ETHICS AND ANTI-CORRUPTION COMMISSION STRATEGIC PLAN (2013 ...
ETHICS AND ANTI-CORRUPTION COMMISSION PRE-QUALIFICATION … · ETHICS AND ANTI-CORRUPTION...
-
Upload
doankhuong -
Category
Documents
-
view
221 -
download
0
Transcript of ETHICS AND ANTI-CORRUPTION COMMISSION PRE-QUALIFICATION … · ETHICS AND ANTI-CORRUPTION...
ETHICS AND ANTI-CORRUPTION COMMISSION
PRE-QUALIFICATION OF SUPPLIERS FOR GOODS, SERVICES & SMALL WORKS
2014/2015 & 2015/2016
FINANCIAL YEAR
EACC/T12/2013-2014
2
ETHICS AND ANTI-CORRUPTION COMMISSION
TENDER NOTICE
PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR PERIOD
FINANCIAL YEAR 2014/2015 &2015/2016
The Ethics and Anti-Corruption Commission (EACC) invites eligible candidates to pre-qualify as
suppliers for the following goods, services and small works for the FY 2014/2015 and 2015/2016.
CATEGORY NO. CATEGORY DESCRIPTION
A. GOODS
EACC/T12/A1/2013-2014 Supply of general office stationery, Reserved for Youth, Women
and Persons with Disability.
EACC/T12/A2/2013-2014 Supply of toners for printers
EACC/T12/A3/2013-2014 Supply of office furniture and fittings
EACC/T12/A4/2013-2014 Supply and maintenance of ICT equipment & Accessories
(including but not limited to computers, laptops, scanners,
photocopiers and printers)
EACC/T12/A5/2013-2014 Supply and maintenance of office equipment
EACC/T12/A6/2013-2014 Supply, Installation and Maintenance of air conditioners,
neon/directional signs and related equipments including those in
Regional offices.
EACC/T12/A7/2013-2014 Supply of Electric Appliances, Fittings, Accessories and
Assorted Hardware materials
EACC/T12/A8/2013-2014 Supply of Library Books
EACC/T12/A9/2013-2014 Supply & Printing of Branded Polo Shirts, T-Shirts, Caps, Gift
Bags and Promotional Items.
Reserved for Youth, Women and Persons with Disability
EACC/T12/A10/2013-
2014
Supply of Audio & Visual Equipment (including but not limited
to Digital cameras, projectors and related equipment,
Accessories and consumables.
3
B. SERVICES
EACC/T12/B1/2013-2014 Provision of Air Travel, Reservations and Ticketing.
IATA Registered Firms
EACC/T12/B2/2013-2014 Provision of Event Management Services.
Reserved for Youth, Women and Persons with Disability
EACC/T12/B3/2013-2014 Provision of editing, design and printing Services.
EACC/12/B4/2013-2014 Provision of small works including partitioning, painting,
plumbing and electrical related services to Headquarters and
Regional Offices.
EACC/T12/B5/2013-2014 Provisions of taxi and general transport hire services, truck
caravan for Roadshow Services for Headquarters and Regional
offices
EACC/T12/B6/2013-2014 Provision of asset management and tagging at the headquarters
and the Regional offices.
EACC/T12/B7/2013-2014 Provision of Bulk SMS services and Media Communication
EACC/T12/B8/2013-2014 Supply of Motor Vehicle Tyres, Tubes and Batteries
EACC/T12/B9/2013-2014 Mechanical/Electrical Repairs of Motor vehicles for Nairobi,
Mombasa, Garissa, Nyeri, Eldoret and Kisumu Offices
EACC/T12/B10/2013-
2014
Provision of mobile Phone Airtime.
