TENDER DOCUMENT FOR EAPCC/DISP/129/2017 DISPOSAL OF IDLE ASSETS

Similar documents
SIMLAW Seed CoMpAny LIMIted

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

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

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

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

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

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

NATIONAL GOVERNMENT CONSTITUENCIES DEVELOPMENT FUND BOARD

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

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

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

TENDER DOCUMENT FOR DISPOSAL OF MOTOR VEHICLES & PHOTOCOPIERS

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

FOR PURCHASE OF LAND

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

REPUBLIC OF KENYA MINISTRY OF HEALTH

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

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

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

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

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

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

SEVENTH-DAY ADVENTIST EAST KENYA UNION CONFERENCE TENDER FOR THE PROVISION OF SECURITY AND GUARDING SERVICES

SCHOOL EQUIPMENT PRODUCTION UNIT

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

KERIO VALLEY DEVELOPMENT AUTHORITY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

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

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

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.

COMUNICATIONS AUTHORITY OF KENYA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Date; August 24, 2016

National Council for Persons With Disabilities

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

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

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

KENYA URBAN ROADS AUTHORITY

PREQUALIFICATION DOCUMENT FOR PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY

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

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

SALE OF ASSORTED BOARDED ITEMS

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY. ICRAF House, UN Avenue Gigiri PO Box Nairobi Kenya

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

National Science Foundation Ministry of Science, Technology & Research

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

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

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

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

TENDER FOR THE PROVISION OF PEST CONTROL, FUMIGATION AND SANITARY BINS SERVICES TENDER NUMBER: MMUST/CS/03/

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

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

Development of Automation Software for Bodoland University

TENDER DOCUMENT FOR PROVISION OF BULK PUSH & PULL SMS (SHORT MESSAGING SERVICE) AND OZEKI NG SMS GATEWAY LICENSES & TRAINING

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

TENDER NO. KP4/9A/PT/11/2015 PREQUALIFICATION TENDER NORTH RIFT REGION SUPPLY OF ICTGOODS,SERVICES,SPARES & ACCESSORIES.

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

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838

KENGEN PROCUREMENT GUIDELINES FOR YOUTH, WOMEN AND PEOPLE WITH DISABILITY

Nepal Telecom. (Nepal Doorsanchar Company Limited) Sealed Quotation No.NDCL/WRD/SQ-02/072/73. For Supply and Delivery. Of AC Spare Parts.

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

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

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

COUNTY ASSEMBLY OF KILIFI

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT

KARATINA UNIVERSITY PROPOSED LIBRARY

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

ICSI HOUSE, C-36, SECTOR-62, NOIDA Ref: ICSI/Waste items/2018 December 07, 2018

KENYA CIVIL AVIATION AUTHORITY

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

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

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

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

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

Issue Department Chandigarh. Tender Form Part I

COUNTY GOVERNMENT OF NYERI

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICE FOR

EMAS UNIT CONDITIONS FOR SUBMITTING A TENDER

MAY 2015 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID

INDUSTRIAL & COMMERCIAL DEVELOPMENT CORPORATION

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

Support to Development of a Global Competency Framework for UHC. Request for Proposals (RFP) Bid Reference 2018/HIS/HWF/HPS/01

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

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

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

JAMSHEDPUR (TATANAGAR)

Casework Technical Support (Social Welfare - Project Management)

TENDER NO. SDGA/01/

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

Tender for Engagement of Chartered Accountant CONTENTS

Transcription:

TENDER DOCUMENT FOR EAPCC/DISP/129/2017 DISPOSAL OF IDLE ASSETS CLOSING DATE: 23 rd June 2017 CLOSING TIME: 12:00 NOON

TABLE OF CONTENTS PAGE INTRODUCTION 3 SECTION I INVITATION TO TENDER. 4 SECTION II : INSTRUCTIONS TO TENDERERS. 5 Appendix to Instructions to tenderers.. 12 SECTION III : SCHEDULE OF ITEMS AND PRICE. 14 SECTION IV : CONDITIONS OF TENDER.. 16 Appendix to Conditions of Tender.. 17 SECTION V : STANDARD FORMS 19 5.1.FORM OF TENDER 20 5.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM.. 20 5.3 PROOF OF VIEWING ITEMS FORM. 20 5.4 TENDER COMMITMENT DECLARATION FORM.. 21 2 P a g e

