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

Similar documents
KERIO VALLEY DEVELOPMENT AUTHORITY

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

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

COMUNICATIONS AUTHORITY OF KENYA

TENDER NO. SDGA/01/

SCHOOL EQUIPMENT PRODUCTION UNIT

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

CLOSING DATE 21 st MARCH 2016

Kenya Transparency & communications Infrastructure project

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

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

Date; August 24, 2016

PREQUALIFICATION DOCUMENT FOR PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY

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

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

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

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

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

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

NYERI TECHNICAL TRAINING INSTITUTE

INDUSTRIAL & COMMERCIAL DEVELOPMENT CORPORATION

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

COUNTY GOVERNMENT OF NAROK

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

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

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

ENGINEERS BOARD OF KENYA

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

KENYA RURAL ROADS AUTHORITY

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

RIFT VALLEY WATER SERVICES BOARD

MOMBASA WATER SUPPLY AND SANITATION CO. LTD

SALARIES AND REMUNERATION COMMISSION

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

EMBU WATER AND SANITATION COMPANY LIMITED P.O. BOX 2142 EMBU TELEPHONE NO

NUMERICAL MACHINING COMPLEX

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

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

REQUEST FOR EXPRESSION OF INTEREST FOR THE

INVITATION FOR REGISTRATION OF FOR SUPPLIERS

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

United Nations Development Programme (UNDP) FOR THE

KENGEN PROCUREMENT GUIDELINES FOR YOUTH, WOMEN AND PEOPLE WITH DISABILITY

08 NOVEMBER PURPOSE

KERIO VALLEY DEVELOPMENT AUTHORITY INVITATION TO TENDER

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

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

Pre-Qualification of Firms/Contractors

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

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

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT

Sl.NO. Particulars Unit EMD Amount 1 Supply & Installation of Automatic Milk Fat 120 No s 1,00,000-00

institutions and Public Sector Undertakings for similar works.

NOTICE FOR EMPANELMENT OF CONTRACTORS

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

Procurement of Goods, Works and Non- Consultant Services

Jawaharlal Nehru Institute of Banking & Finance (JNIBF) Gachibowli,Hyderabad Pre-Qualification of Interior Contractors

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

File No.: 104/3/Dusting, Clean, Pest/2007/Gen. Date: 10/05/2007. Subject: Tender for Dusting, Cleaning & Pest control for the Years 2007, 2008 & 2009.

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

SALE OF ASSORTED BOARDED ITEMS

CHECK LIST. Enclosures: Particulars Submitted Checked Verified

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

SAHARA Petrochemicals Company. Part I

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

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

FOR PURCHASE OF LAND

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

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

Kenya Commercial Bank

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

Sub: Invitation for Expression of Interest (EOI) (EOI NO.: OIL/NEF/EOI/022/2013)

Disable friendly Washrooms at hostel blocks (A & E)

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

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

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT, STATE DEPARTMENT OF PUBLIC WORKS P. O

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

NATIONAL COUNCIL FOR LAW REPORTING

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE

Invitation to tender. Provision of External Audit Services

EDUCATION DEVELOPMENT TRUST TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF SAMSUNG TABLETS AND COVERS TENDER NO.

Procurement of Services

Tender for Engagement of Chartered Accountant CONTENTS

KENYA TRADE NETWORK AGENCY VACANCY ANNOUNCEMENT

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

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

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

Request for Proposal Simulation-Based Learning Competition

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Gandhinagar Gandhinagar Ahmedabad City 4047 sq.mts.

Casework Technical Support (Social Welfare - Project Management)

Central Electricity Supply Utility of Odisha

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

Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP)

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Procurement Process: Architects & Professional Engineering Services. Procurement.

Transcription:

PREQUALIFICATION/REGISTRATION OF CONTRACTORS FOR IRRIGATION WORKS, DAMS AND BUILDING CONSTRUCTION, WATER SUPPLY ETC. TENDER N0.: KVDA/PQ/22/2017-2018/19 RECEIPT NO. TENDER REG. NO. CLOSING DATE: THURSDAY 22 ND JUNE 2017 AT 10.00 AM Page 1 of 20

TABLE OF CONTENTS Contents Page 1. Pre-qualifications Instruction 3 2. Brief Contract Regulations 4 3. Pre-qualification Data Instructions 5 4. Form PQ-1-Pre-qualification Documents 8 Form PQ-2-Pre-qualification Data 9 Form PQ-3-Supervisory Personnel 10 Form PQ-4-Financial Position 11 Form PQ-5-Past Experience 12 Form PQ- 6-Sworn Statement 13 Form PQ-7-Confidential Questionnaires 14 Form PQ-8-Tender Questionnaires 16 Form PQ-9-Litigation History 17 Page 2 of 20