Reserved for Youth, Women and Persons with Disability
EACC/T12/B11/2013-
2014
Provision of staff uniforms
EACC/T12/B12/2013-
2014
Provision of conference & Accommodation facilities
EACC/T12/B13/2013-
2014
Provision of catering services for Nairobi Offices
Pre-qualification documents with detailed information may be obtained from Supply Chain
Management Office, Ground Floor, Integrity Centre, Valley Road /Milimani Road Junction
,Nairobi, from Monday to Friday between 8.00 am to 5.00 pm Free of Charge. Prequalification
documents may be downloaded from the EACC website (www.eacc.go.ke).`
Completed prequalification documents are to be enclosed in plain sealed envelopes marked
“Prequalification of Suppliers for FY 2014/2015 & 2015/2016 (Category and Reference
Number) and be deposited in the Tender Box situated at Integrity Centre, Ground Floor,
Reception Area and marked “Tender Box” or be addressed and posted to
The Secretary/Chief Executive Officer
Ethics and Anti-Corruption Commission
P. O. Box 61130-00200
NAIROBI
4
so as to be received on or before 12th
June, 2014, 11 a.m.
Prequalification documents will be opened immediately thereafter in the presence of the
Candidates or their representatives who choose to attend at Integrity Centre, First Floor Board
Room
Ag. Deputy Director, Supply Chain Management Services
for SECRETARY/CHIEF EXECUTIVE OFFICER
ETHICS AND ANTI-CORRUPTION COMMISSION.
5
SECTION II INSTRUCTIONS TO CANDIDATES
2.1 Eligible Candidates
2.1.1. This Invitation to tender is open to all eligible candidates as described in the
prequalification document
2.1.2. The procuring entity’s employees, committee members, board members and their relative
(spouse and children) are not eligible to participate in the exercise.
2.1.3. Candidates involved in corrupt or fraudulent practices or debarred from participating in
public procurement shall not be eligible.
2.2 Cost of Prequalification
2.2.1 The Tenderer shall bear all costs associated with the preparation and submission of its bid,
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 prequalification document will be issued Free of charge.
2.3 Clarification of Documents
2.3.1. A prospective candidate making inquiries of the bidding
document may notify the Procuring entity in writing or by post, fax or email at the entity’s
address indicated in the Invitation for prequalification.
2.3.2. The procuring entity shall reply to any clarifications sought by the candidate to enable the
candidate make timely submission of its bid.
2.4 Amendment of Prequalification documents
2.4.1. At any time prior to the deadline for submission of bids, the
Procuring entity, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective candidate, may
modify the documents by issuing an addendum.
2.5 Language of bid document
2.6.1. The document prepared by the candidate, as well as all correspondence and documents
relating to the bid exchanged by the candidate and the Procuring entity shall be written in
English language. Any printed literature furnished by the tenderer may be written in
another language provided they are accompanied by an accurate English translation of the
relevant passages in which case, for purposes of interpretation of the bid, the English
translation shall govern.
6
2.7 Documents Comprising the Prequalification Document
The document prepared by the candidate shall comprise documentary evidence that the
candidate is eligible and is qualified to be prequalified as required in the prequalification
document
2.11 Eligibility and Qualifications.
2.11.1 The candidate shall furnish, as part of its bid, documents establishing the candidate
eligibility to bid and its qualifications to perform future contracts. Detailed Requirements
are as stipulated in the schedule of requirements
2.15 Sealing and Marking of Tenders
2.15.1 The Candidate shall seal the original and one copy of the bid document in separate
envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall
then be sealed in an outer envelope. The inner and outer envelopes shall:
(a) Be addressed to the Procuring entity at the address given in the invitation to prequalify.
(b) Bear, Prequalification Number, Title and Category the candidate wishes to be
prequalified in and the words: “DO NOT OPEN BEFORE 12th
June, 2014, 11 a.m.,”
2.15.2 The inner envelopes shall also indicate the name and address of the candidate to enable the
bid to be returned unopened in case it is declared “late”. —
1.15.3 If the outer envelope is not sealed and marked as required by paragraph 2.15.2, the
Procuring entity will assume no responsibility for the tender’s misplacement or premature
opening.
2.16 Deadline for Submission of Tenders
2.16.1 Tenders must be received by the Procuring entity at the address
specified under paragraph 2.15.2 no later than 12th
June, 2014, 11 a.m.