SECTION I INVITATION TO TENDER Date: 5/06/2017 Tender Ref No: EAPCC/DISP/129/2017 Tender Name: Disposal of Idle Assets. 1.1 The East African Portland Cement Company Limited now invites sealed tenders from eligible candidates to purchase the above items. 1.2 Interested eligible candidates may obtain further information from Procurement Office and inspect the tender documents at the East African Portland Cement Company P.o. Box 20 00204 Athi-River off Namanga Road Store yard during 8:30 am-12:30 and 2:00pm -3:30 pm between Monday-Friday. 1.3 A complete set of tender documents may be downloaded from the company website or IFMIS portal for free or hard copy obtained by interested candidates upon payment of non-refundable fees of Ksh. 1,000.00 in cash payable to the Cashier EAPCC in Athi river 1.4 Tenderers will be required to pay a deposit and SHALL be required to pay all amounts in full before items are collected. No items shall be collected in piece meal. 1.5 Completed tender documents are to be enclosed in plain sealed envelopes marked with the tender reference number and the tender name and deposited in the Tender Box at East African Portland Cement Company P.o. Box 20 00204 Athi-River off Namanga Road addressed to Managing Director East African Portland Cement Company P.o. Box 20 00204 Athi-River off Namanga Road so as to be received on or before Friday, 23 rd June 2017at 12.00pm. 1.6 Viewing of the all items in the various locations will be as from 5 th June 2017 from 9.00 am to 4.00 pm weekdays and the contact person will be Mr. Peter Wachira of the stores department. 1.7 Prices quoted should be net, must be in Kenya Shillings and shall remain valid for 120 days from the closing date of the tender. 1.8 Tenders will be opened immediately thereafter in the presence of the tenderers or their representatives who choose to attend at EAPCC Headquarters at Athi River off Namanga Road in the Main office Conference room. Simon Peter Ole Nkeri Managing Director 3 P a g e

SECTION II - INSTRUCTIONS TO TENDERERS Table of Clauses Page 2.1 Eligible tenderers. 6 2.2 Cost of tendering. 6 2.3 Tender documents 6 2.4 Clarification of documents.. 6 2.5 Amendments of documents. 7 2.6 Tender prices and currencies 7 2.7 Tender deposit. 8 2.8 Validity of tenders 8 2.9 Viewing of the tender items. 9 2.10 Sealing and marking of tenders 9 2.11 Deadline for submission of tenders. 9 2.12 Modification and withdrawal of tenders.. 9 2.13 Opening of tenders.. 10 2.14 Clarification of tenders.. 10 2.15 Evaluation and comparison of tenders. 11 2.16 Award of tender criteria 11 2.17 Notification of award 11 2.18 Contacting the procuring entity.. 12 4 P a g e

SECTION II - INSTRUCTION TO TENDERERS 2.1 Eligible Tenderers 2.1.1 This Invitation for Tenders is open to all tenderers eligible as described in the Appendix to instructions to tenderers. 2.1.2 Tenderers shall not be under a declaration of ineligibility for corrupt or fraudulent practices 2.2 Cost of Tendering 2.2.1 The tenderer shall bear all costs associated with the preparation and submission of its tender, and the procuring entity, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process. 2.2.2 The price to be charged for the tender document shall not exceed Kshs.1,000.00 2.3 The Tender Document 2.3.1 The tender document comprises the documents listed below and any addenda issued in accordance with clause 2.5 of these instructions to tenderers. (i) Invitation to tender (ii) Instructions to tenderers (iii) Schedule of items and price (iv) Conditions of Tender (v) Form of tender (vi) Confidential Business questionnaire Form (vii) Tender Commitment Declaration Form 2.3.2 The tenderer is expected to examine all instructions, forms, terms and specifications in the tender documents. Failure to meet all the requirements of the tender will be at the tenderer s risk and may result in the rejection of its tender. 5 P a g e

