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

Similar documents
REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

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

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

COUNTY ASSEMBLY OF KILIFI

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

Date; August 24, 2016

MEDICAL PRACTITIONERS AND DENTISTS BOARD

SCHOOL EQUIPMENT PRODUCTION UNIT

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

KERIO VALLEY DEVELOPMENT AUTHORITY

PREQUALIFICATION/REGISTRATION OF CONTRACTORS FOR IRRIGATION WORKS, DAMS AND BUILDING CONSTRUCTION, WATER SUPPLY ETC.

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2018/2019/2020 NMK/T/9/2018/2019/2020

COMUNICATIONS AUTHORITY OF KENYA

KENYA LITERATURE BUREAU PRE-QUALIFICATON/ REGISTRATION OF SUPPLIERS FOR GOODS, WORKS AND SERVICES FINANCIAL YEAR PREQUALIFICATION NO:

National Council for Persons With Disabilities

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

TENDER NO.KP1/5DA/PT/04/13-14 PRE-QUALIFICATION OF SIGNAGE CONTRACTORS

TENDER NO. SDGA/01/

INDUSTRIAL & COMMERCIAL DEVELOPMENT CORPORATION

PRE-QUALIFICATION OF SUPPLIERS FOR SUPPLY OF GOODS, WORKS AND SERVICES FOR THE YEAR ENDING 30 TH JUNE 2018 (FINANCIAL YEARS )

REGISTRATION DOCUMENT PROVISION OF AIR TICKETING SERVICES (IATA REGISTERED FIRMS) FRAMEWORK CONTRACT AGREEMENT TENDER NO. YEDF/PQ/021/

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TENDER NO.NPSC.1/11/4/001/

CLOSING DATE 21 st MARCH 2016

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN

THIKA TECHNICAL TRAINING INSTITUTE PRE-QUALIFICATION OF SUPPLIERS FOR SUPPLY/PROVISON OF GOODS AND SERVICES FOR THE YEAR

KENYA SEED COMPANY LTD

PREQUALIFICATION DOCUMENT FOR PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY

PWANI UNIVERSITY TENDER NO. PU/PRQ/01/2016

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

Pre-Qualification of Contractors (Prequalification Document) October 2017

Pre Qualification Document

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent)

NATIONAL GENDER AND EQUALITY COMMISSION

Punjab Thermal Power (Pvt) Limited

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

PRE-QUALIFICATION OF HARDWARE AND ELECTRICAL ITEMS SUPPLIERS FOR YEAR PRE-QUALIFICATION DOCUMENT

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

SALARIES AND REMUNERATION COMMISSION

PRE-QUALIFICATION OF SUPPLIERS OF GOODS AND SERVICES FOR THE 2017/18 FINANCIAL YEAR

GOVERNMENT OF KENYA EXPRESSION OF INTREST NO. ICTA/EOI/01/ FOR

PRE_QUALIFICATION NOTICE FOR THE REGISTRATION OF SUPPLIERS & SERVICE PROVIDERS FOR THE FY /2019

SIMLAW Seed CoMpAny LIMIted

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

PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS FOR THE PERIOD -JANUARY 2018 TO DECEMBER 2019

TENDER DOCUMENT FOR PROVISION OF EXTERNAL AUDIT SERVICES

ENGINEERS BOARD OF KENYA

PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA

PRE-QUALIFICATION OF SUPPLIERS OF GOODS AND SERVICES FOR THE 2019/2020 FINANCIAL YEAR CATEGORY. CLOSING DATE AND TIME 31st OCTOBER :00 Noon

EXPRESSION OF INTEREST (EOI)

INVITATION FOR REQUEST FOR INFORMATION (RFI) : OFFICE FURNITURE SUPPLIES

Attached please find a questionnaire for your completion and return to us together with the understated documents:

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

3. BIDDERS QUALIFICATION CRITERIA

PRE-QUALIFICATION OF SUPPLIERS/CONTRACTORS FOR GOODS AND SERVICES FOR THE PERIOD JANUARY 2018-DECEMBER 2019

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

Section IV. Bidding Forms

KENYA RURAL ROADS AUTHORITY

Kenya Transparency & communications Infrastructure project

GOVERNMENT OF KENYA. Issue Date: 20 November, 2018 Closing Date: 28November, 2018, at 10.00am.

