Professional Documents
Culture Documents
Table of Contents
Page
INTRODUCTION ..
Section I
Section II
INSTRUCTION TO TENDERERS
Appendix to instructions to tenderers ..
21
28
Section V
SCHEDULE OF REQUIREMENTS .
31
33
1.
FORM OF TENDER .
35
2.
PRICE SCHEDULES.
37
3.
CONTRACT FORM..
38
4.
39
5.
40
6.
41
7.
SECTION I
SERVICES.
1.1
1.2
1.3
1.4
Prices quoted should be net inclusive of all taxes, and delivery costs,
must be in Kenya Shillings and shall remain valid for ( 120 ) days
from the closing date of the tender.
1.5
1.6
SIGNED FOR:
SECTION II
(County Secretary)
INSTRUCTION TO TENDERERS
Table of Clauses
Page
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
2.13
2.14
2.15
2.16
2.17
2.18
2.19
2.20
2.21
2.22
2.23
2.24
2.25
2.26
2.27
2.28
2.29
2.30
2.31
Eligible Tenderers. 6
Cost of Tendering.. 6
Contents of Tender document 6
Clarification of Tender document.. 7
Amendments of Tender document.. 7
Language of Tenders 8
Documents Comprising the Tender. 8
Tender Form.. 8
Tender Prices 8
Tender Currencies 9
Tenderers Eligibility and Qualifications 9
Tender Security. 9
Validity of Tenders.. 10
Format and Signing of Tenders.. 11
Sealing and Marking of Tenders 11
Deadline for Submission of Tenders 12
Modification and Withdrawal of Tenders 12
Opening of Tenders 13
Clarification of Tenders..13
Preliminary Examination.. 13
Conversion to Single Currency.. 14
Evaluation and Comparison of Tenders. 14
Contacting the Procuring Entity. 15
Post-Qualification. 16
Award Criteria.. 16
Procuring Entitys Right to Vary Quantities 16
Procuring Entitys Right to Accept or Reject any or
all Tenders. 16
Notification of Award.. 17
Signing of Contract 17
Performance Security 17
Corrupt or Fraudulent Practices. 18
COUNTY GOVERNMENT OF UASIN GISHU 2016/16 FY
SECTION II
2.1.
INSTRUCTIONS TO TENDERERS
Eligible Tenderers
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
Kshs.1000.00.
2.2.3 The procuring entity shall allow the tenderer to review the tender
document free of charge before purchase.
COUNTY GOVERNMENT OF UASIN GISHU 2016/16 FY
2.3
2.3.1 The tender documents comprise the documents listed below and
addenda issued in accordance with clause 2.5 of theses instructions to
tenderers.
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
(x)
(xi)
(xii)
(xiii)
(xiv)
Instructions to Tenderers
General Conditions of Contract
Special Conditions of Contract
Schedule of Requirements
Details of Insurance Cover
Form of Tender
Price Schedules
Contract Form
Confidential Business Questionnaire Form
Tender security Form
Performance security Form
Insurance Companys Authorization Form
Declaration Form
Request for Review Form
2.3.2 The Tenderer is expected to examine all instructions, forms, terms and
specification 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.
2.4
2.4.1 A Candidate making inquiries of the tender documents may notify the
Procuring entity by post, fax or by email at the procuring entitys
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 the 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 candidates who have received the tender documents.
COUNTY GOVERNMENT OF UASIN GISHU 2016/16 FY
2.4.2 The procuring entity shall reply to any clarifications sought by the
tenderer within 3 days of receiving the request to enable the tenderer
to make timely submission of its tender.
2.4.3 Preference where allowed in the evaluation of tenders shall not exceed
15%
2.5
2.5.1 At any time prior to the deadline for submission of tenders, 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 and addendum.
2.5.2 All prospective tenderers who have obtained the tender documents
will be notified of the amendment by post, fax or email and such
amendment will be binding on them.
2.5.3 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.
2.6
Language of Tenders
2.6.1 The tender prepared by the tenderer, as well as all correspondence and
documents relating to the tender exchanged by the tenderer and the
Procuring entity, shall be written in English language. 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.
2.7.
