REGISTRATION/PRE-QUALIFICATION OF SUPPLIERS

Similar documents
STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

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

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

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

ENGINEERS BOARD OF KENYA

SCHOOL EQUIPMENT PRODUCTION UNIT

PREQUALIFICATION DOCUMENT FOR PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY

INDUSTRIAL & COMMERCIAL DEVELOPMENT CORPORATION

SALARIES AND REMUNERATION COMMISSION

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

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

COMUNICATIONS AUTHORITY OF KENYA

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

Date; August 24, 2016

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

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

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

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/

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

KENYA RURAL ROADS AUTHORITY

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

MOMBASA WATER SUPPLY AND SANITATION CO. LTD

KERIO VALLEY DEVELOPMENT AUTHORITY

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

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

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

INVITATION FOR REGISTRATION OF FOR SUPPLIERS

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

KENGEN PROCUREMENT GUIDELINES FOR YOUTH, WOMEN AND PEOPLE WITH DISABILITY

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

Kenya Transparency & communications Infrastructure project

TENDER NO. NKCC/014/ PROVISION OF SAP APPLICATION MANAGEMENT SERVICES

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

PCO for World Water Week in Stockholm

Venue for World Water Week in Stockholm

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

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

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

Expression of Interest

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

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

Disable friendly Washrooms at hostel blocks (A & E)

Tender Specifications. Office Cleaning Services - Ref. DELSGPS

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council

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

Casework Technical Support (Social Welfare - Project Management)

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

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

RIFT VALLEY WATER SERVICES BOARD

REQUEST FOR EXPRESSION OF INTEREST FOR THE

Kenya Commercial Bank

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

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

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

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

SUPPLIER DATABASE FOR TSHWANE RAPID TRANSIT (PTY) LTD

REQUEST FOR PROPOSAL PROVISION OF CUSTOMER SATISFACTION SURVEY KEMRI/HQ/018/

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

INSTRUCTIONS TO TENDERERS

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

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

REQUEST FOR QUALIFICATIONS

Bangalore International Airport Limited INFORMATION DOCUMENT

Tender for Engagement of Chartered Accountant CONTENTS

REPUBLIC OF KENYA MINISTRY OF HEALTH

VADODARA SMART CITY DEVELOPMENT LTD.

NYERI TECHNICAL TRAINING INSTITUTE

Write Deal Association VO/0695

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

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

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

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

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

United Nations Development Programme (UNDP) FOR THE

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

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

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

KENYA RURAL ROADS AUTHORITY MIGORI REGION

institutions and Public Sector Undertakings for similar works.

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

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

FOR PURCHASE OF LAND

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

EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE

Vendor pre-qualification application forms must be submitted to:

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

ADVERTISEMENTS RELEASED IN NEWS PAPERS TIMES OF INDIA & NAVBHARAT TIMES ON FEBRUARY 14, 2018 AND HOSTED IN BANK S WEBSITE

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

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

GOVERNMENT OF KARNATAKA

KARATINA UNIVERSITY PROPOSED LIBRARY

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

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Transcription:

REGISTRATION/PRE-QUALIFICATION OF SUPPLIERS 2018-2019 CLOSING DATE 4 TH MAY 2018 AT 10.00 A.M. 1

NOTICE DATE: 17 TH APRIL 2018 CLOSING DATE: 4 TH MAY 2018 Receipt No. Pre-qualification Reg. No.. Category No All correspondence to: Managing Director New Kenya Co-operative Creameries LTD P.O. BOX 30131-00100 NAIROBI 2

TABLE OF CONTENTS SECTION 1... 5 Invitation for pre-qualification of suppliers SECTION II... 9 Information to candidates Documents comprising the request for pre-qualification Preparation of tender documents Submission, Receipt and opening of tenders Tender Evaluation Confidentiality SECTION III... 14 Tender submission form Letter of Application Supplier pre-qualification questionnaire Bidder declaration form self-declaration forms 3