PRE-QUALIFICATION INSTRUCTIONS 1.1 Introduction The Managing Director, Kerio Valley Development Authority would like to invite interested candidates who must qualify by meeting the set criteria as provided by the Procuring entity to be Shortlisted as contractors for irrigation works, dams and building construction, water supply etc.. Youths, women and persons living with disabilities are encouraged to apply. 1.2 Pre-Qualification Objective The main objective of this part is to supply and deliver assorted items and also provide services under relevant tenders/quotations to the Managing Director, Kerio Valley Development Authority as and when required during the period ending 30 th June, 2019. 1.3 Invitation of Pre-qualification Suppliers registered with Registrar of Companies under the Law of Kenya in respective merchandise or services are invited to submit their PRE-QUALIFICATION documents to the Managing Director, Kerio Valley Development Authority so that they may be pre-qualified for submission of tenders/quotations. Bids will be submitted in complete lots singly or in combination. The client requires prospective suppliers to supply mandatory information for pre-qualification. 1.4 Experience Prospective suppliers and contractors must have carried out successfully supply and delivery of similar items/services to Government institutions of similar size and complexity. Potential suppliers/contractors must demonstrate the willingness and commitment to meet the pre-qualification criteria. 1.5 Pre-qualification Document This document includes questionnaire forms and documents required of prospective suppliers. Page 3 of 20

1.6 In order to be considered for pre-qualification prospective supplier must submit all the information herein requested. Page 4 of 20

1.7 INVITATION TO TENDER DATE 2 ND June, 2017 TENDER REF. NO. TENDER NAME: KVDA/PQ/22/2017-2018/19 CONTRACTORS FOR IRRIGATION WORKS, DAMS AND BUILDING CONSTRUCTION, WATER SUPPLY ETC. 1.7.1 The Kerio Valley Development Authority, Eldoret invites sealed bids from eligible candidates for Contractors for Irrigation works, Dams and Building Construction, Water Supply etc. Youths, women and persons living with disabilities are encouraged to apply. 1.7.2 Interested eligible candidates may obtain further information from and inspect the prequalification documents from KVDA website: www.kvda.go.ke OR National Treasury Ifmis Portal: www.supplier.treasury.go.ke OR Supplies and Procurement Office, 13 th Floor, Kerio Valley Development Authority, P. O. Box 2660, Eldoret, Telephone No. 053 2063361/3 Ext. 225 during normal working hours. 1.7.3 A complete set of prequalification documents may be downloaded from KVDA website: www.kvda.go.ke OR National Treasury Ifmis Portal: www.supplier.treasury.go.ke free of charge 1.7.4 Completed prequalification documents are to be enclosed in plain sealed envelopes marked with tender reference number and be deposited in the Tender Box A at 13 th Floor KVDA Plaza (Eldoret) or be addressed to: The Managing Director Kerio Valley Development Authority, P. O. Box 2660-30100 ELDORET. So as to be received on or before Thursday 22 nd June, 2017 at 10.00 am 1.7.5 Tenders will be opened immediately thereafter in the presence of the Candidates or their representatives who choose to attend at the KVDA Boardroom, 14 th Floor, Kerio Valley Development Authority s Plaza Page 5 of 20

1.8 Questions Arising from Documents Questions that may arise from the Pre-qualifications documents should be directed to the Managing Director whose address is given in par 1. 1.9 Additional Information The Government reserves the right to request submission of additional information from prospective bidders. 1.10 Invitation to Tenders/Quotations Bidding documents (Tender/Quotations) will be made available only to those bidders whose qualifications are accepted by the Authority after scoring more than 70 points soon after the completion of the pre-qualification process 2. BRIEF CONTRACT REGULATIONS/GUIDELINES 2.1 Taxes on Imported Materials The supplier will have to pay custom duty and VAT as applicable for all imported materials to be supplied unless the item(s) is/are donor funded. 2.2 Customs Clearance The contractors shall be responsible for custom clearance of their imported goods and materials 2.4 Contract Price The contract shall be of unit price type or cumulative of computed unit price and quantities required. Quantities may increase or decrease as determined by demand and on the authority of the client s Accounting Officer or Tender Committee. 2.5 Payments All local purchase shall be on credit of a minimum of thirty (30) days or as it may be stipulated in the Contract Agreement. Page 6 of 20