2.4. Clarification of Documents 2.4.1 A prospective tenderer requiring any clarification of the tender document may notify the Procuring entity in writing or by post at the entity s address indicated in the Invitation for tenders. The Procuring entity will respond in writing to any request for clarification of the tender documents, which it receives not later than three days (3) days prior to the deadline for the submission of tenders, prescribed by the procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers that have bought or downloaded the tender document and registered at the procurement office. The responses will also be posted to the IFMIS Website. 2.4.2 Clarification of tenders shall be requested by the tenderer to be received by the procuring entity not later than 3 days prior to the deadline for submission of tenders. 2.4.3 The procuring entity shall reply to any clarifications sought by the tenderer within 3 days of receiving the request to enable the tenderer to make timely submission of its tender. These clarifications may be sent to: Ngala Oloitiptip Head of Supply chain. The East African Portland Cement Company Ltd Off Namanga Road, P O Box 20-00204 Athi River, Kenya. Tel. 254-0709835000 Email: ngala.oloitiptip@eapcc.co.ke ; catherine.otido@eapcc.co.ke; 2.5 Amendment of Documents 2.5.1 At any time prior to the deadline for submission of tenders, the Procuring entity, for any reasons, whether at its own initiative or in response to a clarification requested by a prospective tenderer, may modify the tender documents by amendment 2.5.2 All prospective candidates that have received the tender documents will be notified of the amendment in writing or through our Website and will be binding on them. 6 P a g e

2.5.3 In order to allow prospective tenderers reasonable time in which to take the amendment into account in preparing their tenders, the Procuring entity, at its discretion, may extend the deadline for the submission of tenders. 2.6 Tender Prices and Currencies 2.6.1 The tenderer shall indicate on the appropriate Price Schedule the unit prices and total tender price of the items it proposes to purchase under the contract 2.6.2 Prices quoted by the tenderer shall be fixed during the tender validity period and not subject to variation on any account. A tender submitted with an adjustable price quotation will be treated as non responsive and will be rejected 2.6.3 The Price quoted shall be in Kenya Shillings. 2.7 Tender deposit. 2.7.1 The tenderer shall furnish as part of its tender, a tender deposit in the amount as stated In the appendix to instructions to tenderers. 2.7.2 The deposit shall be paid before the tender closing time and in bankers cheques submitted Together with the tender document. 2.7.3 The successful tender deposit will be credited to his bid price so that it forms part of The amount of the bid & tenderer will be required to pay the bid price less the deposit security. 2.7.4 Any tender not secured in accordance with this paragraph will be rejected by EAPCC As non-responsive for that item (s). 2.7.5 Tender deposit is required to protect EAPCC against the risk of the tenderer's conduct which would warrant tender security forfeiture. Tenders deposit may be forfeited a) If the tenderer withdraws its tender during the period of tender validity specified by procuring entity b) In case of successful tenderer, if the tenderer fails to pay the balance of bid price. 2.7.6 The unsuccessful tenderers deposit will be released as promptly as possible but not Later than 14 days after expiration of the period of the tender validity in any of the 7 P a g e

Following circumstances; a) The disposal proceedings are terminated b) EAPCC determines that none of the submitted tenders is responsive c) The notification of award has been issued. 2.8 Validity of Tenders 2.8.1 Tenders shall remain valid for 120 days from the date of tender opening prescribed by the Procuring entity, pursuant to paragraph 2.8.2 Tender valid for a shorter period shall be rejected by the Procuring entity as non responsive. 2.8.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The tender deposit provided under paragraph 2.7 shall also be suitably ex-tended. A tenderer may refuse the request without forfeiting its tender deposit. A tenderer granting the request will not be required nor permitted to modify its tender. 2.9. Viewing of Tender Items 2.9.1 Prospective bidders are advised to view the items, stores/equipment in liaison with the procuring entity before they bid for each lot. This will enable them to arrive at the most reasonable and competitive bids. Bids are based on AS IS WHERE IS CON- DITION and the conditions of the items are not warranted by the seller. 2.10 Sealing and Marking of Tenders 1.9 The tenderer shall seal the tender and mark it with the number and name of the tender and DO NOT OPEN BEFORE Friday, 23 rd June, 2017 at 12.00pm 2.11 Deadline for Submission of Tenders 1.10 2.11.1. Tenders must be received by the Procuring entity at the address specified not later than Friday, 23 rd June, 2017 at 12.00pm 2.11.2 The procuring entity may, at its discretion, extend this deadline for the submission of tenders by amending the tender documents in accordance with paragraph 2.5. in which case all rights and obligations of the procuring entity and tenderers previously subject to the deadline will thereafter be subject to the deadline as extended. 8 P a g e