2.7.1 The tender prepared by the tenderer shall comprise the following
components:
COUNTY GOVERNMENT OF UASIN GISHU 2016/16 FY
(a)
(b)
(c)
(d)
2.8.
Form of Tender
2.8.1 The tenderer shall complete the Tender Form and the Price Schedule
furnished in the tender documents, indicating the services to be
provided.
2.9.
Tender Prices
2.9.1 The tenderer shall indicate on the form of tender and the appropriate
Price Schedule the unit prices and total tender price of the services it
proposes to provide under the contract.
2.9.2 Prices indicated on the Price Schedule shall be the cost of the services
quoted including all customs duties and VAT and other taxes payable.
2.9.3 Prices quoted by the tenderer shall remain fixed during the Term of
the contract unless otherwise agreed by the parties. A tender
submitted with an adjustable price quotation will be treated as nonresponsive and will be rejected, pursuant to paragraph 2.20.5
2.10. Tender Currencies
2.10.1 Prices shall be quoted in Kenya Shillings
2.11. Tenderers Eligibility and Qualifications
2.11.1 Pursuant to paragraph 2.1 the tenderer 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.
(b)
(c)
10
2.15.1 The tenderer shall seal the original and the copy of the tender in
separate envelopes, duly marking the envelopes as ORIGINAL
TENDER and COPY OF TENDER. The envelopes shall then be
sealed in an outer envelope.
2.15.2 The inner and outer envelopes shall:
(a)
11
12
13
Operational Plan
(i)
(b)
(i)
14
15
(d)
16
17
18
1.
2.
3.
(b)
4.
5.
19
Particulars of Appendix to
instructions to tenderers
2.1
MANDATORY REQUIREMENT
(i)Certified copy of Business
Registration/Incorporation
Certificate.
(ii) Copy of Valid Tax Compliance
Certificate
(iii) Original Tender security (Bid
Bond) of 2% of the tender some from
PPOA Authorized Institution.
(iv) Submission in the right formatAll forms and price schedule
completely filled, signed and rubber
stamped,
(v)Must be a current member of the
Association of Insurance Brokers
(AIB) OR Must be a member of the
Association of Kenya Insurance (AKI)
2.15.2 (b)
2.16.1
2.18.1
20
TECHNICAL EVALUATION
2.24
1. Liquidity
(a) Annual gross premium in
previous year of Kshs. 500M 15%
(b) Paid up capital of Kshs. 200M
15%
(c) Audited accounts for the
previous 3 years 15%
2. List of five reputable clients and
total clients premiums of minimum
500M for previous one year 20%
3. Registration with commissioner of
Insurance 15%
4. Must have total number of Key
management staff of at least 10(No)
20%
N/B:Bidders who score 70% and
above shall proceed to Financial
stage.
(Complete as necessary)
21
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
Page
Definitions 22
Application 22
Standards..
22
Use of Contract Documents and Information.. 23
Patent Rights. 23
Performance Security 23
Delivery of Services and Documents. 24
Payment. 24
Prices. 24
Assignment. 24
Termination for Default. 25
Termination for Insolvency..
25
Termination for Convenience 25
Resolution of Disputes.. 26
Governing Language.. 26
Applicable law..
26
Force Majeure..
26
Notices
27
22
Definitions
(b)
(c)
(d)
(e)
(f)
(g)
(h)
23
3.2.
Application
3.2.1 These General Conditions shall apply to the extent that they are not
superceded by provisions of other part of the contract
3.3.
Standards
3.3.1 The services provided under this Contract shall conform to the
standards mentioned in the schedule of requirements.
3.4.
3.4.1 The Contractor shall not, without the Procuring entitys prior written
consent, disclose the Contract, or any provision thereof, 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 contractor in the
performance of the Contract.
3.4.2 The Contractor shall not, without the Procuring entitys prior written
consent, make use of any document or information enumerated in
paragraph 2.4.1 above.
3.4.3 Any document, other than the Contract itself, enumerated in
paragraph 2.4.1 shall remain the property of the Procuring entity and
shall be returned (all copies) to the Procuring entity on completion of
the contracts or performance under the Contract if so required by the
Procuring entity.
3.5.