Introduction The New KCC LTD is a state corporation, and invites applications from interested eligible bidders for pre-qualification for the supply of goods & services for the financial year (2018-2019). Bidders are required to submit a duly filled and signed Letter of application. NKCC intends to prequalify firms across the country for purposes of provision of Goods, works and services. In this regard, you are invited to bid for pre-qualification for provision of goods, works or services. The respective tender document may be obtained from the office of the Head of Procurement, New KCC Ltd, Dakar Road, off Enterprise Road. Alternatively, Tender documents can be downloaded free of charge from our website www.newkcc.co.ke However candidates who choose to download the documents must notify the procurement office immediately for record purposes by email: info@newkcc.co.ke The bidder shall prepare one (1) original and one (1) copy of the pre-qualification document and marked as ORIGINAL and COPY and placed in separate envelopes. Both envelopes shall be placed in an outer envelope and sealed. The outer envelope, bearing no indication of the bidder and clearly marked NKCC/../2018-2019 PROVISION OF specify the category sent by post to:- Managing Director New KCC Ltd P.O. Box 30131 00100 Nairobi And/or deposited in the Tender Box located on the 2 nd Floor of Creamery House, Dakar Road- Industrial Area on or before 4 TH MAY 2018. Interested bidders or their representatives are invited to witness the opening to be held at the Board room, Late bids will be rejected and returned unopened. Only candidates prequalified under this prequalification process will be invited to tender. Canvassing will lead to automatic disqualification. Yours faithfully, Head of Procurement For: MANAGING DIRECTOR 4

SECTION I: INVITATION FOR PRE-QUALIFICATION OF SUPPLIERS Tenders are invited from interested and eligible firms/suppliers to submit sealed bids for the following: Tender Ref Tender Name Eligibility Closing/opening date 1 NKCC/001/2018-19 Supply of electrical materials and equipment 2 NKCC/002/2018-19 Supply of general hardware building materials 3 NKCC/003/2018-19 Supply of motor vehicle spare parts 4 NKCC/004/2018-19 Supply/fitting of new speed governors and renewal of speed governor certificates 5 NKCC/005/2018-19 Supply of spare parts for HCV & trailers 6 NKCC/006/2018-19 Supply & delivery of microbial cultures and other ingredients Open 4 th May 2018 at 7 NKCC/007/2018-19 Supply of clean fresh water in tankers 8 NKCC/008/2018-19 Supply of paints and painting materials 9 NKCC/009/2018-19 Supply of bearings and oil seals 10 NKCC/010/2018-19 Supply of refrigeration, welding and Industrial gases 11 NKCC/011/2018-19 Supply of food quality glue 12 NKCC/012/2018-19 Supply of coding inks and inkjet machine consumables 13 NKCC/013/2018-19 Supply of packaging machine & general engineering spare parts and consumables 14 NKCC/014/2018-19 Supply of refrigeration equipment spare parts 15 NKCC/015/2018-19 Supply of weighing scales and equipment s 16 NKCC/016/2018-19 supply and delivery of sugar 17 NKCC/017/2018-19 supply and delivery of flavours 18 NKCC/018/2018-19 supply and delivery of Industrial chemicals Open 4 th May 2018 at 19 NKCC/019/2018-19 Supply and delivery of assorted labels 20 NKCC/020/2018-19 Supply & delivery of cleaning detergents 21 NKCC/021/2018-19 Supply & delivery of boiler chemicals 22 NKCC/022/2018-19 Supply & delivery of security seals (lock and wire seals) 5