2.12 Modifications And Withdrawals Of Tenders 2.12.1 Modification of tenders 2.12.1.1 The tenderer may modify or withdraw its tender after the tender s submission, provided that written notice of the modification, including substitution or withdrawal of the tenders, is received by the Procuring entity prior to the deadline prescribed for submission of tenders. 2.12.1.2 The Tenderer s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph 2.9.1. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders. 2.12.1.3 No tender may be modified after the deadline for submission of tenders 2.12.2 Withdrawals and tenders 2.12.2.1 No tender may be withdrawn in the interval between the deadline for submission of tenders and the expiration of the period of tender validity specified by the tenderer. 2.13 Opening of Tenders 1.11 The Procuring entity will open all tenders in the presence of tenderers representatives, who choose to attend on Friday, 23 rd June, 2017 at 12.00pm at the company s Customer care office. The tenderers or representatives who are present shall sign a register evidencing their attendance. 2.13.2 The tenderers names, tender modifications or withdrawals, tender prices, and such other details as the Procuring entity, at its discretion, may consider appropriate, will be announced at the opening. 2.13.3 The Procuring entity will prepare minutes of the tender opening. 2.14 Clarification of tenders 2.14.2 To assist in the examination, evaluation and comparison of tenders the Procuring entity may, at its discretion, ask the tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance of the tender shall be sought, offered, or permitted. 2.14.3 Any effort by the tenderer to influence the Procuring entity in the Procuring entity s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers tender. 9 P a g e

2.15 Evaluation and Comparison of Tenders 2.15.1 The Procuring entity will examine the tenders to determine whether they are complete, whether any computation errors have been made, whether documents have been properly signed and whether the tenders are generally in order. After examination a tender that will be determined to be substantially non responsive, will be rejected by the procuring entity. Evaluation will be to the highest bidder based on lot for tyres. 2.15.2 The Procuring entity will evaluate and compare the tenders, which have been determined to be substantially responsive. 2.15.3 The tender evaluation committee shall evaluate the tender within 15 days of the validi-ty period from the date of opening the tender. 2.16 Award Criteria 2.16.1The Procuring entity will award the contract to the successful tenderer(s) whose tender has been determined to be substantially responsive and has been determined to be the highest evaluated tender, subject to the reserves price. 2.17 Notification of Award 2.17.2 Prior to the expiration of the period of tender validity, the Procuring entity will notify the successful tenderer in writing that its tender has been accepted. 2.17.3 Simultaneously the other tenderers shall be notified that their tenders have been unsuccessful. 2.18 Contacting the Procuring entity 2.18.1 No tenderer shall contact the Procuring entity on any matter relating to its tender, from the time of the tender opening to the time the contract is awarded. 10 P a g e

2.18.2 Any effort by a tenderer to influence the Procuring entity in its decisions on tender evaluation, tender comparison, or contract award may result in the rejection of the tenderer s tender REQUIREMENTS OF THE TENDERERS This order and arrangement shall be considered as the tender format. Instructions Particulars of appendix to Instructions to tenderers Tick where to Tender- provided ers Reference Motor vehicles. 2.7 Tender security/deposit for the amount of Kes. 50,000.00 in form of banker's cheque Must be submitted together with the tender document. OTHER ITEMS Tender security/deposit for the amount of Kes. 20,000.00 in form of banker's cheque Must be submitted together with the tender document for Heavy duty printers,tyres and Grinding media. Bidders are required to fill tender deposit commitment declaration form. 2.1.5 Tenderers must demonstrate a strong understanding of the company safety procedures and adhere to safety requirements like providing PPE and provision of lifting equipments during scrap clearance. 11 P a g e

2.9 Tenders must provide proof of having viewed the items quoted for. Attached duly filled form (refer to page 20) SECTION III - SCHEDULE OF ITEMS AND PRICES A. SCHEDULE OF ITEMS MOTOR VEHICLES No. Registration Year Of Current Make Location No. Manuf. Condition 1 KZX 344 Mark truck prime mover Athi river 1989 Grounded 2 KAT 710X Toyota Prado Athi river 2005 Running 3 KAT 458X Toyota Hilux Kabini 2005 Grounded 4 KVL 870 Mack Truck Prime Mover Athi river 1979 Grounded 5 KAT 656Q Peugeot 406 Athi river 2004 Grounded 6 KAX 908P Toyota Hilux Athi river 2006 Grounded 7 KAP 001Y Peugeot saloon 607 Athi river 2002 Running 12 P a g e Tyres(used and New)) Description (tyre size) Quantity Location 1 Tyre 1800*33-(for Terex R35-new) 6 Kabini 2 Tyre 1400*24 (For Komatsu grander-new) 2 kabini 3 Tyre 900*20 1 kabini 4 Used tyres Lot 1,2, & 3. Athi river scrab yard 5 New tyresr12*24 9 Athi river scrab yard Compressor EC170Z Spares(new) Description (spares) quantity location 1 Water sensor 198-06-11940 2 kabini 2 Oil Pressure switch 600-815-1940 3 kabini 3 Switch air temperature M710021555082 1 kabini 4 Switch relay 600-815 2170 1 kabini 5 Thermostat 600-421-6320 3 kabini