2.16.2 The procuring entity may, at its discretion, extend this deadline for the submission of
prequalification documents by amending the bidding documents in which case all rights
and obligations of the procuring entity and candidates previously subject to the deadline
will thereafter be subject to the deadline as extended.
2.18 Opening of Prequalification Documents
2.18.1 The Procuring entity will open all bids in the presence of
tenderers’ representatives who choose to attend, at 12th
June, 2014, 11 a.m. and in the location
7
specified in the invitation to tender. The tenderers’ representatives who are present shall sign a
register evidencing their attendance.
2.19 Clarification
2.19.1 To assist in the examination, evaluation and comparison of bids the procuring entity may at
its discretion, ask the candidates for a clarification of its document. The request for
clarification and the response shall be in writing.
2.19.2 Any effort by the candidate to influence the procuring entity in the procuring entity’s
evaluation or prequalification approval decisions may result in the rejection of the tenderers
tender.
2.20 Preliminary Examination and Responsiveness
This will be carried out as specified in the schedule of requirements
2.22 Evaluation and comparison of tenders.
2.22.1 The procuring entity will evaluate and compare the bids which have been determined to be
substantially responsive.
2.22.5 To qualify for contract awards, the candidate shall have the following:-
(a) Necessary qualifications, capability experience, services, equipment and
facilities.
(b) Legal capacity to enter into a contract for procurement
(c) Shall not be insolvent, in receivership, bankrupt or in the process of being
wound up and is not the subject of legal proceedings relating to the
foregoing
(d) Shall not be debarred from participating in public procurement.
Evaluation parameters are provided under the schedule of requirements
2.23. Contacting the procuring entity
2.23.1 No candidate shall contact the procuring entity on any matter relating to its bid from the
time of the opening to the time the prequalification list is approved.
2.23.2 Any effort by a candidate to influence the procuring entity in its decisions on evaluation,
comparison or approval may result in the rejection of the candidate’s bid.
8
2.24 Approval of Pre-qualified List
a) Post qualification
2.24.1 The Procuring entity may visit or undertake any other activity to determine to its
satisfaction whether a candidate is qualified to be prequalified.
2.24.3 A negative determination will result in rejection of the candidate’s bid.
b) Approval Criteria
2.24.3 A candidate will be considered for registration in the list of supplier for goods, services or
small works where the candidate is deemed to be substantially responsive and has been
determined to have the necessary capacity.
2.25 Notification of approval
2.25.1 The Procuring entity will notify all bidders on the results of the prequalification exercise.
2.28 Corrupt or Fraudulent Practices
2.28.1 The Procuring entity requires that tenderers observe the highest
standard of ethics during the procurement process and execution of
contracts. A tenderer shall sign a declaration that he has not and will not be involved in
corrupt or fraudulent practices.
2.28.2 The procuring entity will reject a candidate’s prequalification document if it determines
that the candidate recommended for award has engaged in corrupt or fraudulent
practices in competing for the contract.
2.28.3 Further, a tenderer who is found to have indulged in corrupt or fraudulent practices risks
being debarred from participating in public procurement in Kenya.
9
EACC/T12/2013-2014 – PREQUALIFICATION FOR SUPPLY OF GOODS, SERVICES
AND SMALL WORKS FOR FINANCIAL YEAR 2015/2015 AND 2015/2016
CATEGORIES
CATEGORY NO. CATEGORY DESCRIPTION INDICATE
SELECTED
CATEGORY
A. GOODS
EACC/T12/A1/2013-2014 Supply of general office stationery, Reserved
for Youth, Women and Persons with
Disability.
EACC/T12/A2/2013-2014 Supply of toners for printers
EACC/T12/A3/2013-2014 Supply of office furniture and fittings
EACC/T12/A4/2013-2014 Supply and maintenance of ICT equipment &
Accessories (including but not limited to
computers, laptops, scanners, photocopiers and
printers)
EACC/T12/A5/2013-2014 Supply and maintenance of office equipment
EACC/T12/A6/2013-2014 Supply, Installation and Maintenance of air
conditioners, neon/directional signs and related
equipments including those in Regional
offices.