PRE-QUALIFICATION DATA INSTRUCTIONS 3.1. Pre-qualification data Forms The attached questionnaire forms PQ-1, PQ-2, PQ-3, PQ-4, PQ-6, PQ-7 & PQ-8 are to be completed By prospective supplier/contractors who wish to be pre-qualified for submission of tender for the specified tender lot 3.1.1 The Pre-qualification application forms which are not filled out completely and submitted in the prescribed manner may not be considered. All the documents that form part of the proposal must be written in the English language and in ink. 3.2 QUALIFICATION 3.21 It is understood and agreed that the pre-qualification Data on prospective bidders is to be used by Government in determining, according to its sole judgement and discretion, the qualifications of prospective bidder to perform in respect to the Tender lot as described by the client. 3.22 Prospective bidders will not be considered qualified unless in the Judgement of Government they posses capability, experience, qualified personnel available and suitability of equipment and net current assets or working capital sufficient to satisfactorily execute the contract for goods/services. 3.3 Essential Criteria for Pre-qualification 3.3.1. (a) Experience: Prospective bidder shall have at least 3 years experience in the supply of goods, services and allied items in case of potential supplier/contractor should show competence, willingness and capacity to service the contract. (b) 3.3.2 Personnel Prospective supplier requires special Experience and capability to organize, supply and delivery of items, or services at short notice. Page 7 of 20

The names and pertinent information and the CV of the key personnel for individual or group to execute the contract must be indicated in Form PQ.3. 3.3.3 Financial Condition The supplier s financial condition will be determined by latest financial statement submitted with the pre-qualification documents as well as Letters of reference from their bankers regarding supplier s credit position. Potential suppliers/contractors will be pre-qualified on the satisfactorily information given. 3.3.4 Special consideration will be given to the financial resources available as working capital, taking into account the amount of uncompleted orders on contract and now in progress. Data on Form PQ-4. However, potential bidders should provide evidence of financial capability to executive contract. 3.3.5 Past Performance Past performance will be given due consideration in pre-qualifying bidders. Letters of reference from past customers should be included in Form PQ-5 where applicable. 3.3.6 Newly Registered firms Such firms may not have any experience or past performance documented. Marks for such criteria shall be awarded in full if the personnel/staff shall be proven to have relevant compensating experience. No prove of LPO s /LSO s/invoices/contracts shall therefore be required litigation history s marks shall also be awarded in full for such new firms. 3.3.7 Firms under preference and reservation regulations Such entities shall be required to have been registered with the County or National Treasury and submit the certificate to be exempted from the evaluation criteria and qualify. 3.4 STATEMENT Application must include a sworn statement Form PQ-6 by the Tenderer ensuring the accuracy of the information given. Page 8 of 20

3.5 WITHDRAWAL OF PREQUALIFICATION Should a condition arise between the time firm is pre-qualified to bid and the bid opening date which in the opinion of the client/government could substantially change the performance and qualification of the bidder or his ability to perform such as but not limited to bankruptcy, change in ownership or new commitments. The Authority reserves the right to reject the tender from such a bidder even though he was initially pre-qualified. 3.6 OUTLINED SUPPLY AND DELIVERY PROCEDURES The Pre-qualified applicant should also submit a brief statement of supply and service delivery methods and procedures he plans to use to execute the contract in form PQ-2 3.7 Pre-qualification Criteria Required Information Form type Points Score 1. Prequalification Documentation PO-1 10 2. Pre-qualification Data PQ-2 10 3. Supervisory Personnel PQ-3 10 4. Financial Position PQ-4 15 5. Past Experience PQ-5 15 6. Sworn Statement PQ-6 10 7. Confidential Questionnaire PQ-7 20 8. Tender Questionnaire PQ-8 5 9. Litigation History PQ-9 5 TOTAL 100 3.8 Qualification Mark The qualification mark is 70 points and over. NB: The first ten (10) highest ranked bidders will be shortlisted as the prequalified suppliers for this tender Page 9 of 20

FORM PQ 1 PRE-QUALIFICATION DOCUMENTATION All firms to provide: a) NCA certificate b) Tax compliance Certificate from Kenya Revenue Authority NB: Failure to produce NCA (National Construction Authority) certificate and Tax compliance Certificate from Kenya Revenue Authority to prove compliance will lead to automatic disqualification thus No further evaluation of your application c) Copies of Certificate of Registration d) Copy of V.A.T Registration Certificate e) Copies of Pin Certificates of Firm/Company/Individual f) List of ongoing Contracts/Projects (goods, services) g) Evidence of possession of machineries relevant for carrying out this kind of works e.g. Compactors, Shovels, Dozers, Tippers and excavators (attach log books and lease agreements) h) Evidence of up to date Insurance cover i) Evidence of qualified plant operators with necessary skills and license j) Provide reference /schedule of recent contracts of similar works in the last one year k) Bank references / Bank statement for the last 6 months l) Current year business licence Page 10 of 20

FORM PQ - 2 PRE-QUALIFICATION DATA 1. Legal name of firm.. Post office address..... Street and Address.. City.. Country Telephone No. Person to contact.... Title... 2. Organization & Business Information. Management Person.. Director.. General Manager..... Other Partnership (if applicable) Names of Partners 3. Business founded or incorporated... 4. Under present management since.. 5. Net worth equivalent Kshs.... 6. Enclose copy of the organization chart of the firm indicating the main fields of activities Page 11 of 20