GOVERNMENT OF KENYA. Issue Date :20 November 2018 Closing Date 28 December 2018, at 10.00am.

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICE FOR

Casework Technical Support (Social Welfare - Project Management)

SAHARA Petrochemicals Company. Part I

PREQUALIFICATION DOCUMENT

REQUEST FOR PRE-QUALIFICATION Plan International Kenya wishes to invite all interested, eligible and qualified firms to submit sealed applications

KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER FOR DISPOSAL OF ASSORTED OBSOLETE AND SCRAP ITEMS AT KICC STORES KICC/28/17-18


TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

MOMBASA WATER SUPPLY AND SANITATION CO. LTD

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

Performa for Pre-qualification of Companies /Firms For Construction of Irrigation projects

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017

Higher Education Quality Enhancement Project (HEQEP)

TENDER NO: MSU/T/ 19 / FOR: SUPPLY AND DELIVERY OF DAY OLD CHICKS AT MASENO UNIVERSITY

BANK OF UGANDA. Republic of Uganda BIDDING DOCUMENT

08 NOVEMBER PURPOSE

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

Section 6: Returnable Bidding Forms / Checklist

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

INVITATION FOR REGISTRATION OF FOR SUPPLIERS

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for

PROPOSED EXTERNAL PAINTING AND DEMOLISHING OF SWIMMING POOL, PLOT NO 1196 /MN LINKS RD, NYALI.

Transcription:

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/30/2017/2018 & 2018/2019 SUPPLY AND DELIVERY OF CARTRIDGES AND TONERS FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CARTRIDGES AND TONORS

INTRODUCTION 1. Government of Makueni County invites eligible bidders for Supply and Delivery of Cartridges and Toners. 2. Bidders are invited to submit bidding documents for the supply and delivery of cartridges and toners. 3. Bidders must familiarize themselves with the requirements of the bidding documents including all attachments. 4. Government of Makueni County will not be responsible for any costs or expenses incurred by bidders in connection with preparation or delivery of bidding documents including costs associated with preparation of the documents and attachments. Public Procurement and Asset Disposal Act, 2015 requires bidders to observe the highest standards of ethics during the bidding process. Pursuant to this provision, relevant words are defined as follows: i. Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of an officer in the bidding process. 2 ii. Fraudulent practice means a misrepresentation of facts in order to influence the bidding process to the detriment of the public procurement entity. Government of Makueni County will reject an application if it determines that a bidder has engaged in corrupt or fraudulent activities in the bidding process. Government of Makueni County will declare a bidder ineligible for bidding if, at any time, it determines that the bidder has engaged in corrupt or fraudulent practices in competing for or in executing a similar contract. Government of Makueni County will have the right to inspect the business premises of the bidder as part of the evaluation. 5. Bidders shall furnish information as described in the registration document. 6. This is a bi-annual tender of bidders for the supply and delivery of cartridges and toners. 7. Successful and unsuccessful bidders will be notified in writing. 2 TENDER DOCUMENT FOR SUPPLY AND

Table of Contents 3 SECTION I - Invitation for bidding SECTION II - Instructions to Candidates 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 Personnel capabilities - (Form 5) Candidate Summary - (Form 5A) Equipment capabilities - (Form 6) Financial Capability - (Form 7) Litigation History - (Form 8) 3 TENDER DOCUMENT FOR SUPPLY AND