23 NKCC/023/2018-19 Supply and delivery of Hot melt 24 NKCC/024/2018-19 Supply of promotional materials, signages and advertising Materials 25 NKCC/025/2018-19 Provision of maintenance services of HCV, milk tankers & trailers 26 NKCC/026/2018-19 Provision of repair & Maintenance of Motor Vehicles services 27 NKCC/027/2018-19 Provision of mechanical engineering services engine rebuilding and crankshaft grinding 28 NKCC/028/2018-19 Servicing of injector pumps and nozzles 29 NKCC/029/2018-19 Re-bonding of motor vehicle brake and clutch lining services Open 4 th May 2018 at 30 NKCC/030/2018-19 Provision of outside catering services 31 NKCC/031/2018-19 Provision of generator sets maintenance services 32 NKCC/032/2018-19 Repair and servicing of safes 33 NKCC/033/2018-19 Provision of staff training and consultancy services 34 NKCC/034/2018-19 Provision of research consultancy services 35 NKCC/035/2018-19 Provision of stand renovation and design and set-up services for shows and exhibitions 36 NKCC/036/2018-19 Provision of creative designs and layout 37 NKCC/037/2018-19 Provision of Media monitoring services 38 NKCC/038/2018-19 Provision of Assets & Motor Vehicle valuation services 39 NKCC/039/2018-19 Provision of Asset tagging services 40 NKCC/040/2018-19 Provision of Land surveying services 41 NKCC/041/2018-19 Provision of Architectural consultancy services 42 NKCC/042/2018-19 Provision of Civil Engineering Consultancy Services 43 NKCC/043/2018-19 Provision of creative designs and layout 44 NKCC/044/2018-19 Provision of Environmental Audit consultancy services 45 NKCC/045/2018-19 Provision of private investigation services. 46 NKCC/046/2018-19 Provision of property management services 47 NKCC/047/2018-19 Consultancy services for Business Continuity Management 6

48 NKCC/048/2018-19 Provision of ICT Security services 49 NKCC/049/2018-19 Provision of mechanical engineering services machining & fabrication. 50 NKCC/050/2018-19 Provision of Service and maintenance of firefighting equipment 51 NKCC/051/2018-19 Provision of business development consultancy services 52 NKCC/052/2018-19 Provision of PR Agency Services 53 NKCC/053/2018-19 Provision of Digital & Social Media Management Services RESERVED FOR DISADVANTAGED GROUPS-AGPO (YOUTH, WOMEN & PWDs) 54 NKCC/054/2018-19 Supply of office Stationery AGPO 4 th May 2018 at 55 NKCC/055/2018-19 Supply of laboratory chemicals, consumables & equipment AGPO 4 th May 2018 at 56 NKCC/056/2018-19 Supply of office and automation equipment including branded AGPO 4 th May 2018 at computers, printers, accessories, etc. 57 NKCC/057/2018-19 Supply of plastic pallets, timber pallets & wood products AGPO 4 th May 2018 at 58 NKCC/058/2018-19 Provision of minor building and civil engineering Services NCA approved firms only. 59 NKCC/059/2018-19 Provision of air travel agency & related services (IATA registered firms only) 60 NKCC/060/2018-19 Provision of printing services (Stationery) RESERVED FOR PWDs 61 NKCC/061/2018-19 Supply of Newspapers, Journals, Magazines and Periodicals AGPO AGPO AGPO 4 th May 2018 at 4 th May 2018 at 4 th May 2018 at PWDs 4 th May 2018 at 62 NKCC/062/2018-19 Supply of office Drinking Water PWDs 4 th May 2018 at 63 NKCC/063/2018-19 Provision of Miscellaneous Office Supplies e.g. detergents Toiletries, sugar, mops etc. 64 NKCC/064/2018-19 Provision of Repair services for Office Furniture PWDs PWDs 4 th May 2018 at 4 th May 2018 at Complete Registration/ Prequalification documents with detailed information may be obtained from the Office of the Head of Procurement, New KCC Ltd, Dakar Road off Enterprise Road between 9.00 a.m. to 4.00 p.m, upon payment of a non-refundable fee of Kshs. 1,000/- (Kshs. One Thousand only) per tender document, paid in cash or Bankers Cheque. Prospective bidders may also download the tender documents from http://supplier.treasury.go.ke free of charge and New KCC Website (www.newkcc.co.ke). Bidders are required to send/e-mail their names and contact details to: info@newkcc.co.ke. 7

