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

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

CLOSING DATE 21 st MARCH 2016

TENDER NO. SDGA/01/

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

SCHOOL EQUIPMENT PRODUCTION UNIT

KERIO VALLEY DEVELOPMENT AUTHORITY

COMUNICATIONS AUTHORITY OF KENYA

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

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

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

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

TENDER PRINTING OF REPORT FORM BOOKLETS

MOMBASA WATER SUPPLY AND SANITATION CO. LTD

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

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

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

Date; August 24, 2016

REQUEST FOR EXPRESSION OF INTEREST FOR THE

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

COUNTY GOVERNMENT OF NAROK

United Nations Development Programme (UNDP) FOR THE

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

RIFT VALLEY WATER SERVICES BOARD

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE PERIOD ENDING 31 ST DECEMBER 2019 CATEGORY CODE NO. ITEM DESCRIPTION.

ENGINEERS BOARD OF KENYA

NYERI TECHNICAL TRAINING INSTITUTE

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

SALE OF ASSORTED BOARDED ITEMS

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

KENYA ROADS BOARD EXPRESSION OF INTEREST (EOI) FOR PROVISION OF TECHNICAL, FINANCIAL AND PERFORMANCE AUDIT CONSULTANCY SERVICES FOR KENYA ROADS BOARD

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT

SAHARA Petrochemicals Company. Part I

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

Pre-Qualification of Firms/Contractors

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105

Casework Technical Support (Social Welfare - Project Management)

REQUEST FOR EXPRESSION OF INTEREST FOR THE RE-BRANDING OF THE NATIONAL YOUTH SERVICE (NYS)

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

NATIONAL COUNCIL FOR LAW REPORTING

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF FINANCE AND ECONOMIC PLANNING

NOTICE FOR EMPANELMENT OF CONTRACTORS

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya

KENGEN PROCUREMENT GUIDELINES FOR YOUTH, WOMEN AND PEOPLE WITH DISABILITY

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

Expression of Interest

REQUEST FOR QUALIFICATIONS

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

FOR PURCHASE OF LAND

Kenya Commercial Bank

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

TENDER DOCUMENT FOR DISPOSAL OF OBSOLETE, UNSERVICEABLE, AND SURPLUS STORES AND EQUIPMENT TENDER NO.KDB/D/2017

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

STATE BANK OF INDIA OFFICE ADMINISTRATION DEPARTMENT, 2 ND FLOOR, STATE BANK BHAVAN, CORPORATE CENTRE, NARIMAN POINT, MUMBAI

BANK OF BARODA. Regional Office /26 Tirumala Estates, Hyderabad

Request for Proposal Robstown Independent School District ERate

VADODARA SMART CITY DEVELOPMENT LTD.

PLANNING AND EVALUATION PRELIMINARY DESIGN

08 NOVEMBER PURPOSE

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

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

REQUEST FOR QUALIFICATIONS (RFQ)

SALARIES AND REMUNERATION COMMISSION

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION

CONTRACTOR S PREQUALIFICATION FORM

REQUEST FOR PROPOSAL (RFP)

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

E-TENDER NOTICE FOR IT SERVICES

REPUBLIC OF KENYA MINISTRY OF HEALTH

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR RENOVATION/ INTERIOR FURNISHING WORKS

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

INFORMATION MEETING SEPTEMBER 13, 2011 ARUBA

No. O J /IT 199 c Gcs l n i c i #1- ko-r- Date : 1 /03/2015 Limited Tender Notice

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

REQUEST FOR BIDDER QUALIFICATIONS

KENYA CIVIL AVIATION AUTHORITY

Policies and Procedures for PREQUALIFICATION of JOINT VENTURES

Competitive Tendering Policy

POLICY ON UNISA PUBLIC TENDERS Overview

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

ETHICS AND ANTI-CORRUPTION COMMISSION

TOPIC GUIDE: TEMPLATE FOR TENDER DOCUMENTATION

LEVEL I PREQUALIFICATION DOCUMENTS

Write Deal Association VO/0695

Central Electricity Supply Utility of Odisha

CLOSING DATE: P.M. ON THURSDAY, 17 TH AUGUST 2017

ANNEX III - BID FORMS

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following

PART 1 - TECHNICAL TENDER PART 2 - FINANCIAL TENDER

Transcription:

REQUEST FOR PRE-QUALIFICATION Plan International Kenya wishes to invite all interested, eligible and qualified firms to submit sealed applications for purposes of pre-qualifying suppliers/contractors for provision of goods, works and services under the listed categories for the period 2018-2020. CATEGORY: PRE-QUALIFICATION FOR PROVISION OF GOODS, WORKS & SERVICES S/No. Category Reference Category Title 1 CAT/100/01/FY18 Water and Sanitation Equipment &Supplies 2 CAT/100/02/FY18 Agriculture, Farm (Equipment and Supplies) 3 CAT/100/03/FY18 Food Supplies 4 CAT/100/04/FY18 Health, Drugs & Medical (Equipment and Supplies) 5 CAT/100/05/FY18 Relief Supplies and Non Food Items (NFIs) 6 CAT/100/06/FY18 Office Furniture 7 CAT/100/07/FY18 Supply of school text books and play & learning materials 8 CAT/200/01/FY18 General Building and maintenance works (Civil works, Electrical, Mechanical, Plumbing) 9 CAT/200/02/FY18 Borehole Drilling and Equipping Services 10 CAT/200/03/FY18 Construction, Construction Material and Repairs 11 CAT/300/01/FY18 Office Catering Services 12 CAT/300/02/FY18 Graphic Designers 13 CAT/300/03/FY18 Video & Photography Services 14 CAT/300/04/FY18 Document Editors and/ or translators 15 CAT/300/05/FY18 Customs Clearing, Freight Forwarding & Movers 16 CAT/300/06/FY18 Mechanical ventilation and Air conditioning 17 CAT/300/07/FY18 Provision of Car Hire services (Kisumu & Nairobi) 18 CAT/300/08/FY18 Consultancy services (Research, Education, Health, Gender Development, Advocacy, local governance, EIA, Management & Staff Training etc) 19 CAT/300/09/FY18 Audit Services 20 CAT/300/10/FY18 Transportation services (3, 7, 10 ton trucks) 21 CAT/300/11/FY18 Construction consultancy services (Architectural, Structural, Civil Engineering, Quantity Surveyors) 22 CAT/300/12/FY18 Provision of Biometric services 23 CAT/300/13/FY18 Provision of Local Network Services (LAN) 24 CAT/300/14/FY18 Provision of Fire Extinguishers Service & Maintenance

25 CAT/300/15/FY18 Provision of Team Building Services 26 CAT/300/16/FY18 Motor vehicle repairs 27 CAT/300/17/FY18 Motor cycle repairs The bidders may download detailed information from the website http://plan-internationalkenya.org/tender/. Completed prequalification documents must be submitted in plain sealed envelope clearly marked with the category reference number and title. The documents can be delivered and deposited in the tender boxes at either of our offices in Nairobi, Kilifi & Kisumu. Detailed submission instructions will be in the prequalification document. All application documents MUST be received on or before 10:00am on Friday 19 th October 2017. Plan International Kenya reserves the right to accept or reject any application and is not bound to give reasons for its decision. 2

GENERAL INSTRUCTIONS 1. The Prequalification document will attract a non-refundable fee of Kes.2000/- for processing. 2. The Payments shall be made through MPESA as follows: Paybill: 848400 Account Number: Bidders company name Amount: Kes.2,000.00 3. The cash receipt MUST be submitted together with the filled out prequalification document. 4. You are requested to provide all the general information as per the prequalification document. 5. Plan International Kenya attaches great importance to correct information given. If the information given is found to be incorrect in any respect, the applicant shall be rendered ineligible for registration. 6. Plan International Kenya reserves the right to visit and inspect business premises of all the applicants to verify the information provided. 7. This document is eligible for ONE category only. 8. All information provided will be treated as confidential. 9. Your pre-qualification document should be submitted spiral/bound and properly page numbered. Plan International Kenya shall not be responsible for loss of documents not bound/loose.

1. PRE-QUALIFICATION INSTRUCTIONS 1.1. Introduction Plan International Kenya would like to invite interested firms who must qualify by meeting the set criteria as provided to perform the contract for the supply and delivery of various goods, works and services. 1.2. Pre-qualification Objective The main objective is to supply and deliver assorted items and also provide services and works under relevant tenders/quotations to Plan International Kenya as and when required during the stated period. 1.3. Invitation of Pre-qualification Suppliers registered with Registrar of Companies under the Law of Kenya in respective services are invited to submit their prequalification documents to Plan International Kenya so that they may be prequalified for submission of a quotation/tender for the provision of the goods, works and services. 1.4. Experience Prospective suppliers and contractors must have carried out successful delivery of similar services to International organizations/government/corporate/institutions of similar size. Potential suppliers/contractors must demonstrate the willingness and commitment to meet the prequalification criteria. 1.5. Additional Information Plan International Kenya reserves the right to request submission of additional information from prospective bidders. 1.6. Request for Quotation/Tenders These will be made available only to those bidders whose qualification are accepted by Plan International Kenya after meeting all the mandatory criteria and scoring 80% and above in the detailed technical evaluation. 1.7. Rights Reserved This pre-qualification does not obligate Plan International Kenya to complete the pre-qualification process. Plan International Kenya reserves the right to amend any segment of the pre-qualification prior to the announcement of a selected Company. In case of such amendment, all respondents will be afforded the opportunity to revise their documents to accommodate the pre-qualification amendment. Plan International Kenya also reserves the right to remove one or more of the services from consideration for this contract should the evaluation show that it is in Plan International Kenya best interest to do so. 4