SECTION I - INVITATION FOR BIDDING (IFR) Section A: Invitation for Bidding of Bidders 4 Government of Makueni County is in the process of inviting bidders for the supply and delivery of cartridges and toners for the financial year 2017/2018 & 2018/2019. Registration documents shall be downloaded from the county website www.makueni.go.ke All submissions in original and a copy properly filled in, and enclosed in plain envelopes marked with the tender number and be deposited in any of the tender boxes at the Makueni Agricultural Project (MAP) County Treasury Headquarters, Wote not later than TUESDAY 28 TH NOVEMBER 2017 at 10.00 A.M and addressed as follows THE COUNTY SECRETARY P.O.BOX 78-90300 MAKUENI. TENDER NO. GMC/T/30/2017/2018 & 2018/2019 - SUPPLY AND DELIVERY OF CARTRIDGES AND TONERS FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 With the words DO NOT OPEN BEFORE 10AM ON TUESDAY 28 TH NOVEMBER, 2017 Bulky tenders shall be submitted at the office of Head of Procurement & Supplies management located at Makueni county Treasury Headquarters, Tenders will be opened promptly thereafter in the presence of Tenderers representatives who choose to attend the opening at the county hall. Late or incomplete Tenders shall not be accepted. Canvassing or lobbying for the tender shall lead to automatic disqualifications. SECTION II - INSTRUCTIONS TO CANDIDATES Table of Contents Page 2.1 Scope of tender.. 6 4 TENDER DOCUMENT FOR SUPPLY AND

2.2 Submission of Applications. 7 5 2.3 Eligible candidates. 7 2.4 Qualification criteria.. 7 2.5 Joint venture.. 8 2.6 Public sector companies. 8 2.7 Conflict of interest 8 2.8 Updating registration information.8 2.9 Preferences..9 2.10 General.9 HEALTH, SAFETY AND ENVIRONMENT POLICY STATEMENT The Government of makueni county recognizes and appreciates the importance of Health, Safety and Environment in the organization. The Authority prominently places Health, Safety and Environment matters as important Boardroom Agenda. To translate this commitment into actions, the county shall adopt a 5 TENDER DOCUMENT FOR SUPPLY AND

health, safety and environment policy that shall ensure: - 6 1. Compliance with all relevant statutory instruments in all matters of Health, Safety and Environment. 2. Appropriate consideration of relevant international conventions and recommendations. 3. Formulation and compliance with rules, regulations and guidelines on matters of Health, Safety and Environment. 4. All reasonably practicable precautions are taken to safeguard the safety and health of all employees and Port users. 5. Appropriate systems for providing adequate information and instructions to all cadres of employees on risks to their health and safety are in place. 6. That all work places and equipment/plant are safe and regularly inspected. 7. All employees and Port Users assume defined responsibilities in matters of health, safety and environment in conformity with this policy. 8. Appropriate training for all employees to enhance their performance is provided. 9. That all Contractors comply with Health, Safety and Environment rules, regulations and guidelines. 10. Adequate provision for prevention and control of fires and proper use of firefighting appliances. 11. Adequate provision for prevention and control of environmental pollution. 12. That Environmental Impact Assessment is carried out for all projects likely to have an impact on the environment. 13. Provision and promotion of First Aid services and activities. 14. Contravention of the Health, Safety and Environment Management System attracts severe disciplinary action including dismissal and/or prosecution. 15. Review of the Health, Safety and Environment Management System to conform to changing trends. SECTION II - INSTRUCTIONS TO CANDIDATES 2.1 Scope of Tender 2.1.1 The Government of makueni county hereinafter referred to as the procuring entity intends to invite bidders for supply of goods in the provided category. It is expected that bidding applications will be submitted to be received by the procuring entity as per the invitation 2.1.2 Bidding is open to eligible firms as indicated in these Instructions to Candidates. 2.1.3 Deleted 6 TENDER DOCUMENT FOR SUPPLY AND

2.2 Submission of Applications 7 Completed Applications must be received by the Authority as per the invitation. 2.2.1 The name and mailing address of the bidder may be marked on the envelope. 2.2.2 All the information requested for bidding shall be provided in the English language. Where information is provided in any other language, it shall be accompanied by a translation of its pertinent parts into English language. The translation will govern and will be used for interpreting the information. 2.2.3 Failure to provide information that is essential for effective evaluation of the bidder s qualifications or to provide timely clarification or sub substantiation of the information supplied may result in the bidder s disqualification. 2.2.4 It is a serious offence to provide false information and the procuring entity reserves the right to carry out site visits to verify the information submitted by bidders. 2.3 Eligible Candidates 2.3.1 This invitation for bidding is open to all bidders who are eligible as defined in Kenya s Public Procurement Law and Regulations and as indicated in the Invitation for bidding to bidders. 2.4 Qualification Criteria 2.4.1 Bidding will be based on meeting the minimum requirements to pass in the criteria set as shown below. ITEM UNDER CONSIDERATION YES/NO REMARKS MANDATORY REQUIREMENTS 1 Certificate of incorporation/registration in Kenya(Attach Certificate) 2 KRA Current Valid Tax compliance certificate attach copy 3 VAT/PIN Certificate attach copy 4 Current trade license (attach Copy) 5 Confidential business questionnaire filled accurately signed and stamped 6 Filled Price Schedule ( Signed & Stamped) 2.4.2 Clause deleted. 2.4.3 Clause deleted. 2.4.4 Clause Deleted 7 TENDER DOCUMENT FOR SUPPLY AND