This exercise shall be continuous for the disadvantaged group category throughout the supply period and an application to be included in the list may be made at any time and at no cost. Suppliers who do not fall within the disadvantaged groups category and had been prequalified by the New KCC Ltd for the financial years 2016-2018 are informed that their term shall be lapsing on June 30, 2018 and they shall therefore be required to re-submit their applications for consideration. New KCC Ltd shall use the list of suppliers registered under disadvantaged groups categories (i.e. Youth, Women and Persons living with Disabilities) as generated by the National Treasury and the Public Procurement Regulatory Authority (PPRA) in line with the requirements of Section 56 (1) of the Public Procurement and Asset Disposal Act,2015 Completed tender documents in plain sealed envelope clearly marked with Tender Number and Description should be addressed to: The Managing Director New KCC Ltd P.O. Box 30131-00100 Nairobi To be received not later than on the closing /opening date shown above. MANAGING DIRECTOR For enquiries: email info@newkcc.co.ke 8

SECTION II: INFORMATION TO CANDIDATES 1 INTRODUCTION 1.1 NKCC LTD will pre-qualify and enlist prospective bidders for the supply &f provision of goods, works & services from among those who will have submitted their tenders, in accordance with the tender requirements to undertake the assignments described herein. All suppliers currently pre-qualified with NKCC LTD should note that they have to re-apply afresh as all other previous prequalification shall stand cancelled. 1.2 Bidders are invited to submit a pre-qualification tender for the specific categories The Pre-qualification Tender document and the Tenderers response thereof shall be the basis for pre- qualification. 1.3 1.4 1.5 Tenderers must familiarize themselves with the requirements described in this document including all attachments and take them into account while preparing the response. NKCC LTD does not bind itself to assign supply & provision of goods, works & services but shall endeavor to ensure tenders for specific categories will be treated equitably. Applicants will be informed in writing of the results of the application, without assigning any reason for NKCC Ltd decision thereof. 1.6 Tenderers will meet all costs associated with preparation and submission of their applications. 1.7 It is NKCC Ltd policy to require that tenderers observe the highest standard of professional and moral ethics during the selection and execution of such contracts. In pursuance of this policy, NKCC LTD : a) defines, for the purpose of this provision, the terms set forth below as follows: (i) (ii) "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of an officer of the Purchaser/Employer in the prequalification process; and Fraudulent practice means a misrepresentation of facts in order to influence the pre-qualification process to the detriment of the Purchaser/Employer, and includes designed to establish prices at artificial, non-competitive levels and to deprive the Purchaser (NKCC LTD) of the benefits of free and open competition. b) Will reject a Tender for pre-qualification if it determines that a Tenderer has engaged in corrupt or fraudulent activities in competing for the contract in question; c) Will declare a Tender ineligible, for pre-qualification if at any time it determines that Tenderer has engaged in corrupt or fraudulent practices in competing for, or in executing, a similar contract; and d) Will have the right to examine financial records relating to the performance of such services to determine capability. 9