Patent Rights
3.5.1 The Contractor shall indemnify the Procuring entity against all thirdparty claims of infringement of patent, trademark, or industrial design
rights arising from use of the services under the contract or any part
thereof.
24
3.6.3
3.6.4
3.7.
Payment
25
3.9.
Prices
3.9.1 Prices charges by the contractor for Services performed under the
Contract shall not, with the exception of any price adjustments
authorized in SCC vary from the prices quoted by the tenderer in its
tender or in the procuring entitys request for tender validity extension
the case may be. No variation in or modification to the terms of the
contract shall be made except by written amendments signed by the
parties.
3.9.2 Contract price variations shall not be allowed for contracts not
exceeding one year (12 months)
3.9.3 Where contract price variation is allowed the variation shall not
exceed 10% of the original contract price
3.9.4 Price variation requests shall be processed by the procuring entity
within 30 days of receiving the request.
3.10. Assignment
3.10.1 The Contractor shall not assign, in whole or in part, its obligations to
perform under this Contract, except with the Procuring entitys prior
written consent.
3.11. Termination for Default
3.11.1The Procuring entity may, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the Contractor
terminate this Contract in whole or in part:
(a)
(b)
26
(c)
3.11.2 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, services similar to those un-delivered, and the
Contractor shall be liable to the Procuring entity for any excess costs
for such similar services. However the contractor shall continue
performance of the contract to extent not terminated.
27
28
The clauses in this section are intended to assist the procuring entity in
providing contract-specific information in relation to corresponding
clauses in the General Conditions of Contract
(b)
29
4.1.1 Must be registered with the Commissioner of Insurance for the current
year and a copy of the current license be submitted.
4.1.2 Must have done annual gross premiums in previous year of Kshs.
4.1.3 Must have paid up capital of at least Kshs.
.
4.1.4 Must give a list of 5 (five) reputable clients and the total clients
premiums for the previous year
4.1.5 Must submit a copy of the audited accounts for the previous year
4.1.6 Must have total number of management staff of at least
(No)
4.1.7 Must submit copies of the following documents;
(a) PIN Certificate
(b) Tax Compliance Certificate
(c) Certificate of Registration/Incorporation
4.1.8 Must be a member of the Association of Kenya Insurance (AKI)
4.2.
4.2.1 Must be registered with the Commission of Insurance for current year
and a copy of the current license be submitted.
4.2.2 Must have a Bank guarantee of Kshs.
deposited with the
Commissioner of Insurance and a Copy be submitted
4.2.3 Must have a Professional Indemnity Insurance Cover of at least Kshs.
and a copy be submitted
4.2.4 Must give a list of 5 (five) reputable clients and the total clients
premium in the previous year
4.2.5 Must submit a copy of the audited accounts for the previous year
4.2.6 Must be a current member of the Association of Insurance Brokers
(AIB) (to be completed as appropriate. Amendments may be made as
necessary)
(Modify as necessary)
30
3.8 Payment
KENYA LAW
3.18 Notices
COUNTY
SECRETARY,
COUNTY GOVERNMENT OF
UASIN GISHU Box 40-30100
ELDORET.
31
2.
3.
32
No.
Particulars of Insurance
1.
PRIVATE VEHICLE
Value to be
insured
Risks to be
covered
Comprehensive
161,939,470.00
2.
MACHINERY
Comprehensive
609,696,430.00
3.
COMMERCIAL
Comprehensive
520,206,695.00
4.
5.
TRACTORS AND
TRAILER
MOTOR CYCLES
Comprehensive
30,296,250.00
3,617,100.00 Comprehensive
33
form
must
3.
Contract Form - The contract form shall not be completed by the
tenderer at the time of submitting the tender. The contract form shall be
completed after contract award and should incorporate the accepted contract
price.
4.
Confidential Business Questionnaire Form This form must be
completed by the tenderer and submitted with the tender documents.
5.
Tender Security Form When required by the tender
document the tenderer shall provide the tender security either in the form
included hereinafter or in another format acceptable to the procuring entity.
6.
Performance security Form The performance security form
should not be completed by the tenderer at the time of tender preparation.
Only the successful tenderer will be required to provide performance
security in the form provided herein or in another form acceptable to the
procuring entity.