2.4.5 Equipment capabilities. The bidder should own, or have assured access (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means) the following key items of equipment in full good working order, and must demonstrate that, based on known commitments they will be available for use in the proposed contract. The bidder may also list alternative equipment that it would propose for the contract together with an explanation of the proposal 8 (Bidding candidates to list their equipment and attach evidence of ownership or assured access where necessary) Equipment type and characteristics 1) 2) 2.4.6 Clause Deleted. 2.4.7 The Audited Accounts for the last TWO (2) years 2015 and 2016 shall be submitted and must demonstrate the soundness of the bidder s financial position, showing long-term profitability. Where necessary the procuring entity will make inquiries with the bidder s bankers. 2.4.8 Litigation history the bidder 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 bidder may result in failure of the application. 2.4.9 Bidders must provide details of Facilities, Business Premises and Workshops 2.4.10 Any other information that would support your application for bidding 2.5 Clause Deleted 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 2.7.1 The bidder shall not be associated, nor have been associated in the past, with the employees, management and directors of Government of makueni county. 2.8. Updating Bidding Information 8 TENDER DOCUMENT FOR SUPPLY AND

2.8.1 Invited bidders shall be required to update the financial information used for bidding at the time of submitting their bids and to confirm their continued compliance with the qualification criteria. A bid shall be rejected if the bidder s qualification thresholds are no longer met at the time of bidding. 9 2.9. Categories for Bidding 2.9.1 Bidders are required to submit a form for Category Application in the format contained herein alongside their Letters of Application clearly indicating the category that they are applying for. Bidders are advised to apply for only those categories they conduct their business. 2.9.2 Deleted 2.10. Format and Signing of Applications 2.10.1 Deleted 2.10.2 Deleted 2.10.3 Deleted. 2.10.4 Deleted 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 9 TENDER DOCUMENT FOR SUPPLY AND

Financial inquiries Contract 1 Telephone 1 10 Contract 2 Telephone 2 5. This application is made with the full understanding that: (a) (b) (c) Bids by invited bidders will be subject to verification of all information submitted for 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 invited bidders who meet the revised requirements; and reject or accept any application, cancel the bidding process, and reject all applications your Agency shall not be liable for any such actions and shall be under no obligation to inform the bidder of the grounds for them 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 Bidder) Signed Name For and on behalf of (name of Bidder) 10 TENDER DOCUMENT FOR SUPPLY AND

SECTION IV - Table of Contents STANDARD FORMS 11 Form No. Name Page 1. General information 2. General experience record 3. Particular experience record 3A Details of contracts of similar nature and complexity 4. Form deleted 5. Personnel capabilities 5A Candidate summary 6. Equipment capability 7. Bank Details 8. Litigation History 9. Facilities, Business Premises and Workshops 10. Declaration Form 11 TENDER DOCUMENT FOR SUPPLY AND

SECTION IV - STANDARD FORMS Notes on completion of Standard Forms 12 Application Form 1 - Confidential Business Questionnaire This form is to be completed by all biddre. Where the bidder proposes to use sub-contractors the information should be supplied in this format. Application Form 2 - General Experience Record This form is to be completed by all bidders. Bidders are not required to enclose testimonials, certificates or publicity materials with their applications. Application Form 3 - Particular Experience Record This form is to be completed by all bidders meeting the requirement set out in the instructions to candidates. 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 bidders and will contain contracts of similar nature completed by the bidder. Application Form 5 - Personnel Capabilities This form is to be completed by all bidders. It shall include specific positions essential to the category for bidding applied for. The bidders shall provide the names of at least two employees qualified to meet the specified requirements stated for each position. This should be accompanied CV detailing relevant experience. Application Form 6 - Equipment Capability (Where Applicable) This form is to be completed by all bidders. It should provide adequate information to demonstrate clearly that the bidder 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 bidder. Application Form 7 - Financial Capability including Bank Details and reference 12 TENDER DOCUMENT FOR SUPPLY AND