1.8. Submission Instructions Completed prequalification documents in plain sealed envelope clearly marked with the category reference number and title should be addressed to: The Secretary, Central Tender Committee, Plan International Kenya, Methodist Center Ministries, P O Box 25196-00603 Nairobi. and delivered to the Tender Box at the reception of the below Plan International Kenya offices on or before 10:00am on Friday 19 th October 2017. Plan International Nairobi (Methodist Center Ministries, 2 nd Floor), Plan International Kilifi Offices (Off Mombasa Malindi Road Next to Kilifi bridge) Plan International Kisumu Offices (Milimani off Nyalenda Kilo Ring Road) Plan International Mombasa Offices (Off Links Road Nyali,Kongoni Road,Near Coast Interfaith Council of Clerics Trust) Plan International Kenya reserves the right to accept or reject any bid and is not bound to give reasons for its decision.

2. PREQUALIFICATION DATA INSTRUCTIONS 2.1. The attached questionnaire forms described are to be completed by prospective suppliers/contractors who wish to be prequalified. 2.2. The prequalification application forms which are not filled out completely and submitted in the prescribed manner will not be considered. All the documents that form part of the proposal must be written in English and indelible. 3. QUALIFICATION 3.1. It is understood and agreed that the prequalification data on prospective bidders is to be used by Plan International Kenya in determining, according to its sole judgment and discretion, the qualifications of prospective bidders to perform in respect to each tender category as described by the client. 3.2. Prospective bidders will not be considered qualified unless in the judgment of Plan International Kenya they possess capability, experience, qualified personnel available and suitability of equipment and net current assets or working capital sufficient to satisfactory execute the contract for goods/services. 4. ESSENTIAL CRITERIA FOR PREQUALIFICATION 4.1. Experience Prospective bidders shall have at least 4 years experience in the provision of the services and allied items in case of potential supplier/contractor should show competence, willingness and capacity to service the contract. Prospective providers should possess special experience and capability to deliver the services at short notice. 4.2. Personnel The Suppliers/Contractors/Consultants shall provide pertinent information to demonstrate that they have qualified staff to carry out the assignment. CVs of the key personnel for individual or group to execute the contract must be indicated. 4.3. Past Performance Past performance will be given due consideration in prequalifying bidders. Letter of reference from past clients should be included 6

4.4. Statement Application must include a sworn statement by the tenderer ensuring the accuracy of the information given. 4.5. Withdrawal of prequalification Should a condition arise between the time the firm is prequalified to bid and the bid opening date which could substantially change the performance and qualification of the bidder or the ability to perform such as but not limited to bankruptcy, change of ownership or new commitments, Plan International Kenya reserves the right to reject the tender from such a bidder even though they have been initially prequalified. 4.6. Registration The firm must have a fixed Business Premise and must be registered in Kenya with a Certificate of Registration, Incorporation/Memorandum and articles of Association, copies must be attached.

PREQUALIFICATION REGISTRATION DOCUMENTATION (TENDER SUBMISSION REQUIREMENTS) All firms should provide copies of the following: 1. Submit a copy of the Certificate of Registration (Mandatory). 2. Submit a copy of the VAT/PIN Certificate of the Company (Mandatory). 3. Submit a copy of a Valid Tax Compliance Certificate from KRA (Mandatory). 4. Submit a copy of the Current Trade License/Business Permit from local county (Mandatory). 5. Registration Certificate as a Contractor by National Construction Authority/Energy Regulatory Commission and other relevant authorities for building works contractors (Mandatory if applicable for category) 6. Submit a copy of the Comprehensive PSV Insurance Covers for bidders for provision of hire of transport services (Mandatory). 7. Trainer firms should provide proof that they are registered with NITA (Mandatory). 8. Professionals must submit Practicing Certificates and certificate of good standing from the professional bodies 9. Researchers must be authorized by NACOSTI to carry out research. 10. Submit at least 2 Letters of Recommendation from current clients/organizations where the company is providing similar services (At least 2 recommendation letters). 11. Submit your Company s Profile and company manpower/staff capacity. 12. Fill and submit the confidential business questionnaire. 13. Submit CV s for Senior Staff for consultancy services categories. 14. Declaration All firms must fill and sign the declaration form that they are not barred from participating in a procurement proceeding (Mandatory). 15. The latest audited financial statements. 16. Bank statement for the last 6 months. 8

