions to candidates. Separate sheets shall be used for each member of or joint venture. Complimentary information will be given on application Form 3A. Application Form 3A - Details of Contracts of similar nature and complexity This form shall be completed by all applicants and will contain similar works completed by the applicant or a member of a joint venture Application Form 4 - Summary sheet. Contract commitments/work in progress This form is to be completed by all applicants including each member of a joint venture. It shall contain the current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued. Application Form 5 - Personnel Capabilities This form is to be completed by all applicants. It shall include specific positions essential to contract implementation. The applicants shall provide the names of at least two candidates qualified to meet the specified requirements stated for each position. The data on their experience shall be supplied on Form 5A 19

Application Form 5A - Candidate Summary This form is to be completed by all applicants. The information provided will complement information on Form 5. A separate form shall be used for each personnel Application Form 6 - Equipment Capability This form is to be completed by all applicants. It should provide adequate information to demonstrate clearly that the applicant has the capability to meet the requirements for each and all items of equipment listed in the instructions to candidates. A separate form shall be prepared for each item of equipment or for alternative equipment proposed by the applicant. Application Form 7 - Financial Capability This form shall be completed by every applicant and each member of a joint venture. It should contained financial information to demonstrate that they meet the requirements stated in the instructions to candidates. If necessary separate sheets should be used to provide complete banker information. A copy of the audited balance sheet if available should be attached. The information should include the summary of actual assets and liabilities for the last five years. Application Form 8 - Litigation History This form is to be completed by all applicants including each member of a joint venture. It 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 member of a joint venture Form RB1 - Request for Review This form is only to be filled by the tenderer when aggrieved by the Procuring Entity and submitted to the Review Board at anytime during the tender process but not later than 14 days after date of notification of award 20

APPLICATION FORM (1) GENERAL INFORMATION 1. Name of firm 2. Head office address 3. Telephone Contact person 4. Fax E-mail 5. Place of incorporation/registration Year of incorporation/registration Nationality of owners Name Nationality 1. 2. 3. 4. 5. 21

APPLICATION FORM (5A) CANDIDATE SUMMARY Name of Applicant Position Candidate information Candidate * Prime * Alternate 1. Name of candidate 2. Date of birth 3. Professional qualifications Present employment 4. Name of employer 5. Address of employer Telephone Fax Job title of candidate Contact (manager/personnel officer) E mail Years with present employer Summarize professional experience over the last 3 years, in reverse chronological order. Indicate particular technical and managerial experience relevant From To Company/Project/Position/Relevant technical and management experience 22

APPLICATION FORM (7) FINANCIAL CAPABILITY Name of Applicant or partner of a joint venture Banker Name of banker Address of banker Telephone Contact name and title Fax E mail Financial information in KHz. Actual : Projected: previous five years next two years 1. 2. 3. 4. 1. Total assets 2. Current assets 3. Total liabilities 4. Current liabilities 5. Profits before taxes 6. Profits after taxes 23

Source of finance Amount KHz. 1. 2. 3. 4. APPLICATION FORM (8) LITIGATION HISTORY Name of Applicant or partner of a joint venture Applicants, including each of the partners of a joint venture, should provide information of any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution (Instructions to Applicants, para. 4.8). A separate sheet should be used for each partner of a joint venture. Year Award FOR or AGAINST Applicant Name of client, cause of litigation, and matter in dispute Disputed amount (current value KHz.) 24

LETTER OF NOTIFICATION OF AWARD To: Address of Procuring Entity 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 25

MANUFACTURER S AUTHORIZATION FORM 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. 26

FORM A2 -DECLARATION FORM STATEMENT OF VERIFICATION THAT THE TENDERER IS NOT DEBARRED IN THE MATTER OF THE PUBLIC PROCUREMENT AND DISPOSAL ACT 2005. I,.of P. O. Box. being a resident of.. in the Republic of Kenya do hereby make a statement as follows:- 1. THAT I am the Chief Executive/Managing Director/Principal Officer/Director of..... (Name of the Company) who is a Bidder in respect of Tender No... To supply goods, render services and/or carry out works for Salaries and Remuneration Commission and duly authorized and competent to make this statement. 2. THAT the aforesaid Bidder has not been debarred from participating in procurement proceeding. 3. THAT the aforesaid Bidder will not engage in any corrupt practice and has not been requested to pay any inducement to any member of the Commissioners, Management, Staff and/or employees and/or agents of Salaries and Remuneration Commission, which is the procuring entity. 4. THAT the aforesaid Bidder, its servants and/or agents have not offered any inducement to any member of the Commissioners, Management, Staff and/or employees and/or agents of Salaries and Remuneration Commission. 5. THAT what is deponed to hereinabove is true to the best of my knowledge information and belief. Finally, the company has the necessary qualifications, capability, experience, resources, equipment and facilities to provide what is being procured in this invitation to tender. (Title) (Signature) (Date) 27

REQUEST FOR REVIEW FORM 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 28

ELECTRONIC FUNDS TRANSFER DETAILS We hereby provide the following bank details for Electronic Funds Transfer. Name of Organization:.. Postal Address:.. Physical Address:.. Contact Person:. Company Email Address:. Company Reg. No.:... Bank and Branch:.. Bank and Branch Code: Account Number:.. P.I.N Number (Tax).. The following copies of certificates are hereby attached:- 1. Tax Compliance Certificate 2. Registration Certificate 3. PIN Certificate We certify under the seal of the Company that the information provided above is correct. Yours Faithfully Signature. Signature. Name of Co. Secretary Name of Director. I.D. No. I.D.No.... 29