Application Form 8 - Litigation History 13 This is additional information to be submitted with the Audited Accounts for the last two (2) years 2015 and 2016.This form shall be completed by every bidder. If necessary, separate sheets should be used to provide complete banker information. This form is to be completed by all bidders. It should provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution. Application Form 9 - Facilities, Business Premises and Workshops This form is to be completed by all bidders. It should provide information on the nature of facilities, business premises and workshops (as appropriate). Bidders should attach evidence of whether the facilities are owned, leased or rented. Information provided should contain full physical address and contact details. 13 TENDER DOCUMENT FOR SUPPLY AND

APPLICATION FORM (1) (MANDATORY REQUIREMENT) 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 Part 1 General: Business Name... Contact Person Cell Phone No... Location of business premises Street/Road... Plot No. Postal Address..Tel No Fax No... Email address.. (Domain registered address MANDATORY) VAT Certificate No. (Attach copy).. Nature of Business.. Current Trade Licence No.Expiring date... Electronic Tax Register (ETR) Compliance (attach evidence) Maximum value of business which you can handle at any one time: Kshs... Bank Name... Branch... Account No...Swift Code... Part 2(a) Sole Proprietor Your name in full... Nationality. County of Origin.. *Citizenship details.. Part 2(b) Partnership 14 14 TENDER DOCUMENT FOR SUPPLY AND

Given details of partners as follows: Name Nationality Citizenship Shares 15 1........... 2.......... 3.......... 4.......... Part 2(c ) - Registered Company Private or public.. State the nominal and issued capital of the company: Nominal KSHs Issued Kshs.... Give details of all directors as follows: Name Nationality Citizenship Shares 1...... 2...... 3...... 4...... Date. Signature... NB: Attach a copy of Articles of Association and Memorandum of Association. You can attach a separate sheet where the space provided is not enough and this should be on the company s letterhead. If the citizen, indicate under Citizenship Details whether by Birth, Naturalization or Registration. Personnel 1. Number of staff employed 2. Qualifications (CEO) 3. Level of experience (CEO) 4. Organization Structure NB: Attach details for numbers 1 to 3 15 TENDER DOCUMENT FOR SUPPLY AND

Experience 1. No. of years the company has been in operation. 2. Volume of business transacted in the last 3 years Referees: i.. ii. iii. Scope of clientele - (attach evidence of the key corporate clients you are currently serving) 16 Customer Service i. Do you have a dedicated customer help desk? Yes.. No.. ii. Do you carry out customer satisfaction surveys? Yes.. No.. iii. Do you have a customer technical back up team? Yes..No... FINANCIAL (MANDATORY REQUIREMENT) A. Financial position You will be required to demonstrate that the company s financial position is healthy enough to enable you transact business with Government of makueni county. B. Magnitude of business Please indicate the maximum amount of business (in financial terms) your company can handle at any given time in Kshs.. C. Credit period Please indicate the credit period you are willing to offer GOVERNMENT OF MAKUENI COUNTY. (GOVERNMENT OF MAKUENI COUNTY s Minimum payment period is 30 days after invoice certification). D. Annual turnover What is your annual turnover in Kshs? STATUS OF COMPLIANCE WITH STATUTORY REQUIREMENTS 16 TENDER DOCUMENT FOR SUPPLY AND