e) Will have the right to inspect the business premises of the tenderer. f) Will declare a Tender ineligible for prequalification if at any time it determines that Tenderer has no legal capacity to enter into a contract for the procurement. g) Will declare a Tender ineligible for pre-qualification if at any time it determines that Tenderer is insolvent, in receivership, bankrupt or in the Process of being wound up and is not the subject of legal proceedings related to the foregoing. h) Will declare a Tender ineligible, for prequalification if at any time NKCC LTD determines that Tenderer is related to an employee of the company or a Member of Board or Accounting Officer of the Company unless otherwise pre-declared to avoid conflict of interest. i) Will declare a Tender ineligible for prequalification if at any time, it determines that Tenderer has committed an offence relating to procurement, has breached a contract for procurement before by another public company, has in procurement proceedings, given false information about its actions and has been blacklisted before by another public company. 1.8 Tenderers shall furnish information as described in the pre-qualification tender document. 1.9 Tenderers shall be aware of the provisions on corrupt and fraudulent practices as spelt out in the Public Procurement and Asset Disposal Act, 2015 and the Public Procurement and Disposal Regulations, 2006. 2 DOCUMENTS COMPRISING THE REQUEST FOR PRE-QUALIFICATION 2.1 Tenderers may request a clarification on the Tender Pre-qualification document up to 7 (seven) days before the Tender submission date. Any request for clarification must be sent in writing by mail, facsimile, or electronic mail to the Purchaser's/Employer s address. The Purchaser/Employer will respond in writing by normal postal mail, facsimile, or electronic mail to such requests and will send copies of the response to all Tenderers who intend to submit tenders. 3 PREPARATION OF TENDER DOCUMENTS 3.1 Tenderers are required to submit a Tender written in English language. 3.2 Tenderers are expected to examine the documents comprising this Request for pre-qualification in detail. Material deficiencies in providing the information requested may result in rejection of a Tender. 3.3 Tenderers are required to meet the qualification criteria stipulated. Those who do not meet the requirements need not submit tenders. Only tenders, which fulfill these requirements, will be considered for detailed evaluation. 3.4 The pre-qualification documents shall not include any financial proposal information other than audited accounts for at most two (2) years. 3.5 Validity Period 10

3.5.1 The request for pre-qualification must remain valid for not less than 120 days from the date of submission. 3.5.2 NKCC Ltd shall endeavor to complete the evaluation and communicate within this period. 4 SUBMISSION, RECEIPT, AND OPENING OF TENDERS 4.1 The Tender Document shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors made by the Tenderer. Any such corrections must be initialed by the person(s) who sign(s) the Tender Document. 4.2 All pages of the Tender Document must be initialed by an authorized representative of the tenderer. 4.3 The Tender should be prepared and submitted in a plain sealed envelope marked: PRE-QUALIFICATION OF SUPPLIERS FOR insert the category NKCC/ /2018-2019 sent by post to:- Managing Director New KCC Ltd P.O. Box 30131 00100 Nairobi and/or deposited in the Tender Box located on the 2 nd Floor of Creamery House, Dakar Road- Industrial Area on or before 4 TH MAY 2018 AT. 4.4 Deadline for Submission The closing date and time for the Pre-qualification shall be 4 TH MAY, 2018 AT 10.00AM. 4.5 Late Tender Any Tender received after the deadline in clause 4.4 shall be rejected as a late tender and shall not be considered further. 4.6 Tender Opening A tender opening committee shall open the Tender immediately after the closing time for 4.6.1 submission of the Tender. 4.6.2 NKCC Ltd will prepare a record of the Tender opening. 5 TENDER EVALUATION NKCC LTD will examine the tenders to determine completeness, general orderliness and 5.1 sufficiency in responsiveness. 5.2 Tenderers shall not contact NKCC Ltd on matters relating to their tender from the time of opening to the time the evaluation is finalized and official communication sent to them. Any effort by the Tenderer to influence NKCC LTD in the tender evaluation shall result in the cancellation of their tender. 11