6 Switch oil pressure 08073-00510 1 kabini 7 Diaphragm M711145-021031 2 kabini 8 Diaphragm M710019-004541 2 kabini 9 Diaphragm M710010-420150 2 kabini 10 Belt 04121-21759 6 kabini 11 Brushes KD1-21740-0680 12 kabini 12 Metal 21351-0980 3 kabini 13 Metal 251KD7-21351-0950 3 kabini 14 Gasket 6620-21-7530 6 kabini 15 Gasket 6138-11-4620 8 kabini 16 Gasket 6138-11-5170 4 kabini 17 Gasket 6136-21-7811 4 kabini 18 Gasket 6138-11-6810 2 kabini 19 Gasket M703022200000 1 kabini 20 Heater signal 600-815-2371 2 kabini 21 Pipe 6967-11-5200 1 kabini 22 Sensor 251600-815-3580 1 kabini 23 Element outer PT no.600-181-4300 7 kabini 24 Element inner PT no.600-181-4212 5 kabini 25 Element PT no.6138-8431 11 kabini 26 Baffle 600-311-9840 2 kabini 27 Coupling Fenaflex F140 (M71145014120) 1 kabini 28 Coupling M711145014120 1 kabini 29 Coupling M711165-125800 2 kabini 30 Bearing 2516130-62-1520 2 kabini

31 Catridge (Hydraulic oil filter) M711145-035500 13 kabini 32 CAP 6130-12-8610 1 kabini 33 Bushing M701560800009 20 kabini 34 Bushing M701560400009 19 kabini 35 Impeller 2516136-61-1331 2 kabini OTHER ITEMS Item No. Description Location 1 Grinding Media (450 MT) Athi River ScrapYard 2 Conveyor belt Athi River Yard 3 CPU ICT store 4 Printers ICT store 5 Heavy duty printers ICT store 6 UPS ICT store 7 TFT/Screens ICT store Authorized official Name Signature 13 P a g e Date

B. SCHEDULE OF PRICES MOTOR VEHICLES Price Per Unit Reserved No. Registration No. Make (exclusive of Price tender deposit) 1 KZX 344 Mark truck prime mover 150,000. 2 KAT 710X Toyota Prado 1,5000.00 3 KAT 458X Toyota Hilux 250,000. 4 KVL 870 Mack Truck Prime Mover 180,000 5 KAT 656Q Peugeot 406 300,000 6 KAX 908P Toyota Hilux 600,000 7 KAP 001Y Peugeot saloon 607 550,000 14 P a g e Tyres(used) Description (tyre size) Quantity Price per unit(exclusive deposit) 1 Tyres 1800*3-New 6 2 Tyrse 1400*24-New 2 3 Tyres 900*20 1 4 Used tyres Lot 1,2 & 3 5 New tyres R12*24 9 Required deposit kes.20,000 Compressor EC170Z Spares(new) Description (tyre size) Quantity Price per unit based on highest bidder 1 Water sensor 198-06-11940 2 2 Oil Pressure switch 600-815-1940 3 3 Switch air temperature M710021555082 1 4 Switch relay 600-815 2170 1 5 Thermostat 600-421-6320 3 6 Switch oil pressure 08073-00510 1 7 Diaphragm M711145-021031 2 8 Diaphragm M710019-004541 2 9 Diaphragm M710010-420150 2 10 Belt 04121-21759 6 11 Brushes KD1-21740-0680 12 12 Metal 21351-0980 3 13 Metal 0950 3 14 Gasket 6620-21-7530 6 15 Gasket 6138-11-4620 8 16 Gasket 6138-11-5170 4 17 Gasket 6136-21-7811 4 18 Gasket 6138-11-6810 2 19 Gasket M703022200000 1

20 Heater signal 600-815-2371 2 21 Pipe 6967-11-5200 1 22 Sensor 251600-815-3580 1 23 Element outer PT no.600-181-4300 7 24 Element inner PT no.600-181-4212 5 25 Element PT no.6138-8431 11 26 Baffle 600-311-9840 2 27 Coupling Fenaflex F140 (M71145014120) 1 28 Coupling M711145014120 1 29 Coupling M711165-125800 2 30 Bearing 2516130-62-1520 2 31 Catridge (Hydraulic oil filter) M711145-13 035500 32 CAP 6130-12-8610 1 33 Bushing M701560800009 20 34 Bushing M701560400009 19 35 Impeller 2516136-61-1331 2 Item 1 Grinding media (450MT) Grinding media Price per kg.(exclusive deposit) Required deposit kes.20,000.