17 1. Certificate of registration/ Incorporation (Attach copy) 2. Current Trade License (Attach copy) 3. Tax Payer Registration Certificate (Attach copy) 4. Current Tax Compliance Certificate (Attach copy) 5. Insurance cover documents 6. State whether you are a manufacturer, Dealer or Appointed Distributor (Agent),wholesaler,Retailer etc- 7. Attach copies of Audited accounts for the last 2 years 8. State any technology innovations or specific attributes which distinguishes you from your competitors. FINANCIAL POSITION AND TERMS OF TRADE Part I Assets and Liabilities I. Total Assets in Kshs---------------------------------------------------- II. Current Assets in Kshs----------------------------------------------- III. Total Liabilities in Kshs----------------------------------------------- IV. Net worth (Total Assets- Total liabilities) in Kshs--------------- V. Working Capital (Total assets-net worth) in Kshs--------------- Part II TERMS OF TRADE (PAYMENT TERMS) Government of makueni county will make payment after delivery of goods and services upon issuance of a local purchase /service order. Payment will be made within 30 days upon receipt of Invoice and Delivery Note duly signed and stamped by the User and Inspection & Acceptance Committee. N/B Please indicate your payment terms and credit period allowed. Please comment on the client s terms if not favorable to your organization 17 TENDER DOCUMENT FOR SUPPLY AND

CLIENT DETAILS 18 Give details of at least 3 reputable organizations preferably where you are supplying/ offering these goods/services you applied for. 1. Client Name--------------------------------------------------------------- Address-------------------------------------------------------------------- Tel No---------------------------------------------------------------------- Contact person----------------------------------------------------------- client. Signature and stamp of Position in the organization------------------------------------------- 2. Client Name--------------------------------------------------------------- Address-------------------------------------------------------------------- Tel No---------------------------------------------------------------------- Contact person----------------------------------------------------------- client. Signature and stamp of Position in the organization------------------------------------------- 3. Client Name--------------------------------------------------------------- Address-------------------------------------------------------------------- Tel No.... Contact person----------------------------------------------------------- client. Signature and stamp of Position in the organization------------------------------------------- 4. Client Name--------------------------------------------------------------- Address-------------------------------------------------------------------- Tel No---------------------------------------------------------------------- Contact person----------------------------------------------------------- client. Signature and stamp of 18 TENDER DOCUMENT FOR SUPPLY AND

Position in the organization------------------------------------------- 19 5. Client Name--------------------------------------------------------------- Address-------------------------------------------------------------------- Tel No. ---------------------------------------------------------------------- Contact person----------------------------------------------------------- client. Signature and stamp of Position in the organization------------------------------------------- APPLICATION FORM (2) (MANDATORY REQUIREMENT) GENERAL EXPERIENCE RECORD Name of Bidder Annual Turnover Data Year Turnover KShs. 2014 2015 2016 APPLICATION FORM (3) 19 TENDER DOCUMENT FOR SUPPLY AND

PARTICULAR EXPERIENCE RECORD 20 Name of Bidder APPLICATION FORM (3A) (MANDATORY REQUIREMENT) DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY Name of Bidder Use a separate sheet for each contract. You may attach copies of purchase orders 1. Number of Contract Name of Contract Country 2. Name of Employer 3. Employer Address 4. Nature of works and special features relevant to the contract for which the bidder wishes to register 5. Contract role (check one) * Sole contract * Management contract * Subcontract * Partner in a joint venture 6. Value of the total contract/subcontract/partner share (in specified currencies at completion, or at date of award for current contract) 7. Date of award 8. Date of completion 9. Contract/subcontract duration (years and months) - years - months 10 Specified requirements APPLICATION FORM (5) 20 TENDER DOCUMENT FOR SUPPLY AND

PERSONNEL CAPABILITIES 21 Name of Bidder 1. Title of position Name of prime candidate Name of alternate candidate 2. Title of position Name of prime candidate Name of alternate candidate 3. Title of position Name of prime candidate Name of alternate candidate 4. Title of position Name of prime candidate Name of alternate candidate 21 TENDER DOCUMENT FOR SUPPLY AND

APPLICATION FORM (6) (WHERE APPLICABLE) EQUIPMENT CAPABILITIES 22 Name of Bidder Item of Equipment Equipment information Current status 1. Name of manufacturer 3. Capacity 5. Current location 2. Model and power rating 4. Year of manufacturer 6. Details of current commitments.. Source 7. Indicate source of the equipment * Owned * Rented * Leased * Specially manufactured Omit the following information for equipment owned by the Bidder Owner 8. Name 9. Address of owner.. Telephone Contact name and title Fax Email Agreements Details or rental/lease/manufacture agreements specific to the project. 22 TENDER DOCUMENT FOR SUPPLY AND

