Upload
ledat
View
222
Download
0
Embed Size (px)
Citation preview
i
.
EXPORT PROCESSING ZONES
AUTHORITY P.O. BOX 50563 – 00200
NAIROBI
EPZA TENDER NO. 10/ 2014 - 2015
TENDER FOR THE PROPOSED DRILLING OF
BOREHOLE AT PONDS
(DECEMBER 2014)
Administration Building
Viwanda Road
P.O. Box 50563-00200
NAIROBI
ii
INVITATION TO TENDER
EXPORT PROCESSING ZONES AUTHORITY
TENDER NOTICE
Export Processing Zones Authority (EPZA) is a statutory body established in 1990 through an Act of Parliament (The EPZA Act Cap 517, Laws of Kenya) with the main objective of promoting and facilitating export oriented investments and to develop an enabling environment for such investments. It is responsible for facilitating the implementation of new investment projects, providing after care services for new and existing investments. The Athi River Export Processing Zone is Kenya’s largest and leading industrial park, designed to offer your export-oriented project an ideal location. The Zone offers the best of both worlds: world class infrastructure and services; generous tax incentives and a supportive, business friendly operating system; all within a spacious, green, well maintained park environment. EPZA invites applications from interested and competent contractors possessing the requisite skills, resources and experience for the supply of the under listed works and services as per specifications detailed in the Tender Document.
No. Tender No. Tender Description
Cost of tender document (Kshs) Non- refundable
Pre Site Visit Date
Closing Date and Time
Applicants
1. EPZA Tender No. 02 / 2014 – 2015
Tender for the Proposed Grading of Roads for Phase II
Kshs 1,000.00 19th November 2014 at 11:00am local time
27th November 2014 at 11:00am local time
Open to the General Public
2. EPZA Tender No. 03/ 2014 – 2015
Tender for the Proposed Water Reticulation for Phase II
Kshs 1,000.00 19th November 2014 at 11:00am local time
27th November 2014 at 11:00am local time
Open to the General Public
3. EPZA Tender No. 04 / 2014 – 2015
Tender for the Proposed Drilling of Borehole at Ponds
Kshs. 1,000.00 20th
November 2014 at 11:00am local time
27th June 2014 at 11:00am local time
Open to the General Public
Interested, eligible and competent firms may obtain further information and inspect the Tender Documents detailing the requirements from EPZA Procurement Offices on 01st Floor, Administration Building ,Viwandani Road, off Nairobi – Namanga Highway, during normal working hours and upon payment of a non-refundable fee of Kshs.1,000.00 per set of for each tender in bankers cheque or cash payable to the cashier on second floor, at the Export Processing Zones Authority Offices, Administration Building, located on Viwandani Road, off Nairobi – Namanga Highway –Kitengela.
iii
The applicant or his / her agent may inspect the tender document BEFORE purchase and pick the document at the procurement office, 01st floor of the same building upon production of a payment receipt.
Completed Tender Documents in plain sealed outer envelope enclosing separately sealed and clearly marked inner envelopes (in “Original” and “two copies” properly bound) ALL clearly marked with respective TENDER NO: ……./2014-2015 – AND TENDER NAME as per instructions in the tender documents should be addressed to:-
THE CHIEF EXECUTIVE OFFICER EXORT PROCESSING ZONES AUTHORITY
P O BOX 50563-00200 NAIROBI
Should be deposited in the Tender Box on Ground Floor, Administration Building, Viwandani Road, off Nairobi – Namanga Highway on or the respective stated date and time. Tender documents will be opened immediately thereafter in the Conference Room on Ground floor, of the same buiding in the presence of bidder representatives who choose to attend. Mandatory site visits will take place on the respective dates and time for each tender. Tenderers or their representatives are advised to assemble on Ground Floor, Administration Building, Viwandani Road, off Nairobi – Namanga Highway by 10:00 a.m so as to be taken around the site by EPZA representatives. Tenderers are expected to make their own travel arrangements to and from the site. Tenderers are also expected to sign the pre- site visit register. Prices quoted should be net inclusive of all taxes and must be in Kenya Shillings, and shall remain valid for 120 days from the closing date of the tender. EPZA reserves the right to accept or reject any application either in whole or in part without giving reasons for either rejection or acceptance.