34
Form of Tender
To:
Date
Name and address of procuring entity
Tender No.
Tender Name
Dated this
day of
[Signature]
2005
35
NO
MAKE
BODY TYPE
1 KBQ 193D
Mistubishi pajero
SUV
5,400,000.00
2 KAT 512X
Toyota Prado
SUV
3,600,000.00
3 GVN 027B
Toyota Prado
SUV
11,400,000.00
4 GVN 027A
M/Benz
salon
8,550,000.00
5 KBW 982V
Toyota Prado
SUV
8,550,000.00
6 KBU 689T
Ford Everest
SUV
3,800,000.00
7 KBU 688T
Ford Everest
SUV
3,800,000.00
8 KAB 610S
Mit Pajero
SUV
3,800,000.00
9 KAR 130L
Toyota corolla
Saloon
10 KBG 257C
KIA
SUV
11 KAB 141Q
Peugeot
Saloon
180,000.00
12 KAD 928C
MIT
Pajero
400,000.00
13 KAP 547Z
MIT
Pajero
240,000.00
14 KAE 950E
Peugeot
15 KBU 687T
Ford Everest
SUR
3,800,000.00
16 KBU 681T
Ford Everest
SUV
3,800,000.00
17
18
19
20
21
22
23
TOYOTA PRADO
LANDROVER
LANDROVER
LANDROVER
LANDROVER
LANDROVER
LANDROVER
PRADO
SUV
SUV
SUV
SUV
SUV
SUV
3,800,000.00
5,750,000.00
5,750,000.00
5,750,000.00
5,750,000.00
5,750,000.00
5,750,000.00
KAW 758Z
KCD280G
KCD281G
KCD282G
KCD283G
KCD284G
KCD285G
VALUE
TOTAL
PREMIUM
448,000.00
1,800,000.00
180,000.00
36
24
25
26
27
28
29
30
31
32
33
27CG004A
27CG005A
27CG006A
27CG007A
27CG008A
27CG009A
27CG010A
UNDELIVERED
UNDELIVERED
UNDELIVERED
T/FORTUNER
T/FORTUNER
T/FORTUNER
T/FORTUNER
T/FORTUNER
T/FORTUNER
T/FORTUNER
T/FORTUNER
T/PRADO
T/COROLLA
SUV
SUV
SUV
SUV
SUV
SUV
SUV
SUV
SUV
SALOON
6,233,500
6,233,500.00
6,233,500.00
6,233,500.00
6,233,500.00
6,233,500.00
6,233,500.00
6,233,500.00
10,040,900.00
3,982,570.00
MACHINERY
NO
VEHICLE REG
NO
1 KWE 236
Komatsu
2 KAL 321M
Komatsu
3 KUL 979
Fiatalis
BODY
TYPE
Wheel
shovel
Track
shovel
Track
shovel
4 KAB 254Q
Komatsu
Grader
8,268,750.00
5 KAB 232Q
Komatsu
Grader
8,268,750.00
6 KAB 167Q
Komatsu
Grader
9,800,000.00
7 KWE 394
Komatsu
Grader
7,087,500.00
8 KAW 230Z
Komatsu
Grader
9,000,000.00
9 KUL 330
Komatsu
Grader
6,300,000.00
10 KBZ 338D
Shantui
17,350,560.00
11 KBZ 932D
Doosan
Doozer
Wheel
shovel
12 KBZ 378D
Hyundai
Excavator
18,182,430.00
13 KBZ 379D
Hyundai
Excavator
15,518,880.00
14 KBZ 374D
Hyundai
Excavator
15,518,880.00
15 KBZ990D
CAT
Back hoe
8,102,160.00
16 KBZ991D
CAT
Back hoe
8,102,160.00
MAKE
VALUE
TOTAL
PREMIUM
6,300,000.00
5,400,000.00
5,400,000.00
11,008,800.00
37
17 KCA203F
CAT
18 unregistered
Doosan
19 unregistered
Doosan
20 unregistered
Doosan
21 unregistered
Doosan
22 unregistered
Doosan
23 unregistered
Doosan
24 KCA 227F
CAT
25 KCA 229F
CAT
26 KCA 223F
CAT
27 KCA 224F
CAT
28 KCA 226F
CAT
29 KCA 228F
CAT
30 KCA 240F
CAT
31 KCA 241F
CAT
32 KCA 225F
CAT
Back hoe
High Mast
Generator
High Mast
Generator
High Mast
Generator
High Mast
Generator
High Mast
Generator
High Mast
Generator
Motor
Grader
Motor
Grader
Motor
Grader
Motor
Grader
Motor
Grader
Motor
Grader
Motor
Grader
Motor
Grader
Motor