APPLICATION FORM (7) BANK DETAILS (MANDATORY REQUIREMENT) 23 Account Name Account Number SWIFT Code Bank Branch Address of banker Telephone Contact name and title APPLICATION FORM (8) (MANDATORY REQUIREMENT) LITIGATION HISTORY Name of Bidder Bidders 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 Bidders, para. 4.8) Year Award FOR or AGAINST Bidder Name of client, cause of litigation, and matter in dispute Disputed amount (current value KShs.) 23 TENDER DOCUMENT FOR SUPPLY AND

24 APPLICATION FORM (9) (MANDATORY REQUIREMENT) FACILITIES, BUSINESS PREMISES AND WORKSHOPS Name of Bidder DECLARATION FORM (MANDATORY REQUIREMENT) We hereby confirm that the above information is correct and true to the best of our knowledge. We further declare that should we be registered as a Supplier and later the above information turns out to be untrue, we shall indemnify Government of makueni county the full cost of the Contract, the advertisement charges of this tender plus all other damages that may accrue due to our false declaration. Name and Address of Company: M/s... P. O. Box... Town... Telephone No... Fax No... Domain E-Mail Address... Signature... 24 TENDER DOCUMENT FOR SUPPLY AND

Name in full... 25 Position... Official Rubber Stamp... Date... GMC/T/30/2017/2018 & 2018/2019 - SUPPLY/DELIVERY OF CARTRIDGES & TONERS NO ITEM DESCRIPTION UNIT OF ISSUE 1. Computer papers 9½ x 11½ Box without carbon 2. Fax rolls 25 x 216 x 100 (heat No sensitive) 3. Fax rolls 25 x 210 x 30 (heat No sensitive) 4. Panasonic film roll code K006 No 5. Diskette file/case No 6. Anti-glare screens No 7. Anti-glare screens No 8. Computer ribbon cartridge 9. Computer ribbon cartridge FX 2170 No 10. Computer ribbon cartridge FX No 2180 11. Computer ribbon cartridge LQ No 2170 12. Computer ribbon cartridge 45A No 13. Computer ribbon cartridge 29A No 14. Computer ribbon cartridge 20 No 15. Computer ribbon cartridge 23 No 16. Computer ribbon cartridge 49 No 17. Computer ribbon cartridge 15 No 18. Computer ribbon cartridge 78 No 19. Computer ribbon cartridge 76 No 20. Computer ribbon cartridge 41 No 21. Computer ribbon cartridge HA Q65 11A 22. Computer ribbon cartridge LQ- 670/680 PRO/860 No No UNIT PRICE (KSH) 25 TENDER DOCUMENT FOR SUPPLY AND

NO ITEM DESCRIPTION UNIT OF ISSUE 23. Computer ribbon cartridge LQ- No 1600/2500/2550 24. Laser Jet Toner Ink (HP) C 66615 No 25. Laser Jet Toner Ink (HP)C 4092A No 26. Laser Jet Toner Ink (HP)32A No 27. Laser Jet Toner Ink (HP)15A No 28. Computer toner cartridge 92A No 29. Laser Jet toner 1300 (Q2613A) No 30. Nashua Tec toner 2205 AFIC10 No (photocopier) 31. Kyocera Toner kit TK-410 Kit 32. Fax rolls heat sensitive 210/216 No 33. Kyocera Toner KM 1620 No 34. Transparent folders No 35. Sticky note pads No 36. Toner cartridge 28A (black) No 37. Toner cartridge 85A No 38. Toner cartridge 15A No 39. Laser Jet toner 49A No 40. Laser Jet toner 13A No 41. Laser Jet toner 51A No 42. Toner brother 2130 No 43. Computer screens No 44. Computer printers No 45. Computer papers 9½ x 11½ 2 Box ply 46. Computer ribbon (state size & No make) 47. Computer diskettes 3½ High Packet Density Sony 48. Computer diskettes 3½ High Packet Density Sony IBM 49. Computer diskettes 3½ High Packet Density Sony TOSHIBA 50. Computer flash drives/disks 51. Computer flash drives/disks 256 No MB 52. Computer flash drives/disks 512 No MB 53. Computer flash drives/disks 1 GB No 54. Computer flash drives/disks 2 GB No 55. Computer flash drives/disks 4 GB No UNIT PRICE (KSH) 26 26 TENDER DOCUMENT FOR SUPPLY AND