Youth, Women and Persons with Disabilities are encouraged to apply
i
TABLE OF CONTENTS
PAGE
SECTION I INVITATION TO TENDER ……………….. 1
SECTION II INSTRUCTIONS TO TENDERERS ………… 2
Appendix to Instructions to tenderers ……….. 18
SECTION III GENERAL CONDITIONS OF CONTRACT…… 19
SECTION IV SPECIAL CONDITIONS OF CONTRACT ……... 27
SECTION V TECHNICAL SPECIFICATION .. 35
SECTION VI BILLS OF QUANTITIES ……………… 45
SECTION VII STANDARD FORMS ………………………..,,, 49
7.1 FORM OF TENDER ……………………. 51
7.2 CONFIDENTIAL BUSINESS &
QUESTIONNAIRE FORM……………….. 52
7.3 TENDER SECURITY FORM …………….53
7.4 CONTRACT FORM ………………………54
7.5 PERFORMANCE SECURITY FORM……..55
7.6 BANK QUARANTEE FOR ADVANCE
PAYMENT ……………………………….. 56
7.7 MANUFACTURER’S AUTHORIZATION
FORM ………………………………………57
1
SECTION I INVITATION TO TENDER
TENDER REF NO. EPZA TENDER NO. 10/2014-2015
TENDER NAME DRILLING OF A BOREHOLE AT THE PONDS
1.1 Export Processing Zones Authority (EPZA) invites sealed tenders
from eligible candidates for drilling and construction of borehole at
the ponds within their premises at Kinanie.
1.2 Interested eligible candidates may obtain further information from and
inspect the tender documents at the procurement office located in first
floor of the Administration Building in Athi River during normal
working hours.
1.3 A complete set of tender documents may be obtained by interested
candidates upon payment of non-refundable fees of Kshs 1,000.00 in
cash or Bankers cheque payable at the cashier’s office located in 2nd
floor of the Administration Building.
1.4 Prices quoted should be net inclusive of all taxes, must be in Kenya
Shillings and shall remain valid for 120 days from the closing date of
the tender.
1.5 Completed tender documents are to be enclosed in plain sealed
envelopes marked with tender reference number and be deposited in
the Tender Box at the ground floor of the Administration Building or
be addressed to
The Chief Executive Office’
Export Processing Zones Authority
Administration Building,
Viwanda Road,
P.O. Box 50563 - 00200,
Nairobi.
1.6 Tenders will be opened immediately thereafter in the presence of the
Candidates or their representatives who choose to attend at the address
indicated above
2
SECTION II - INSTRUCTIONS TO TENDERERS
Table of Clauses
Page
2.1 Eligible Tenderers…………………………………. 3
2.2 Eligible Equipment………………………………….. 3
2.3 Cost of Tendering…………………………………. 3
2.4 Contents of Tender Document……………………….. 3
2.5 Clarification of Tender Documents…………………. 4
2.6 Amendment of Tender Document……………………. 4
2.7 Language of Tender…………………………………. 5
2.8 Documents Comprising the Tender………………… 5
2.9 Tender Forms……………………………………….. 6
2.10 Tender Prices………………………………………….6
2.11 Tender Currencies………………………………….. 6
2.12 Tenderers Eligibility and Qualifications……………. 6
2.13 Goods’ Eligibility and Conformity to Tender Document.7
2.14 Tender Security…………………………………….. 8
2.15 Validity of Tenders…………………………………. 9
2.16 Format and Signing of Tenders………………………. 9
2.17 Sealing and Marking of Tenders…………………… 10
2.18 Deadline for Submission of Tender ……………….. 10
2.19 Modification and Withdrawal of Tenders………….. 11
2.20 Opening of Tenders………………………………… 11
2.21 Clarification of Tenders……………………………. 12
2.22 Preliminary Examination…………………………… 12
2.23 Conversion to Single Currency……………………… 13
2.24 Evaluation and Comparison of Tenders…………….. 13
2.25 Contacting the EPZA……………………………. 14
2.26 Award of Contract……………………………………. 14
(a) Post Qualification………………………………… 14
(b) Award criteria …………………………………… 15
(c) EPZA’s Right to Vary Quantities……………. 15
(d ) EPZA’s Right to Accept or Reject any
or all Tenders ………………………………….. 15
2.27 Notification of Award…………………………… 16
2.28 Signing of Contract………………………………. 16
2.29 Performance Security …………………………….. 17
2.30 Corrupt or Fraudulent Practices…………………. 17
3
SECTION II – INSTRUCTIONS 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. Successful
tenderers shall complete the supply of services by the intended
completion date specified in the tender documents.