Pre-qualification will be based on meeting the minimum criteria regarding the Applicant s legal status, general and particular experience, personnel and financial position as demonstrated by the responses in the attached forms. 5.4 The applicants must have registered offices and NKCC LTD reserves the discretion of visiting physical premises from which the applicant conducts business if so desired to confirm existence and capability to deliver the said goods or services or works. 5.5 Tenderers who qualify according to the selection criteria will be invited to submit their quotations for the supply of goods or services or works as and when required. 5.6 NKCC LTD reserves the right to accept or reject any or all tenders. 5.7 There shall be two phases of carrying out the evaluation of prequalification applications. a) Preliminary Evaluation b) Detailed Technical Evaluation Preliminary Evaluation i) All the applications shall be sorted out according to the various categories and levels contained in the applications for prequalification form. ii) Pre-screening shall be done for all the applications in each category to determine responsiveness namely, copies of: Mandatory requirements a) Certificate of Registration and business permit b) VAT & PIN Certificate c) Current practicing certificates d) AGPO Certificate for Special Groups e) Valid Tax Compliance Certificate f) Audited Accounts (for the year 2015, 2016 and 2017) and /or bank statement for the last one year g) Letters of recommendation from the candidate s five (5) major clients. At least two clients to be public institutions. h) Duly Completed Confidential Pre qualification Business Questionnaire i) Dully filled signed and stamped bidders declaration and Integrity pact j) Completeness of the tender for pre-qualification of suppliers and service providers form k) Curriculum vitae of technical staff l) Duly filled self-declaration form corrupt or fraudulent practice iii) Casual applicants shall be considered substantially non-responsive and shall be excluded from those considered for detailed evaluation. iv) A list shall be compiled for those tenderers who pass the preliminary evaluation to be evaluated in detail. 12

Evaluation criteria To check for technical responsiveness, the evaluation criteria below will be used. No Criterion Marks 1. Years in practice /business 10years and above, 10 marks 5-10 years, 3 marks Less than 5years, 2 marks 2. No. of technical fire 3 or more, 5 marks Less than, 2 marks 3. Years of experience of technical staff 7 years and above, 5 marks 3-7 years, 3 marks Less than 3years, 2 marks 4. a. General experience in specific category. Bidder to submit at least 5 list of major firms where they have offered services in the last 2 years. The list must include names and addresses of employers, dates of assignment and resource persons for each assignment undertaken. 5. Organization structure: 10 marks 6. Team composition Proposed team leader and other key staff education and professional qualification: 40 marks Bidder to attach current detailed CV`s of supervisors/technical experts) signed by the owners showing relevant experience in provision of goods & services and giving evidence of specialization) 7. Proof of at least one other branch office located outside TOTAL The pass mark shall be 70% for technical evaluation 5.8 Disclosure of Evaluation Results Each complete submission as requested caries 5 points. No points for any incomplete submission. 5 marks 100 MARKS Information relating to preliminary evaluations of all the application, and also those who qualify for pre-qualification shall not be disclosed to applicants or any other persons not officially concerned with such process until the notification of pre-qualification results is made to all applicants. 5.9 Notification of Pre-qualification results Once the list of those who succeeded to be pre-qualified has been approved and ratified by the Accounting Officer, the Head of Procurement shall notify in writing all those applicants who have been pre-qualified and also those who failed to be pre-qualified. 6 CONFIDENTIALITY 6.1 Information relating to evaluation of tenders and recommendations concerning prequalification shall not be disclosed to the tenderers until the pre-qualified firms have been advised accordingly. 13

SECTION III: STANDARD FORMS 7 TENDER SUBMISSION FORM To: Managing Director, New Kenya Cooperative Creameries Ltd P. O. Box30131-00100, NAIROBI Dear Sir, We, the undersigned, offer to supply the required goods/services/works in accordance with your Tender for Pre-qualification of Suppliers for provision of goods & services for financial years 2018 2020 and hereby submit our Tender Document. Our Tender is binding to us and if found acceptable we shall be pleased to be included in the list of the pre-qualified firms. We understand you are not bound to accept either in part or whole any tender you receive. We remain Yours sincerely, Authorised Signature Name of Signatory Title of Signatory Name of Tenderer. Address.. 14

8 LETTER OF APPLICATION Date To. (name and address of the procuring entity) Ladies and/or Gentlemen 1. Being duly Authorized to represent and act on behalf of. (name of firm) (hereinafter referred To as the Applicant ), and having reviewed and fully understood all of the pre-qualification information provided, the undersigned hereby apply to be prequalified by yourselves for provision of goods & services at NKCC Ltd Ref No. Category C Ref. No. C1 Tender name Pre-qualification for Insert category NKCC/../2018-2019 2. Attached to this letter are copies of original documents defining a) the Applicant s legal status b) the principal place of business and c) the place of incorporation (for applicants who are corporations), or the place of registration and the nationality of the owners (for applicants who are partnerships or individually-owned firms). 3. Your Agency and its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and as requested by yourselves to verify statements and information provided in this application, such as the resources, experience, and competence of the Applicant. 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: 15