NO ITEM DESCRIPTION UNIT OF ISSUE 56. Computer flash drives/disks 8GB No 57. Computers cloned No 58. Computers branded No 59. Laptops, computer No 60. Compact disks (CDs) (RAM) No 61. UPS No 62. Servers No 63. 3 user Computer Anti-virus No 64. Toner cartridge 53A (black) No 65. Toner cartridge 05A (black) No 66. Toner Ricoh 2220D No 67. Toner 83A No 68. Toner 80A No 69. Hp ink cartridge 950 black No 70. Hp ink cartridge 951 yellow No 71. Hp ink cartridge 951 magenta No 72. Hp ink cartridge 951 blue No 73. Hp 123 black No 74. Hp 123 colour No 75. Hp laser P2035.P2055 No 76. Ricoh aficie MP 3500/4000 No 77. Toner Ml-2010R Samsung No 78. PRINTER CARTRIDGE No INK JET HP 20A 79. PRINTER CARTRIDGE INK JET No HP 27 80. PRINTER CARTRIDGE INK JET No HP 28 81. PRINTER CARTRIDGE INK JET No HP 45A 82. PRINTER CARTRIDGE INK JET No HP 13A 83. PRINTER CARTRIDGE INK JET No HP 49A 84. PRINTER CARTRIDGE INK JET No HP 05A 85. PRINTER CARTRIDGE INK JET No HP 78A 86. PRINTER CARTRIDGE INK JET No HP 36A 87. PRINTER CARTRIDGE INK JET No HP 49A 88. PRINTER CARTRIDGE INK JET No HP 15A UNIT PRICE (KSH) 27 27 TENDER DOCUMENT FOR SUPPLY AND

NO ITEM DESCRIPTION UNIT OF ISSUE 89. PRINTER CARTRIDGE INK JET No HP 96A 90. KYOCERA TK 310 No 91. KYOCERA TK 340 No 92. E P 22 CANNON No 93. FAX FILM INK No 94. LASER JET HP 950 No 95. LASER JET HP 951 No 96. LASER JET HP 952 No 97. LASER JET HP 953 No 98. LASER JET HP 650 No 99. LASER JET HP 651 No 100. LASER JET HP 652 No 101. LASER JET HP 653 No 102. PHOTOCOPIER TONNER RANK No XEROX 5825 103. PHOTOCOPIER TONNER No KYOCERA MITA 1620 104. PHOTOCOPIER TONNER No KYOCERA MITA 2025 105. PHOTOCOPER TONNER No KYOCERA MITA 4035 106. PHOTOCOPIER TONNER No KYOCERA T K 475 107. PHOTOCOPIER TONNER RICOH No AFICIO 2220D 108. PHOTOCOPIER/PRINTER No CARTRIDGES/TONNERS FOR USE IN MACHINES NO LASER JET HP PRO 400 109. PHOTOCOPIER/PRINTER No CARTRIDGES/TONNERS FOR USE IN MACHINES NO LASER JET HPC P 4025I 110. PHOTOCOPIER/PRINTER No CARTRIDGES/TONNERS FOR USE IN MACHINES NO LASER JET HP PRO 111. PHOTOCOPIER/PRINTER No CARTRIDGES/TONNERS FOR USE IN MACHINES NO OFFICE JET HP PRO 8600 112. PHOTOCOPIER/PRINTER No CARTRIDGES/TONNERS FOR USE IN MACHINES NO AFRICIO UNIT PRICE (KSH) 28 28 TENDER DOCUMENT FOR SUPPLY AND

NO ITEM DESCRIPTION UNIT OF ISSUE 4000 113. PHOTOCOPIER/PRINTER No CARTRIDGES/TONNERS FOR USE IN MACHINES NO RICOH AFRICIO 3350 NOTE: Quote for Only Genuine Products UNIT PRICE (KSH) 29 Stamp: Signature of tenderer: Dated: 29 TENDER DOCUMENT FOR SUPPLY AND