2.1.2 The EPZA’s employees, committee members, board members and
their relative (spouse and children) are not eligible to participate in the
tender unless where specially allowed under section 131 of the Act.
2.1.3 Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible.
2.2 Eligible Equipment
Not Applicable
2.3 Cost of Tendering
2.3.1 The Tenderer shall bear all costs associated with the preparation and
submission of its tender, and EPZA will in no case be responsible or
liable for those costs, regardless of the conduct or outcome of the
tendering process.
2.3.2 The price to be charged for the tender document shall not exceed Ksh
1,000.00
2.3.3 EPZA shall allow the tenderer to review the tender document free of
charge before purchase.
2.4. Contents of Tender Document
2.4.1 The tender document comprises the documents listed below and
addenda issued in accordance with clause 2.6 of these instructions to
tenderers
(i) Invitation to Tender
4
(ii) Instructions to Tenderers
(iii) General Conditions of Contract
(iv) Special Conditions of Contract
(v) Tender Form
(vi) Tender Security Form
(vii) Contract Form
(viii) Performance Security Form
(ix) Bank Guarantee for Advance Payment Form
(x) Confidential Business Questionnaire Form
2.4.2 The Tenderer is expected to examine all instructions, forms, terms,
and specifications in the tender documents. Failure to furnish all
information required by the tender documents or to submit a tender
not substantially responsive to the tender documents in every respect
will be at the tenderers risk and may result in the rejection of its
tender.
2.5 Clarification of Tender Documents
2.5.1 A prospective tenderer making inquiries of the tender
documents may notify EPZA in writing or by post at the
address indicated in the invitation for tenders. EPZA
will respond in writing to any request for clarification of the
tender documents, which it receives not later than seven (7) days prior
to the deadline for the submission of tenders Written copies
of the response (including an explanation of the query but
without identifying the source of inquiry) will be sent to all
prospective tenderers that have received the tender document.
2.5.2 EPZA 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.
2.6 Amendment of Tender Documents
2.6.1 At any time prior to the deadline for submission of tender, EPZA for
any reason, whether at its own initiative or in response to a
clarification requested by a prospective tenderer, may modify the
tender documents by issuing an addendum.
5
2.6.2 All prospective tenderers that have obtained the tender documents will
be notified of the amendment in writing or by post and will be binding
on them.
2.6.3 In order to allow prospective tenderers reasonable time in which to
take the amendment into account in preparing their tenders, the EPZA,
at its discretion, may extend the deadline for the submission of
tenders.
2.7 Language of Tender
2.7.1 The tender prepared by the tenderer, as well as all correspondence and
documents relating to the tender exchange by the tenderer and the
EPZA, shall be written in English language, provided that 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 tender, the English translation shall govern.
2.8 Documents Comprising the Tender
2.8.1 The tender prepared by the tenderers shall comprise the following
components.
(a) a Tender Form and a Price Schedule completed in
accordance with paragraph 2.9, 2.10 and 2.11 below
(b) documentary evidence established in accordance with
paragraph 2.12 that the tenderer is eligible to tender and
is qualified to perform the contract if its tender is
accepted;
(c) documentary evidence established in accordance with
paragraph 2.13 that the goods and ancillary services to be
supplied by the tenderer are eligible goods and services
and conform to the tender documents; and
(d) tender security furnished in accordance with paragraph
2.14
(e) Confidential Business Questionnaire
6
2.9 Tender Form
2.9.1 The tenderer shall complete the Form of Tender and the appropriate
Price Schedule furnished in the tender documents, indicating the
equipment to be supplied, installed and commissioned and a brief
description of the equipment, their country of origin, quantity, and
prices.
2.10 Tender Prices
2.10.1 The tenderer shall indicate on the appropriate Price Schedule the unit
prices where applicable and total tender price of the equipment and
installation it proposes to supply under the contract.
2.10.2 Prices indicated on the Price Schedule shall be entered separately in
the following manner:
(i) the price of the equipment quoted EXW (ex works, ex factory, ex
warehouse, ex showroom, or off-the-shelf, as applicable),
including all customs duties and sales and other taxes already paid
or payable:
(ii) charges for inland transportation, insurance, and other local costs
incidental to delivery of the goods to their final destination; and
(iii) installation charges shall also be indicated separately for each
equipment
2.10.3 Prices quoted by the tender shall remain fixed during the Tender’s
performance of the contract. A tender submitted with an adjustable
price quotation will be treated as non-responsive and will be rejected,
pursuant to paragraph 2.22 unless otherwise agreed by the parties.