Grader
33 KCD 262G
CAT
Roller
8,870,400.00
34 KCD 263G
CAT
Roller
8,870,400.00
35 KCD 264G
CAT
8,870,400.00
36 unregistered
CAT
37 unregistered
CAT
38 unregistered
CAT
Roller
Pedestrian
Roller
Motor
Grader
Motor
Grader
39 KAW 728Z
Komatsu
40 unregistered
Unregistered
CAT
Shantui Dozer
Grader
Motor
Grader
Dozer
8,102,160.00
1,148,400.00
1,148,400.00
1,148,400.00
1,148,400.00
1,148,400.00
1,148,400.00
27,799,200.00
27,799,200.00
27,799,200.00
27,799,200.00
27,799,200.00
27,799,200.00
27,799,200.00
27,799,200.00
27,799,200.00
2,700,000.00
33,350,000.00
33,350,000.00
8,000,000.00
33,350,000.00
38
41
42 Unregistered
Shantui Dozer
Dozer
20,000,000.00
20,000,000.00
MAKE
Trailer
Water tanker
3 KAB 201Q
4 KBY 631C
5 KBY 671C
Massey Furguson
New Holland
New Holland
6 KAW 814Z
M/Fergusson
7 KBG 229C
Ford
8 KAW 790Z
9 ZC 2908
Massey Furguson
Trailer Tractor
10 KAR 147L
Massey Furguson
11 UNREG
MCCORMICK
12 UNDEL
SKIP
13 UNDEL
SKIP
14 UNDEL
SKIP
BODY
TYPE
Farm
Tractor
Tractor
Tractor
Farm
Tractor
Farm
Tractor
Farm
Tractor
Farm
Tractor
Farm
Tractor
Tractor
Operated
Tractor
Operated
Tractor
Operated
VALUE
300,000.00
750,000.00
760,000.00
3,800,000.00
3,800,000.00
1,900,000.00
1,425,000.00
997,500.00
166,250.00
997,500.00
4,000,000.00
3,800,000.00
3,800,000.00
3,800,000.00
39
NO
1
2
3
4
5
6
7
8
9
10
11
12
13
14
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
32
33
34
35
38
39
40
COMMERCIAL VEHICLES
VEHICLE
REG NO
MAKE
KBQ 147D
TOYOTA
KAM 075T
ISUZU
KAN 089P
ISUZU
KBQ 148D
TOYOTA
KAW 802Z
TOYOTA
KAW 709Z
TOYOTA
KBQ 145D
TOYOTA
KAR 554L
TOYOTA
KAW 788Z
NISSAN
KBZ 404D
TOYOTA
KBZ 403D
TOYOTA
KBZ 401D
TOYOTA
KBU 682T
TOYOTA
KAN 583U
TOYOTA
KBQ 176D
TOYOTA
KAB 362Q
RENAULT
KBY 396C
Ford RANGER
KAB 243Q
M.Benz
KBY 409C
Isuzu FVR
KBY 410C
Isuzu FVR
KBG 223C
Isuzu
KBU 745T
Isuzu
KBU 746T
Isuzu
KAN 063P
Isuzu
KAH 022Y
Isuzu
KUL 340
KAB 358Q
KAB 387Q
KAB 357Q
KAN 856U
Unregistered
Unregistered
KBW 836V
KBY 472C
KBZ 402D
KBZ 430D
Isuzu
Landrover
Mitsubishi
Landrover
TOYOTA
General
General
Isuzu
Isuzu
TOYOTA
TOYOTA
BODY TYPE
D/cabin
Canter
canter
D/cabin
D/cabin
D/cabin
PICK UP
Pick up(matatu)
D/cabin
D/cabin
D/cabin
D/cabin
D/cabin
PICK UP
PICK UP
FIRE ENGINE
P/UP
Water Tanker
Water Boozer
Water Boozer
Tipper
Tipper
Tipper
Tipper
Tipper
Lorry, bitumen,
sprayer
Fire engine
Canter
Fire engine
D/cabin
Fire engine
Fire engine
Canter
Water Boozer
D/cabin
D/cabin
VALUE
3,325000.00
570,000.00
570,000.00
3,325,000.00
1,900,000.00
1,900,000.00
1,900,000.00
720,000.00
646,000.00
3,800,000.00
3,800,000.00
3,800,000.00
3,800,000.00
532,000.00
1,900,000.00
4,750,000.00
3,230,000.00
1,900,000.00
7,600,000.00
7,600,000.00
3,800,000.00
9,975,000.00
9,975,000.00
3,800,000.00
3,800,000.00
5,700,000.00
7,600,000.00
760,000.00