Personnel inquiries Contract 1: Telephone 1: Contract 2: Telephone 2: Technical inquiries Contract 1: Telephone 1: Contract 2: Telephone 2: Financial inquiries Contract 1: Telephone 1: Contract 2: Telephone 2: 5. This application is made with the full understanding that: a) bids by prequalified applicants will be subject to verification of all information submitted for prequalification at the time of bidding. b) 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 prequalified bidders who meet the revised requirements; and reject or accept any application, cancel the prequalification process, and reject all applications. c) your Agency shall not be liable for any such actions and shall be under no obligation to inform the Applicant of the grounds for them 6. Appended to this application, we give details of the participation of each party, including capital contribution and profit/loss agreements, in the joint venture or association. We also specify the financial commitment in terms of the percentage of the value of the <each> contract, and the responsibilities for execution of the <each> contract. 7. The undersigned declare that the statement made and the information provided in the duly completed application are complete, true, and correct in every detail. 16

Signed: Name: Signed: Name: For and on behalf of (name of Applicant or lead partner of a joint venture): for and on behalf of (name of director): Signed: Name: Signed:. Name: For and on behalf (name of Partner) For and on behalf of (name of partner) Signed: Name: Signed:. Name: For and on behalf (name of Partner) For and on behalf of (name of partner) 17

9 SUPPLIER PRE-QUALIFICATION QUESTIONNAIRE (TO BE COMPLETED BY THE SUPPLIER) (A) (B) (C) (D) (E) (F) (G) (H) NAME.. P.O. BOX POSTAL CODE.TOWN PHYSICAL DDRESS.... NAME OF STREET. TELEPHONE NUMBERS... FAX NUMBERS. E-MAIL WEBSITE.. CONTACT PERSON DESIGNATION. CERTIFICATE OF REGISTRATION/INCORPORATION Number:. (ATTACH COPY) CURRENT TRADE LICENCE NO. (ATTACH COPY) PIN CERTIFICATE NO.. (ATTACH COPY) VAT REGISTRATION NO.. (ATTACH COPY) DATE.. DATE DATE DATE NAME AND ADDRESS OF BANKERS BRANCH ACCOUNT NUMBER.. BANK CODE.. BRANCH CODE SORT AND SWIFT CODE.. 18

LEGAL STATUS OF SUPPLIER. (Indicate whether Business Name or Sole Proprietorship or Company or Partnership, etc) PERIOD IN BUSINESS 1 NATURE OF LEGAL BUSINESS/SPECIALITY NAMES OF DIRECTORS AND SHAREHOLDING (%): - (1)... (2)... (3)... (4)... (5)... 2 ASSOCIATE COMPANIES (1)... (2)... (3)... (4)... (5)... (6)....... TOTAL NUMBER OF STAFF EMPLOYED (1) MANAGERIAL / SUPERVISORY. (2) TECHNICAL.. (3) SEMI -SKILLED OTHER ORGANIZATIONS/COMPANIES WHERE YOU CURRENTLY SUPPLY WITH SIMILAR SERVICES (1)... (2)... (3)... (4)... (5)... 19