2.11 Tender Currencies
2.11.1 Prices shall be quoted in Kenya Shillings.
2.12 Tenderers Eligibility and Qualifications
2.12.1 Pursuant to paragraph 2.1. the tenderers shall furnish, as part of its
7
tender, documents establishing the tenderers eligibility to tender and
its qualifications to perform the contract if its tender is accepted.
2.12.1 The documentary evidence of the tenderers eligibility to tender shall
establish to EPZA’s satisfaction that the tenderer, at the time of
submission of its tender, is from an eligible source country as defined
under paragraph 2.1
(a) The documentary evidence of the tenderes qualifications to
perform the contract if its tender is accepted shall establish to
EPZA’s satisfaction that the tenderer has the financial,
technical, and production capability necessary to perform the
contract.
2.13 Goods Eligibility and Conformity to Tender Document
2.13.1 Pursuant paragraph 2.2 of this section, the tenderer shall furnish, as
part of its tender documents establishing the eligibility and conformity
to the tender documents of all equipment which the tenderer proposes
to supply under the contract
2.13.2 The documentary evidence of the eligibility of the goods shall consist
of statement in the Price Schedule of the country of origin of the
goods and services offered.
2.13.3 The documentary evidence of conformity of the equipment to the
tender documents may be in the form of literature, drawings, and data,
and shall consist of:
a) a detailed description of the essential technical and performance
characteristic of the equipment
b) a list giving full particulars, including available source and
current prices of spare parts, special tools, etc., necessary for
the proper and continuing functioning of the equipment for a
period of two (2) years, following commencement of the use of
the equipment by the EPZA; and
c) a clause-by-clause commentary on EPZA’s Technical
Specifications demonstrating substantial responsiveness of the
goods and service to those specifications, or a statement of
deviations and exceptions to the provisions of the Technical
Specifications.
8
2.13.4 For purposes of the commentary to be furnished pursuant to paragraph
2.13.3(c ) above, the tenderer shall note that standards for
workmanship, material, and equipment, as well as references to brand
names or catalogue numbers designated by the Procurement entity in
its Technical Specifications, are intended to be descriptive only and
not restrictive. The tenderer may substitute alternative standards,
brand names, and/or catalogue numbers in its tender, provided that it
demonstrates to the Procurement entity’s satisfaction that the
substitutions ensure substantial equivalence to those designated in the
Technical Specifications.
2.14 Tender Security
2.14.1 The tenderer shall furnish, as part of its tender, a tender security in
the amount stated in the advertisement.
2.14.2 The tender security shall be in the amount not exceeding 2 percent of
the tender price.
2.14.3 The tender security is required to protect EPZA against the risk of
Tenderer’s conduct which would warrant the security’s forfeiture,
pursuant to paragraph 2.14.7
2.14.4 The tender security shall be denominated in Kenya Shillings, and shall
be in the form of
a) A bank guarantee
b) Such insurance guarantee approved by PPOA
2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and
2.14.3 will be rejected by EPZA as non responsive, pursuant to
paragraph 2.22
2.14.6 Unsuccessful Tenderer’s tender security will be discharged or
returned as promptly as possible but not later than thirty (30) days
after the expiration of the period of tender validity prescribed by
EPZA.
9
2.14.7 The successful Tenderer’s tender security will be discharged upon the
tenderer signing the contract, pursuant to paragraph 2.27 and
furnishing the performance security, pursuant to paragraph 2.28
2.14.8 The tender security may be forfeited:
a) if a tenderer withdraws its tender during the period of tender validity
specified by the EPZA on the Tender Form; or
b) in the case of a successful tenderer, if the tenderer fails:
i) to sign the contract in accordance with paragraph 2.27
1. or
ii) to furnish performance security in accordance with paragraph
2.28
c) If the tenderer rejects correction of an arithmetic error in the tender.
2.15 Validity of Tenders
2.15.1 Tenderers shall remain valid for 90 days or as specified in the tender
documents after date of tender opening prescribed by the EPZA,
pursuant to paragraph 2.20. A tender valid for a shorter period shall
be rejected by EPZA as non responsive.
2.15.2 In exceptional circumstances, EPZA may solicit the Tenderer’s
consent to an extension of the period of validity. The request and the
responses there to shall be made in writing. The tender security
provided under paragraph 2.14 shall also be suitably extended. A
tenderer may refuse the request without forfeiting its tender security.