7,600,000.00
900,000.00
9,500,000.00
9,500,000.00
11,400,000.00
7,600,000.00
3,800,000.00
3,800,000.00
40
41 KBZ 337D
UNREGISTER
42 ED
43 KAR 553L
44 KAH 099Y
45 KBJ 717U
46 KAN 090P
47 KUL 984
48 KUL 341
49 KAH 081Y
50 Unregistered
51 KBU 667T
52 KAQ 918B
53
54
55
56
57
58
59
60
61
62
63
64
KAR 562L
KAW 729Z
KCA 250F
KCA 289F
KCA 290F
KCA 288F
KCA 287F
KCA 274F
KCA 273F
KCA 286F
KCA481D
KCA480D
TOYOTA
D/cabin
L/ROVER
TOYOTA
Isuzu
Isuzu
Isuzu
FIAT
Isuzu
Isuzu
Ford
TOYOTA
TOYOTA
TOYOTA
HILUX
NISSAN
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
FIRE ENGINE
Pick up
Side Loader
Side Loader
Side Loader
Multi LIFT
Lorry Side loader
Pick up
Ambulance
D/cabin
D/cabin
10,000,000.00
380,000.00
5,700,000.00
7,600,000.00
4,750,000.00
2,700,000.00
540,000.00
270,000.00
4,750,000.00
2,850,000.00
760,000.00
VAN
D/cabin
Tipper
Tipper
Tipper
Tipper
Tipper
Tipper
Tipper
Refuse truck
Refuse truck
Refuse truck
Truck Mounted
Skiploader
Truck Mounted
Skiploader
Canter
Canter
Side Loader
900,000.00
720,000.00
10,750,000.00
10,750,000.00
10,750,000.00
10,750,000.00
10,750,000.00
10,750,000.00
10,750,000.00
9,119,525.00
9,119,525.00
9,119,525.00
65 KBZ352D
ISUZU
66
67
68
69
ISUZU
Mitsubishi
Mitsubishi
ISUZU
T/LANDCRUIZER
T/LANDCRUIZER
T/LANDCRUIZER
T/LANDCRUIZER
KCA479D
KBZ 417D
KBY 998C
KAB 341Q
70 KCD242G
71 KCD239G
72 KCD238G
73 KCD219G
3,800,000.00
10,497,500.00
10,497,500.00
3,924,925.00
3,924,925.00
5,400,000.00
AMBULANCE
3,567,245.00
AMBULANCE
3,567,245.00
AMBULANCE
3,567,245.00
AMBULANCE
3,567,245.00
41
74 KCD218G
T/LANDCRUIZER
T/LANDCRUIZER
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
ISUZU
AMBULANCE
3,567,245.00
AMBULANCE
D/cabin
D/cabin
D/cabin
D/cabin
D/cabin
D/cabin
D/cabin
MATATU BUILT
P/UP
MATATU BUILT
P/UP
MATATU BUILT
P/UP
MATATU BUILT
P/UP
3,567,245.00
4,000,000.00
4,000,000.00
4,000,000.00
4,000,000.00
4,000,000.00
4,000,000.00
4,000,000.00
AMBULANCE
8,300,000.00
AMBULANCE
8,300,000.00
AMBULANCE
8,300,000.00
AMBULANCE
AMBULANCE
AMBULANCE
FIRE ENGINE
D/cabin
8,300,000.00
900,000.00
900,000.00
29,450,000.00
4,000,000.00
95 UNDELIVERED
FIRE ENGINE
15,800,000.00
96 UNDELIVERED
MOBILE
W/SHOP
17,500,000.00
FUEL TANKER
PRIME MOVER
LOW-BED
MOBILE CLINIC
5,270,000.00
14,482,800.00
3,610,000.00
7,000,000.00
75
76
77
78
79
80
81
82
KCD217G
KCD265G
KCD272G
KCD273G
KCD274G
KCD275G
KCD276G
KCD277G
83 27CG001A
MITSUBISHI
84 27CG002A
MITSUBISHI
85 27CG003A
MITSUBISHI
86 27CG011A
MITSUBISHI
T/LANDCRUIZER
T/LANDCRUIZER
T/LANDCRUIZER
T/LANDCRUIZER
T/HIACE
T/HIACE
HOWO SINO
TOYOTA
87 KCEO11D
88 KCE012D
89 KCE013D
90
91
92
93
94
97
98
99
100
KCE014D
KBZ944F
KBZ977F
KCE020D
Unregistered
UNDELIVERED
KCA440F
ZE8508
KBZ 940g
ISUZU
TRAILER
AMBULANCE
3,006,000.00
3,006,000.00
3,006,000.00
3,006,000.00