FORM PQ-3 SUPERVISORY PERSONNEL Name Age Academic Qualification Professional Qualification. Length of service with contractor or supplier position held Supply or service experience a) Name of Client/Customer b) Character and nature of Contract. c) Contract value... d) Location of Contract. e) Period of Contract f) Title and responsibility in Contract...... g) Other.. Proposed Technical Personnel a) b) c) d) e) f) g) Proposed position in this project if contract is awarded.... Brief statement of supply and service delivery method the supplier plans to use to execute the contract. Page 12 of 20

FORM PQ-4 FINANCIAL POSITION Attached a copy of firm s two recent certified financial statements giving Summary of assets and current liabilities/or any other financial support. Page 13 of 20

FORM PQ-5 PAST EXPERIENCE NAMES OF THE APPLICANTS CLIENTS IN THE LAST TWO YEARS NAMES OF APPLICANTS OTHER CLIENTS AND VALUES OF CONTRACT/ORDERS 1. i) Name of client (Orgainzation) ii) Address of Client (Organization). iii) Name of contact person at the client (Organization) iv) Telephone No. of Client. v) Value of contract vi) Duration of contract (date).. 2. Name of 2nd client (Organization) (i) (ii) (iii) (iv) (v) (vi) Name of client (Organization).. Address of client (Organization Name of contact person at the client (Organization Telephone No. of Client Value of contract. Duration of contract (Date) 3. Name of 3rd Client (Organization i) Name of client (Organization) ii) Address of Client (Organization) iii) Telephone No. of Client.. iv) Name of contact person at the client (Organization).. v) Value of contract. vi) Duration of contract (Date) 4. Others Page 14 of 20

FORM PQ - 6 SWORN STATEMENT Having studied the pre-qualification information for the above project we/i hereby state: a. The information furnished in our application is accurate to the best of our knowledge. b. That in case of being pre-qualified we acknowledge that this grants us the right to participate in due time in the submission of a tender or quotation on the basis of provisions in the tender or quotation documents to follow. c. When the call for Tenders/Quotations is issued the legal technical or financial conditions or the contractual capacity of the firm changes we come ourselves to inform you and acknowledge your right to review the pre-qualification made. d. We enclose all the required documents and information required for the pre-qualification evaluation. Date. Applicant s Name.. Address.. Tel. No.. Represented by. Signature.. (Full name and designation of the person signing and stamp or seal) Page 15 of 20

FORM PQ-7 CONFIDENTIAL BUSINESS QUESTIONNAIRE You are requested to give the particulars indicated in part 1 and either part 2 (a) 2 (b) or 2 (c) whichever applies in your type of business. You are advised that it is a serious offence to give false information on this Form PART 1 GENERAL Business Name Location of Business premises... Plot No.Street/Road.. Postal Address Tel No Mobile No. Nature of business. Current Trade License No..Expiring date. Maximum value of business which you can handle at any one time Ksh... Name of your bankers Branch. Functioning e-mail address(es).. PART 2 (A) Sole Proprietor Your name in full..age.. Nationality.Country of origin. Citizenship details... Part 2 (b) Partnership: Name Nationality citizenship Details Shares 1. 2. 3... 4... 5. Page 16 of 20

Part 2 (c) - Registered Company Private or Public State the nominal and issue capital of the company Norminal Kshs... Issued Kshs.. Give details of all directors as follows: Name Nationality Citizenship Details Shares 1. 2. 3. 4. 5. Date.. Signature & Stamp of Tenderer If Kenyan Citizen indicate under Citizenship Details whether by Birth, naturalization or Registration GPK(L) Page 17 of 20

FORM PQ - 8 TENDER QUESTIONNAIRE Please fill in block letters 1. Full names of tenderer 2. Full address of tenderer to which tender correspondence is to be sent (unless an agent has been appointed below) 3. Telephone numbers of tenderer 4. Fax number of tenderer 5. Name of tenderers representative to be contacted on matters of the tender during the tender period. 6. Details of tenderers nominated agent (if any) to receive tender notices. This is essential if the Tenderer does not have his registered address in Kenya (name, address, telephone and fax) Signature and stamp/seal of tenderer Page 18 of 20

FORM PQ-9 LITIGATION HISTORY Name of Contractor/Supplier Contractors/Supplier should provide information on any history litigation or arbitration resulting from contracts executed in the last five years or currently under execution. Year Award for or Name of client cause of Disputed Amount (current against Litigation and matter in value, Kshs. Equivalent dispute Page 19 of 20

LIST OF EXPECTED WORKS 1. Irrigation Works 2. Construction of Water Dams and Pans. 3. Construction of Water Supply 4. Drilling of borehole 5. Construction of Buildings Page 20 of 20