Other Items Items Price per item (Exclusive of deposit) Required deposit Kes. 1 Conveyor belt N/A 2 CPU N/A 3 UPS N/A 4 TFT/screens N/A 5 Printers N/A 6 Heavy duty printers 20,000.00 Authorized official Name Signature Date 15 P a g e

SECTION IV - CONDITIONS OF TENDER 4.1 A tenderer may tender for each item and may tender for as many items as he/she wishes. 4.2 Tenderers who will be awarded contracts will be required to pay for the items after 7 days failure to which the contract award will be cancelled. If there is an administrative review, the review procedures shall be followed. 4.3 Tenderers will be required to collect the items they have paid for within three (3) days after making the payment failure to which storage charges will be charged as indicated in the appendix to Conditions of tender. 4.4 The procuring entity will retain confidential reserve prices for all the items. Items tendered for below the reserve price will be retained by the procuring entity. 16 P a g e

SECTION V - STANDARD FORMS Notes on the standard form. The form of tender, the confidential business questionnaire form & tender deposit commitment declaration form must be completed by the tenderer & returned with the tender, Failure to complete any of these forms will lead to the disqualification of the tenderer. 5.1 Form of Tender To:. [name and address of procuring entity] Date: Tender No. Gentlemen and/or Ladies: 1. Having examined the tender documents including Addenda. Nos.. [insert numbers]. The receipt of which is hereby duly acknowledged, we the undersigned, offer to purchase and collect all the items offered to us in conformity with the said tender documents for the sum of.[total tender amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Tender. 2. We undertake, if our Tender is accepted, to pay for and collect the items in accordance with the requirements of the tender. 3. We agree to abide by the tender for a period of.[number] days from the date fixed for tender opening of the Instructions to tenderers, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. 4. We understand that you are not bound to accept the highest or any tender that you may receive. Dated this day of 20 [Signature] [In the capacity of] Duly authorized to sign tender for and on behalf of 17 P a g e

5.2 Confidential Business Questionnaire Form You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) or 2 (c ) whichever applies to 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. Nature of business Current Trade Licence No... Expiring date. Maximum value of business which you can handle at any one time Kshs. Name of your bankers.. Branch Part 2 (a) Sole Proprietor Your Name in full Age Nationality.. Country of origin.. * Citizenship details Part 2 (b) Partnership Given details of partners as follows: Name Nationality Citizenship Details Shares 1. 2 3 4 Part 2 (c ) Registered Company Private or Public.. State the nominal and issued capital of company Nominal Kshs. Issued Kshs. Given details of all directors as follows Name Nationality Citizenship Details Shares 1. 2. 3. 4. 5... Date.. Seal/Signature of Candidate.. 18 P a g e

5.3. LETTER OF NOTIFICATION OF AWARD Address of Procuring Entity To: RE: Tender No. Tender Name This is to notify that the contract/s stated below under the above mentioned tender have been awarded to you. 1. Please acknowledge receipt of this letter of notification signifying your acceptance. 2. You may contact the officer(s) whose particulars appear below on the subject matter of this letter of notification of award. (FULL PARTICULARS) 19 P a g e

PROOF OF VIEWING ITEMS FORM Stores supervisors in charge, Sign and Stamp the form after the bidder views the items for disposal. NO NAME OF SIGN STAMP DATE COMMENTS STORES SUPER- IF ANY VISOR INCHARGE 1. 2. We confirm that we have viewed ALL the items on Tender No. EAPCC/DISP/129/2017..... NAME OF THE FIRM SIGN & STAMP DATE 20 P a g e

TENDER DEPOSIT COMMITMENT DECLARATION FORM. TENDER NO. EAPCC/DISP/129/2017 As indicated in the schedule of items and prices, we do confirm that we have put deposits for the items tendered for as supported by the attached BANKERS CHEQUE. ITEM NO. Item Description Deposit Kes. Bankers cheque No. and Date. Authorizing Official. (Name). (Signature). (Date) 21 P a g e