A tenderer granting the request will not be required nor permitted to
modify its tender.
2.16 Format and Signing of Tender
2.16.1 The Tenderer shall prepare two copies of the tender, clearly marking
each “ORIGINAL TENDER” and “ TWO COPIES OF TENDER,” as
appropriate. In the event of any discrepancy between them, the
original shall govern.
2.16.2 The original and all copies of the tender shall be typed or written in
indelible ink and shall be signed by the tenderer or a person or persons
10
duly authorized to bind the tenderer to the contract. All pages of the
tender, except for unamended printed literature, shall be initialed by
the person or persons signing the tender.
2.16.3 The tender shall have no interlineations, erasures, or overwriting
except as necessary to correct errors made by the tenderer, in which
case such corrections shall be initialed by the person or persons
signing the tender.
2.17 Sealing and Marking of Tenders
2.17.1 The Tenderer shall seal the original and each copy of the tender in
separate envelopes, duly marking the envelopes as “ORIGINAL” and
“COPIES.” The envelopes shall then be sealed in an outer envelope.
2.17.2 The inner and outer envelopes shall:
(a) be addressed to the EPZA at the address given on the Invitation
to Tender.
(b) bear the tender number and name in the Invitation to Tender
and the words “DO NOT OPEN BEFORE (day, date at time of
closing)
2.17.3 The inner envelopes shall also indicate the name and address of the
tenderer to enable the tender to be returned unopened in case it is
declared “late”.
2.17.4 If the outer envelope is not sealed and marked as required by
paragraph 2.17.2, EPZA will assume no responsibility for the tender’s
misplacement or premature opening.
2.18 Deadline for Submission of Tenders
2.18.1 Tenders must be received by the EPZA at the address specified under
paragraph 2.17.2 not later than (the time and date specified).
2.18.2 EPZA may, at its discretion, extend this deadline for the submission
of tenders by amending the tender documents in accordance with
paragraph 2.6, in which case all rights and obligations of the EPZA
11
and candidates previously subject to the deadline will therefore be
subject to the deadline as extended
2.18.3 Bulky tenders which will not fit in the tender box shall be received
by EPZA as provided for in the Appendix.
2.19 Modification and Withdrawal of Tenders
2.19.1 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 EPZA
prior to the deadline prescribed for submission of tenders.
2.19.2 The Tenderer’s modification or withdrawal notice shall be prepared,
sealed, marked, and dispatched in accordance with the provisions of
paragraph 2.17. A withdrawal notice may also be sent by cable, telex
but followed by a signed confirmation copy, postmarked not later than
the deadline for submission of tenders.
2.19.3 No tender may be modified after the deadline for submission of
tenders.
2.19.4 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 on the Tender Form. Withdrawal of
a tender during this interval may result in the Tenderer’s forfeiture of
its tender security, pursuant to paragraph 2.14.7
2.20 Opening of Tenders
2.20.1 The EPZA will open all tenders in the presence of tenderers’
representatives who choose to attend, at (the time and date given in
the advertisement notice) and in the following location.
The tenderers’ representatives who are present shall sign a tender
opening register evidencing their attendance.
12
2.20.2 The tenderers’ names, tender modifications or withdrawals, tender
prices, discounts and the presence or absence of requisite tender
security and such other details as the EPZA, at its discretion, may
consider appropriate, will be announced at the opening.
2.20.3 EPZA will prepare minutes of the tender opening.
2.21 Clarification of Tenders
2.21.1 To assist in the examination, evaluation and comparison of tenders the
EPZA 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.
2.21.2 Any effort by the tenderer to influence EPZA in the tender evaluation,
tender comparison or contract award decisions may result in the
rejection of the tenderers’ tender.
2.22 Preliminary Examination and Responsiveness
2.22.1 EPZA will examine the tenders to determine whether they are
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have
been properly signed, and whether the tenders are generally in order.
2.22.2 Arithmetical errors will be rectified on the following basis. If there is
a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the candidate does
not accept the correction of the errors, its tender will be rejected, and
its tender security may be forfeited. If there is a discrepancy between
words and figures the amount in words will prevail
2.22.3 EPZA may waive any minor informality or non-conformity or
irregularity in a tender which does not constitute a material deviation,
provided such waiver does not prejudice or effect the relative ranking
of any tenderer.