EACC/T12/A7/2013-2014 Supply of Electric Appliances, Fittings,
Accessories and Assorted Hardware materials
EACC/T12/A8/2013-2014 Supply of Library Books
EACC/T12/A9/2013-2014 Supply & Printing of Branded Polo Shirts, T-
Shirts, Caps, Gift Bags and Promotional Items.
Reserved for Youth, Women and Persons with
Disability
EACC/T12/A10/2013-
2014
Supply of Audio & Visual Equipment
(including but not limited to Digital cameras,
projectors and related equipment, Accessories
and consumables.
B. SERVICES
10
EACC/T12/B1/2013-
2014
Provision of Air Travel, Reservations and
Ticketing.
IATA Registered Firms
EACC/T12/B2/2013-
2014
Provision of Event Management Services.
Reserved for Youth, Women and Persons with
Disability
EACC/T12/B3/2013-
2014
Provision of editing, design and printing
Services.
EACC/T12/B4/2013-
2014
Provision of small works including partitioning,
painting, plumbing and electrical related
services to Headquarters and Regional Offices.
EACC/T12/B5/2013-
2014
Provisions of taxi and general transport hire
services, truck caravan for Roadshow Services
for Headquarters and Regional offices
EACC/T12/B6/2013-
2014
Provision of asset management and tagging at
the headquarters and the Regional offices.
EACC/T12/B7/2013-
2014
Provision of Bulk SMS services and Media
Communication
EACC/T12/B8/2013-
2014
Supply of Motor Vehicle Tyres, Tubes and
Batteries
EACC/T12/B9/2013-
2014
Mechanical/Electrical Repairs of Motor vehicles
for Nairobi, Mombasa, Garissa, Nyeri, Eldoret
and Kisumu Offices
EACC/T12/B10/2013-
2014
Provision of mobile Phone Airtime.
Reserved for Youth, Women and Persons with
Disability
EACC/T12/B11/2013-
2014
Provision of staff uniforms
EACC/T12/B12/2013-
2014
Provision of conference & Accommodation
facilities
EACC/T12/B13/2013-
2014
Provision of catering services for Nairobi
Offices
11
For Motor Vehicles
S/No. Indicate EACC office(s) where your firm can provide the services (Nairobi,
Eldoret, Garissa, Kisumu, Nyeri and Mombasa)
1
Sealing and Marking of Tenders
The Candidate shall seal the original and one copy of the bid document in separate envelopes, duly
marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an
outer envelope. The inner and outer envelopes shall:
(a) be addressed to the Procuring entity at the address given in the invitation to tender and bear
1) Prequalification Number i.e. EACC/T12/2013-2014 – PREQUALIFICATION FOR
SUPPLY OF GOODS, SERVICES AND SMALL WORKS
2) Category the candidate wishes to be prequalified in and
3) the words: “DO NOT OPEN BEFORE 12th
June, 2014, 11 a.m.
12
BIDDERS ELIGIBILITY, MINIMUM CAPABILITY REQUIREMENTS AND
EVALUATION CRITERIA
MANDATORY REQUIREMENTS
1) Submission of one original and one copy of tender document clearly marked original and
copy respectively. Both envelopes to be placed in one outer enveloped clearly marked with
Tender No. and Title.
2) Copy of certificate of Registration/Incorporation
3) Copy of certificate of registration as a disadvantaged group by the National Treasury,where
eligibility is for Youth, women and persons with disability
4) A Copy of Current/Valid Tax Compliance Certificate issued by the Kenya Revenue
Authority
5) PIN certificate
6) VAT certificate
7) A dully filled up Confidential Business Questionnaire in format provided
8) Declaration that the bidder:
• Has not and will not be involved in corruption
• Is not debarred from participating in public procurement
• Is not insolvent
Use form provided for declaration
9. Other requirements
1. Air Travel, Reservations and Ticketing
IATA Registered Firms – attach supporting evidence
2. Mechanical/Electrical Repairs of Motor vehicles
3. Tonners – Candidates for tonners to provide manufacturer’s authorization letter.
13
Minimum Capability Requirements and Applicable Evaluation Criteria
1. Items
1) EACC/T12/A1/2013-2014 - Supply and delivery of general office stationery
2) EACC/T12/A2/2013-2014 - Supply of toners for printers
3) EACC/T12/A3/2013-2014 - Supply of office furniture and fittings
4) EACC/T12/B2/2013-2014 – Provision of Event Management Services
5) EACC/T12/B14/2013-2014 - Provision of staff uniforms
6) EACC/T12/A8/2013-2014 - Supply of Library Books
7) EACC/T12/A7/2013-2014 - Supply of Electric Appliances, Fittings, Accessories and
Assorted Hardware materials
8) EACC/T12/B10/2013-2014 – Supply and delivery of Mobile Phone airtime
Applicable evaluation criteria
S/No. Parameter Maximum
Marks Awarded
1 Firm’s
Experience
Provide proof of Previous experience,
Attach evidence ( Copies of previous
contracts, contract values, letters of
recommendation among others)
10
2 Personnel
Capability
Provide Organization Profile. Indicate
key staff, professional qualification,
experience and their functions.
10
3 Financial
Capability
Provide latest audited financial
statements and any other support
document.
10
Total 30
14
2. Items
EACC/T12/A4/2013-2014 - Supply and maintenance of ICT equipment & Accessories
(computers, laptops, printers) including to our Regional offices.
EACC/T12/A5/2013-2014 -. Supply and maintenance of office equipment
EACC/T12/A6/2013-2014 - Supply, Installation and Maintenance of air conditioners,
neon/directional signs and related equipment including those in our Regional offices.
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(Copies of previous contracts,
contract values, letters of
recommendation among
others).
10
2 Personnel
Capability
competent personnel
capable of ensuring
supply and delivery in
a timely manner and
undertaking
maintenance of
equipment
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience and their
functions.
10
3 Facilities and
Tools
Adequate facilities/
Tools
Evidence of facilities and
tools to be used in
maintenance of the items
10
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able to supply and
deliver.
Provide latest audited
financial statements and/or
any other support document.
10
Total 40
15
3. Items
EACC/T12/A10/2013-2014 - Supply of Audio & Visual Equipment (Digital cameras,
projectors and related equipment, Accessories and consumables.
Applicable evaluation criteria
S/No. Parameter Maximum
Marks Awarded
1 Firm’s
Experience
Provide proof of Previous experience,
Attach evidence ( Copies of previous
contracts, contract values, letters of
recommendation among others)
10
2 Personnel
Capability
Provide Organization Profile. Indicate
key staff, professional qualification,
experience and their functions.
10
3 Financial
Capability
Provide latest audited financial
statements and any other support
document.
10
Total 30
16
4. Items
EACC/T12/A9/2013-2014 - Supply & Printing of Branded Polo Shirts, T-Shirts, Caps, Gift Bags
and Promotional Items
EACC/T12/B3/2013-2014 - Provision of editing, design and printing Services.
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(Copies of previous contracts,
contract values, letters of
recommendation among
others).
20
2 Personnel
Capability
competent personnel
capable of ensuring
supply and delivery in
a timely manner and
undertaking
maintenance of
equipment
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience and their
functions.
10
3 Facilities and
Tools
Adequate facilities/
Tools
Evidence of facilities and
tools to be used in
maintenance of the items
20
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able to supply and
deliver.
Provide latest audited
financial statements and/or
any other support document.
10
Total 60
17
5. Items
EACC/T12/B9/2013-2014 - Mechanical/Electrical Repairs of Motor vehicles for Nairobi,
Mombasa, Garissa, Nyeri, Eldoret and Kisumu Offices
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(Copies of previous contracts,
contract values, and letters of
recommendation among
others).
20
2 Personnel
Capability
competent personnel
capable of delivery of
services.
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience and functions.
20
3 Facilities and
Tools
Adequate facilities/
Tools. Secure area for
security of
Commission’s Motor
Vehicles
Evidence of facilities and
tools to be used in
maintenance of the items.