42
MOTOR CYCLES
NO VEHICLE REG NO
1 27CG113A
2 27CG114A
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
27CG115A
27CG116A
27CG117A
27CG118A
27CG119A
27CG120A
27CG101A
27CG112A
27CG102A
27CG103A
27CG104A
27CG105A
27CG106A
27CG107A
27CG108A
27CG109A
27CG110A
27CG111A
MAKE
YAMAHA
YAMAHA
BODY
TYPE
VALUE
M/CYCLE
180,855.00
M/CYCLE
180,855.00
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
YAMAHA
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
M/CYCLE
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
180,855.00
43
Contract Form
THIS AGREEMENT made the day of ..between [name of Procurement
entity] of [country of Procurement entity] (hereinafter called the Procuring entity) of
the one part and [name of tenderer] of [city and country of tenderer] (hereinafter called
the tenderer) of the other part:
WHEREAS the Procuring entity invited tenders for the GPA cover and has accepted a
tender by the tenderer for the supply of the services in the sum of
[contract price in words in
figures] (hereinafter called the Contract Price).
NOW THIS AGREEMENT WITNESSTH 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 referred to.
2.
The following documents shall be deemed to form and be read and construed as
part of this Agreement, viz:
(a)
the Tender Form and the Price Schedule submitted by the tenderer;
(b)
the Schedule of Requirements
(c)
the Details of cover
(d)
the General Conditions of Contract
(e)
the Special Conditions of Contract; and
(f)
the Procuring entitys Notification of Award
3.
In consideration of the payments to be made by the Procuring entity to the
tenderer as hereinafter mentioned, the tenderer hereby covenants with the Procuring
entity to provide the GPA cover and to remedy defects therein in conformity in all
respects with the provisions of the Contract.
4.
The Procuring entity hereby covenants to pay the tenderer in consideration of the
provision of the services 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.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written
Signed, sealed, delivered by
the
the
44
1.
2.
3.
4.
5.
Name Nationality
Citizenship Details
Shares
..
..
.
2.
3.
..
4.
..
5.
.
Date.. Signature of Tenderer ..
If a citizen, indicate under Citizenship Details whether by Birth, Naturalization or Registration
45
2.
46
day of
[Address]
[Date]
(Amend accordingly if provided by Insurance Company)
COUNTY GOVERNMENT OF UASIN GISHU 2016/16 FY
47
3. You may contact the officer(s) whose particulars appear below on the subject
matter of this letter of notification of award.
(FULL PARTICULARS)
48
FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO.OF..20...
BETWEEN
.APPLICANT
AND
above
named
Applicant(s),
of
address:
Physical
49
Board Secretary
50