13
2.22.4 Prior to the detailed evaluation, pursuant to paragraph 2.23 EPZA will
determine the substantial responsiveness of each tender to the tender
documents. For purposes of these paragraphs, a substantially
responsive tender is one, which conforms to all the terms and
conditions of the tender documents without material deviations.
EPZA’s determination of a tender’s responsiveness is to be based on
the contents of the tender itself without recourse to extrinsic evidence.
2.22.5 If a tender is not substantially responsive, it will be rejected by EPZA
and may not subsequently be made responsive by the tenderer by
correction of the non conformity.
2.23 Conversion to Single Currency
Not applicable
2.24 Evaluation and Comparison of Tenders
2.24.1 EPZA will evaluate and compare the tenders which have been
determined to be substantially responsive, pursuant to paragraph 2.22
2.24.2 EPZA’s evaluation of a tender will exclude and not take into account
(a) in the case of equipment manufactured in Kenya or equipment
of foreign origin already located in Kenya, sales and other
similar taxes, which will be payable on the goods if a contract is
awarded to the tenderer; and
(b) Any allowance for price adjustment during the period of
execution of the contract, if provided in the tender.
2.24.3 The comparison shall be of the ex-factory/ex-warehouse/off-the-shelf
price of the goods offered from within Kenya, such price to include all
costs, as well as duties and taxes paid or payable on components and
raw material incorporated or to be incorporated in the goods.
2.24.4 EPZA’s evaluation of a tender will take into account, in addition to
the tender price and the price of incidental services, the following
factors, in the manner and to the extent indicated in paragraph 2.23.5
and in the technical specifications:
(a) delivery and installation schedule offered in the tender;
14
(b) deviations in payment schedule from the specifications in the
Special Conditions of Contract;
(c) the cost of components, mandatory spare parts and service;
(d) the availability in Kenya of spare parts and after-sales service for
the equipment offered in the tender;
2.24.5 The tender evaluation committee shall evaluate the tender within 30
days of the validity period from the date of opening the tender.
2.25 Contacting EPZA
2.25.1 Subject to paragraph 2.21 no tenderer shall contact EPZA on any
matter related to its tender, from the time of the tender opening to the
time the contract is awarded.
2.25.2 Any effort by a tenderer to influence EPZA in its decisions on tender,
evaluation, tender comparison, or contract award may result in the
rejection of the Tenderer’s tender.
2.26 Award of Contract
(a) Post-Qualification
2.26.1 In the absence of pre-qualification EPZA will determine to its
satisfaction whether the tenderer that is selected as having submitted
the lowest evaluated responsive tender is qualified to perform the
contract satisfactorily.
2.26.2 The determination will take into account the tenderer financial,
technical, and production capabilities. It will be based upon an
examination of the documentary evidence of the tenderers
qualifications submitted by the tenderer, pursuant to paragraph 2.12.3
as well as such other information as EPZA deems necessary and
appropriate.
2.26.3 An affirmative determination will be a prerequisite for award of the
contract to the tenderer. A negative determination will result in
rejection of the Tenderer’s tender, in which event the EPZA will
proceed to the next lowest evaluated tender to make a similar
determination of that Tenderer’s capabilities to perform satisfactorily.
15
(b) Award Criteria
2.26.4 EPZA 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 lowest evaluated tender, provided further
that the tenderer is determined to be qualified to perform the contract
satisfactorily.
2.26.5 To qualify for contract awards, the tenderer shall have the following:
a) Necessary qualifications, capability experience, services,
equipment and facilities to provide what is being
procured.
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.
(c) EPZA’s Right to Accept or Reject Any or All Tenders
2.26.6 EPZA reserves the right to accept or reject any tender, and to annul
the tendering process and reject all tenders at any time prior to contract
award, without thereby incurring any liability to the affected tenderer or
tenderer of the grounds for the EPZA’s action
2.26.7 EPZA may at any time terminate procurement proceedings before
contract award and shall not be liable to any person for the
termination
2.26.8 EPZA shall give prompt notice of the termination to the tenderers and
on request give its reasons for termination within 14 days of receiving
the request from any tenderer.
2.26.9 A tenderer who gives false information in the tender document about
is qualification or who refuses to enter into a contract after
notification of contract award shall be considered for debarment from
participating in future public procurement.
16
2.27 Notification of Award
2.27.1 Prior to the expiration of the period of tender validity, EPZA will
notify the successful tenderer in writing that its tender has been
accepted.