Include strategies to be
employed to ensure security
for motor vehicles.
20
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able provide the
services.
Provide latest audited
financial statements and/or
any other support document.
10
Total 70
18
6. Items
EACC/T12/B1/2013-2014 - EACC/T12/B1/2013-2014 - Provision of Air Travel, Reservations and
Ticketing (IATA Registered Firms only).
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(Copies of previous contracts,
contract values, and letters of
recommendation among
others).
20
2 Personnel
Capability
Adequate and
competent personnel
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience
10
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able to supply and
deliver.
Provide latest audited
financial statements and/or
any other support document.
10
Total 40
19
7. Items
EACC/T12/B4/2013-2014- Provision of small works including partitioning, painting, plumbing
and electrical related services to Headquarters and Regional Offices.
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(Copies of previous contracts,
contract values, and letters of
recommendation among
others).
20
2 Personnel
Capability
competent personnel
capable of ensuring
supply and delivery in
a timely manner and
undertaking
maintenance of
vehicles
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience and functions.
20
3 Facilities and
Tools
Adequate facilities/
Tools. for undertaking
the works
Evidence of facilities and
tools to be used
10
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able to supply and
deliver.
Provide latest audited
financial statements and/or
any other support document.
10
Total 60
20
8. Items
EACC/T12/B5/2013-2014 - Provisions of taxi and general transport hire services, truck caravan
for Roadshow Services for Headquarters and Various Regions within the Country
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(Copies of previous contracts,
contract values, and letters of
recommendation among
others).
20
2 Personnel
Capability
competent personnel
capable of delivery in
of services
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience and functions.
20
3 Facilities and
Tools
Adequate facilities/
equipment/Tools. for
undertaking the work
Provide a list of available
equipment, facilities and tools
for use.
20
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able to supply and
deliver.
Provide latest audited
financial statements and/or
any other support document.
10
Total 70
21
9. Items
EACC/T12/B12/2013-2014 - Provision of conference & Accommodation facilities
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(For example copies of
previous contracts, contract
values, and letters of
recommendation among
others).
20
2 Personnel
Capability
competent personnel
capable of ensuring
supply and delivery in
a timely manner and
undertaking the work if
awarded contract
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience and functions.
20
3 Equipment,
Facilities and
Tools
Adequate facilities/
equipment/Tools for
undertaking the work.
This includes but not
limited to
Accommodation
facilities and
Conference facilities
Provide list of equipment,
facilities and tools available
20
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able to supply and
deliver.
Provide latest audited
financial statements and/or
any other support document.
10
Total 70
22
10.Items
EACC/T12/B13/2013-2014 - Provision of Outside catering services for Nairobi Offices
Applicable evaluation criteria
S/No. EACC Requirements Parameter Maximum
Marks
Awarded
1 Firm’s
Experience
Adequate experience in
the relevant field
Provide proof of Previous
experience, Attach evidence
(Copies of previous contracts,
contract values, and letters of
recommendation among
others).
20
2 Personnel
Capability
competent personnel
capable of ensuring
supply and delivery in
a timely manner and
undertaking the work if
awarded contract
Provide Organization Profile.
Indicate key staff,
professional qualification,
experience and functions.
20
3 Facilities and
Tools
Adequate facilities/
equipment/Tools for
undertaking the work.
Evidence of equipment,
facilities and tools available
20
4 Financial
Capability
Financial capability to
perform the contract
Provide evidence that if
awarded contract, the bidder
will be able to supply and
deliver.
Provide latest audited
financial statements and/or
any other support document.
10
Total 70
Post Qualification
The Commission may visit the firm or undertake any other activity that may be deemed necessary
to ascertain the capability of the bidders.
The passmark for each category is 70%
23
Bidders who are deemed to be eligible to supply/provide goods, services and works will be placed
in the Commission list of prequalified list and may be invited to bid for supply or provision of
items in the category they are deemed prequalified.