CONFIDENTAL BUSINESS QUESTIONNAIRE GENERAL INFORMATION C a t e g o r y a p p l i e d C o m p a n y n a m e. P.O. Box.. To wn Post Code Telephone number(s)..,.. Mo b i l e num b er(s),. F a x n u m b e r. E m a i l a d d r e s s. Physical addres s. B u i l d i n g... F l o o r Plot num ber.. Door. S t r e e t.. Nature of busin e s s. Certificate o f R e g i s t r a t i o n / I n c o r p o r a t i o n N o.. (Attach copy) Trade license (Mandatory) N o................................................................................... VAT/PIN Certificate No (Attach copy) Tax Compliance Certificate

No.. (Attach copy) NITA Registration (for training firms) No. (Attach Copy) NACOSTI Authorization (for research firms) No. (Attach Copy) Comprehensive PSV insurance (for car hire firms) N o. ( A t t a c h C o p y ) NCA Registration (for construction firms) No.... (Attach Copy) Membership to professional bodies (for Air travel agency) No.... (Attach Copy) Contact persons: Name Position. Name Position. Name Position. 10

COMPANY PROFILE (Submit a copy) A. Names of Directors 1.. N a t i o n a l i t y. 2.. N a t i o n a l i t y. 3.. N a t i o n a l i t y. 4.. N a t i o n a l i t y. ~~~~~~~~~~~~~~ B. Personnel Number of staff Employed.. Q u a l i f ic a tions L e v e l o f E x p e r i e n c e.. C. Experience No. of years the company has been in operation.. Volume o f business transacted in the last 2 years D. Referees Name of Company Po s tal Addr e ss. Contact Person S i g n a t u r e. Name of Company Po s tal Addr e ss. Contact Person S i g n a t u r e. Name of Company Po s tal Addr e ss. Contact Person

S i g n a t u r e. Scope of clientele (Attach at least two (2) current letters of recommendation from reputable organizations that you have been providing similar services for the last 2 years. E. Customer Service Do you have a dedicated customer help desk?.. Do you carry out customer satisfaction surveys?... Do you have a customer technical back up team?. N/B: You will be required to separately attach a COMPREHENSIVE Company profile detailing ALL the requested information. FINANCIAL A. Financial Position You will be required to demonstrate that the company s financial position is healthy enough to enable you transact business with the Plan International Kenya. B. Magnitude of business Please indicate the maximum amount of business (in financial terms) your company can h a n d l e at any giv e n time C. Credit period Please indicate the credit perio d yo u are willing to o ffer Plan Kenya. D. Annual turnover What is your annual turnover? 12

DECLARATION STATEMENT/FORM I/We the undersigned, state that, ALL the information we have provided in this document is correct/accurate to the best of our knowledge and that I/We hereby give Plan International Kenya authority to seek any references it may deem vital while carrying out their evaluation. I/We also hereby declare that the company is not debarred from practicing in any procurement proceeding. Name Designation Si gna t u r e Name Designation Si gna t u r e

PREQUALIFICATION EVALUATION CRITERIA Mandatory prequalification submissions 1. Copy of the Certificate of Registration Mandatory 2. Copy of the VAT/PIN Certificate of the company Mandatory 3. Copy of a Valid Tax Compliance Certificate from KRA Mandatory 4. Current trade license/business permit from local County Mandatory 5. Submit a copy of the comprehensive PSV insurance cover for car hire firms Mandatory 6. Copy of NITA registration certificate for training firms Mandatory 7. Copy of NCA registration certificate for construction firms Mandatory 8. Copy of practicing certificate and certificate of good standing for professional bodies Mandatory 9. Declaration form MUST BE SIGNED Note: Failure to submit all the mandatory documents in the respective categories will lead to automatic disqualification. Firms that meet the above requirements in their respective categories will be subjected to further detailed evaluation in stage 2 as follows: S/no. Information required Points/Marks 1. Company experience Number of years in operation Recommendation letters (At least 2) 2. Referees Submission of filled referee form from your current/past clients 3. Company Profile Submission of company profile Indication of manpower/personnel capacity 4. Supplier details Filling of confidential questionnaire Confirmation of physical address 5. Declaration statement Filing, signing and rubber stamping of declaration statement Total marks 100 The qualification points/marks is 80 and above

Child Protection: As a child-focused organization, we take extra precautions regarding the engagement of associates and suppliers. All associated will be requested to confirm conformance with the Plan Child Protection Policies during the period of engagement.