2.27.2 The notification of award will signify the formation of the Contract
but will have to wait until the contract is finally signed by both
parties. Simultaneous other tenderers shall be notified that their
tenders have not been successful.
2.27.3 Upon the successful Tenderer’s furnishing of the performance security
pursuant to paragraph 2.29, EPZA will simultaneously inform the
other tenderers that this tenders have not been successful
2.28 Signing of Contract
2.28.1 At the same time as the EPZA notifies the successful tenderer that its
tender has been accepted, the EPZA will simultaneously inform the
other tenderers that their tenders have not been successful.
2.28.2 Within fourteen (14) days of receipt of the Contract Form, the
successful tenderer shall sign and date the contract and return it to the
EPZA.
2.28.3 The parties to the contract shall have it signed within 30 days from the
date of notification of contract award unless there is an administrative
review request.
17
2.29 Performance Security
2.29.1 Within Thirty (30)days of the receipt of notification of award from
EPZA, the successful tenderer shall furnish the performance security
in accordance with the Conditions of Contract, in the Performance
Security Form provided in the tender documents, or in another form
acceptable to the EPZA.
2.29.2 Failure of the successful tenderer to comply with the requirements of
paragraph 2.28 or paragraph 2.29 shall constitute sufficient grounds
for the annulment of the award and forfeiture of the tender security, in
which event EPZA may make the award to the next lowest evaluated
Candidate or call for new tenders.
2.30 Corrupt or Fraudulent Practices
2.30.1 EPZA 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 and will not be involved in corrupt
or fraudulent practices.
3.30.2 EPZA will reject a proposal for award if it determines that the
tenderer recommended for award has engaged in corrupt or fraudulent
practices in competing for the contract in question.
3.30.3 Further a tenderer who is found to have indulged in corrupt or
fraudulent practices risks being debarred from participating in public
Procurement in Kenya.
18
APPENDIX TO INSTRUCTIONS TO TENDERERS
The following information regarding the particulars of the tender shall
complement supplement or amend the provisions of the instructions to
tenderers. Wherever there is a conflict between the provision of the
instructions to tenderers and the provisions of the appendix, the provisions
of the appendix herein shall prevail over those of the instructions to
tenderers.
INSTRUCTIONS TO
TENDERERS REFERENCE
PARTICULARS OF APPENDIX
TO INSTRUCTIONS TO
TENDERS
2.1.1 This is a national tender
2.14.1 The amount of tender security is 2%
of the total tender price inclusive of
VAT
2.18.1 23rd
December 2014 at 11.00am
local time
2.20.1 As in 2.18.1 above
2.29.1 The amount of performance
guarantee is 10% of the contract
price
19
SECTION III: GENERAL CONDITIONS OF CONTRACT
Table of Clauses
Page
3.1 Definitions…………………………………………….. 25
3.2 Application……………………………………………. 25
3.3 Country of Origin…………………………………….. 25
3.4 Standards……………………………………………… 26
3.5 Use of Contract Documents and Information…………… 26
3.6 Patent Rights……………………………………………. 26
3.7 Performance Security…………………………………… 26
3.8 Inspection and Tests……………………………………. 27
3.9 Packing…………………………………………………. 28
3.10 Delivery and Documents……………………………… 28
3.11 Insurance ………………………………………………… 28
3.12 Payment…………………………………………………. 28
3.13 Price…………………………………………………….. 29
3.14 Assignments……………………………………………. 29
3.15 Sub contracts………………………………………….. 29
3.16 Termination for Default………………………………….. 29
3.17 Liquidated Damages…………………………………….. 30
3.18 Resolution of Disputes………………………………….. 30
3.19 Language and law………………………………………. 30
3.20 Force Majeure ………………………………………….. 30
3.21 Notices ………………………………………………… 30
20
SECTION III - GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
3.1.1 In this Contract, the following terms shall be interpreted as indicated:-
(a) “The Contract” means the agreement entered into between the
EPZA and the tenderer, as recorded in the Contract Form signed by
the parties, including all attachments and appendices thereto and
all documents incorporated by reference therein.
(b) “The Contract Price” means the price payable to the tenderer under
the Contract for the full and proper performance of its contractual
obligations
(c) “The Goods” means all of the equipment, machinery, and/or other
materials, which the tenderer is required to supply to the EPZA
under the Contract.
(d) “The EPZA” means the organization purchasing the Goods under
this Contract.
(e) “The Tenderer’ means the individual or firm supplying the Goods
under this Contract.