(6)....... SPECIFY AND GIVE DESCRIPTIVE DETAILS OF THE SERVICES YOU WISH TO SUPPLY.. VALUE OF BUSINESS YOU CAN HANDLE AT ANY ONE TIME KSHS.. HAVE YOU PREVIOUSLY BEEN PROVIDING SIMILAR SERVICES/GOODS TO NKCC LTD Yes/No:. IF YES, GIVE DETAILS AND INDICATE THREE OF LAST PURCHASE ORDER NUMBER/ENGAGEMENT AND DATE OF ENGAGEMENT DO YOU HAVE ANY PENDING ORDERS WITH NKCC LTD? IF YES GIVE DETAILS HAVE YOU EVER FAILED TO HONOUR ANY NKCC LTD PURCHASE ORDER/ENGAGEMENT OR COMMITTED AN OFFENCE UNDER THE PUBLIC PROCUREMENT & ASSET DISPOSAL ACT 2015? IF YES GIVE ORDER DETAILS.. HAVE YOU EVER BEEN DEBARRED FROM PARTICIPATING IN PUBLIC PROCUREMENT? 20

DECLARATION I/We the undersigned state that the above information is correct and that I/We give NKCC LTD authority to seek any other references concerning my/our company from whatever sources deemed relevant e.g. Company Registry, Bankers, Kenya Revenue Authority, etc and that giving false or misleading information may render my application null and void. Signed Name Designation 21

10 BIDDER S DECLARATION Bidder s Declaration We/I the undersigned..., in the capacity of.. for [name of the company/firm/individual] certify that the bidder is not in any of the following situations: 1 Bankruptcy; are the subject of proceedings for a declaration of bankruptcy, or of an order for compulsory winding up or administration by court, or of any other similar proceedings; 2 Payments to us have been suspended in accordance with the judgment of a court other than a judgment declaring bankruptcy and resulting, in accordance with our national laws, in the total or partial loss of the right to administer and dispose off our property; 3 Legal proceedings have been instituted against us involving an order suspending payments and which may result, in accordance with our national laws, in a declaration of bankruptcy or in any other situation entailing the total or partial loss of the right to administer and dispose of our property; 4 Are being wound up, or our affairs are being administered by court, or have entered into an arrangement with creditors, or have suspended business activities or are subject to an injunction against running business by a court of law; 5 Have been convicted by a final judgment of any crime or offence concerning our/my professional conduct; 6 Are guilty of serious misrepresentation with regard to information required for participation in an invitation to tender or execution of a tender already awarded; and 7 Are in breach of contract on another contract with the Government of Kenya or other local or international contracting authority or foreign government. 8 Have been convicted of an offence concerning our/my professional conduct by a court of law, or found guilty of grave professional misconduct; 9 Have not fulfilled obligations relating to payments of taxes or statutory contributions. If the bidder is in any of the above listed situations, kindly attach documents giving details of the situation. Names in full: [ ] Duly authorized to sign this bid on behalf of (bidder s name): [ ] Place and date: [..] Stamp of the firm/company: PREQ-2018-19 22 of 23

11. FORM SD2 SELF DECLARATION FORMS (r 62) REPUBLIC OF KENYA PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) SELF DECLARATION THAT THE PERSON/TENDERER WILL NOT ENGAGE IN ANY CORRUPT OR FRAUDULENT PRACTICE. I,.of P. O. Box. being a resident of.. in the Republic of ------ do hereby make a statement as follows:- 1. THAT I am the Chief Executive/Managing Director/Principal Officer/Director of..... (insert name of the Company) who is a Bidder in respect of Tender No... for..(insert tender title/description) for..( insert name of the Procuring entity) and duly authorized and competent to make this statement. 2. THAT the aforesaid Bidder, its servants and/or agents /subcontractors will not engage in any corrupt or fraudulent practice and has not been requested to pay any inducement to any member of the Board, Management, Staff and/or employees and/or agents of.. (insert name of the Procuring entity) which is the procuring entity. 3. THAT the aforesaid Bidder, its servants and/or agents /subcontractors have not offered any inducement to any member of the Board, Management, Staff and/or employees and/or agents of..(name of the procuring entity) 4. THAT the aforesaid Bidder will not engage /has not engaged in any corrosive practice with other bidders participating in the subject tender 5. THAT what is deboned to hereinabove is true to the best of my knowledge information and belief.. (Title) (Signature) (Date) Bidder s Official Stamp PREQ-2018-19 23 of 23