STANDARD FORMS
CONFIDENTIAL BUSINESS QUESTIONER
GENERAL INFORMATION
CATEGORY NO. CATEGORY DESCRIPTION Indicate supply to (Nairobi,
Kisumu, Mombasa, Nyeri,
Eldoret, Nakuru, Meru and
Garissa)
PART 1 GENERAL
BUSINESS
NAME:………………………………………………………………………………………………
POSTAL ADDRESS…………………….CODE…………………….TOWN……………………
TELEPHONE NO (S):…………………………………………………………………………….
FAX NO(S)…………………………………………………………………………………………
E-MAIL ADDRESS ……………………………………………………………………………..
NAME OF CONTACT PERSON(S)……………………………………………………………..
LOCATION OF BUSINESS
a) Premises/building:…………………………………………………………………
b) Plot No:………………………………………………………………………………
c) Road/Street:……………………………………………………….............................
Nature of Business:…………………………………………………………………………………..
Single Business Permit/License No. (attach copy)…………………………………………………..
24
Registration Certificate No. (attach copy)………………………………………………………
Certificate of Incorporation No. (attach copy) ……………………………………………………….
Personal Identification Number (P.I.N) (attach copy)……………………………………………..
VAT registration certificate (attach copy) ………………………………………………………
Current KRA tax compliance certificate (attach copy)……………………………………………..
Maximum Value of Business which you can handle at any time in Kshs………………………
Name of your bankers……………………………………………………………………………….
Branch:………………………………………………………………………………………………
PART 2: SOLE PROPRIETOR
YOUR FULL NAMES:
Surname……………………………….…First………………………….others……………….……
AGE…………………………..
NATIONALITY…………………………………….…….BY……………………….……………
(Birth/Naturalization/Registration)
COUNTRY OF ORIGIN (if applicable)………………………………………………………
PART 3: PARTNERSHIP
NUMBER OF PARTNERS…………………………………………………………
GIVE PARTNERS DETAILS AS FOLLOWS:
NAME/NATIONALITY/CITIZENSHIP DETAILS/SHARES
1. --------------------------------------------------------------------------------
2. --------------------------------------------------------------------------------
3. ---------------------------------------------------------------------------------
4. ---------------------------------------------------------------------------------
5. ---------------------------------------------------------------------------------
6. ---------------------------------------------------------------------------------
25
7. ---------------------------------------------------------------------------------
PART 4: REGISTERED COMPANY
a) Private Limited Company
b) Public Limited Company
Nominal Capital of the Company (Kshs.)------------------------------------------------------
Issued Capital of the Company (Ksh)-----------------------------------------------------------
Number of Directors--------------------------------------------------------------------------------
Give partners Details as Follows:
NAME/NATIONALITY/CITIZENSHIP DETAILS/SHARES
1. -----------------------------------------------------------------------------------------
2. -----------------------------------------------------------------------------------------
3. -----------------------------------------------------------------------------------------
4. -----------------------------------------------------------------------------------------
5. -----------------------------------------------------------------------------------------
6. -----------------------------------------------------------------------------------------
PART 5. DIRECTORSHIP TO OTHER COMPANIES
a) Are you or any of the above Directors also directors in others companies that are seeking
pre-qualification? …………. (yes/no)
b) If yes complete the table below.
S/no Name of the Director Name & address of
Company
Certificate of
incorporatio
n
No. of share
holding
1
2
3
4
26
5
6
DECLARATION FORM
Date
To
The tenderer i.e. (name and address)
declare the following:
a) Has not been debarred from participating in public procurement.
b) Has not been involved in and will not be involved in corrupt and fraudulent practices
regarding public procurement.
c) The tenderer (including all members, of a joint venture and subcontractors) is not
associated, or have been associated in the past, directly or indirectly, with a firm or any of
its affiliates which have been engaged by the Procuring entity to provide consulting
services for the preparation of the design, specifications, and other documents to be used
for the procurement of the services under this Invitation for tenders.
d) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is
not the subject of legal proceedings relating to the foregoing
Title Signature Date
(To be signed by authorized representative and officially stamped)