3.2 Application
3.2.1 These General Conditions shall apply in all Contracts made by the
EPZA for the procurement installation and commissioning of
equipment to the extent that they are not superseded by provisions of
other part of contract.
3.3 Country of Origin
3.3.1 For purposes of this clause, “Origin” means the place where the
Goods were mined, grown or produced.
3.3.2 The origin of Goods and Services is distinct from the nationality of
the tenderer and will be treated thus in the evaluation of the tender.
21
3.4 Standards
3.4.1 The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications.
3.5 Use of Contract Documents and Information
3.5.1 The Candidate shall not, without the EPZA’s prior written consent,
disclose the Contract, or any provision therefore, or any specification,
plan, drawing, pattern, sample, or information furnished by or on
behalf of the EPZA in connection therewith, to any person other than
a person employed by the tenderer in the performance of the Contract.
3.5.2 The tenderer shall not, without the EPZA’s prior written consent,
make use of any document or information enumerated in paragraph
3.5.1 above
3.5.3 Any document, other than the Contract itself, enumerated in
paragraph 3.5.1 shall remain the property of the EPZA and shall be
returned (all copies) to the EPZA on completion of the Tenderer’s
performance under the Contract if so required by the EPZA
3.6 Patent Rights
3.6.1 The tenderer shall indemnify the EPZA against all third-party claims
of infringement of patent, trademark, or industrial design rights
arising from use of the Goods or any part thereof in the EPZA’s
country
3.7 Performance Security
3.7.1 Within twenty eight (28) days of receipt of the notification of Contract
award, the successful tenderer shall furnish to the EPZA the
performance security where applicable in the amount specified in
Special Conditions of Contract.
3.7.2 The proceeds of the performance security shall be payable to the
EPZA as compensation for any loss resulting from the Tenderer’s
failure to complete its obligations under the Contract.
22
3.7.3 The performance security shall be denominated in the currency of the
contract, or in a freely convertible currency acceptable to the EPZA
and shall be in the form of
a) Cash
b) Bank guarantee
c) Such insurance guarantee approved by the Authority
d) Letter of credit
3.7.4 The performance security will be discharged by the EPZA and
returned to the Candidate not late than thirty (30) days following the
date of completion of the Tenderer’s performance obligations under
the Contract, including any warranty obligations, under the Contract
3.8 Inspection and Tests
3.8.1 The EPZA or its representative shall have the right to inspect and/or to
test the equipment to confirm their conformity to the Contract
specifications. The EPZA shall notify the tenderer in writing in a
timely manner, of the identity of any representatives retained for these
purposes.
3.8.2 The inspections and tests may be conducted in the premises of the
tenderer. All reasonable facilities and assistance, including access to
drawings and production data, shall be furnished to the inspectors at
no charge to the EPZA.
3.8.3 Should any inspected or tested equipment fail to conform to the
Specifications, the EPZA may reject the equipment, and the tenderer
shall either replace the rejected equipment or make alterations
necessary to make specification requirements free of costs to the
EPZA.
3.8.4 The EPZA’s right to inspect test and where necessary, reject the
equipment after the equipment arrival and installation shall in no way
be limited or waived by reason of the equipment having previously
been inspected, tested and passed by the EPZA or its representative
prior to the equipment delivery.
3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from
any warranty or other obligations under this Contract.
23
3.9 Packing
3.9.1 The tenderer shall provide such packing and packaging of the
equipment as is required to prevent their damage or deterioration
during transit to their final destination, as indicated in the Contract.
3.9.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall
be expressly provided for in the Contract
3.10 Delivery and Documents
3.10.1 Delivery of the equipment, documents and installation of the same
shall be made by the tenderer in accordance with the terms specified
by EPZA in its Schedule of Requirements and the Special Conditions
of Contract
3.11 Insurance
3.11.1 The equipment supplied under the Contract shall be fully insured
against loss or damage incidental to manufacturer or acquisition,
transportation, storage, and delivery in the manner specified in the
Special conditions of contract.
3.12 Payment
3.12.1 The method and conditions of payment to be made to the tenderer
under this Contract shall be specified in Special Conditions of
Contract
3.12.2 Payments shall be made promptly by the EPZA as specified in the
contract
3.13 Prices
3.13.1 Prices charged by the tenderer for equipment delivered and
installation performed under the Contract shall not, with the
exception of any price adjustments authorized in Special Conditions
of Contract, vary from the prices by the tenderer in its tender.
24
3.13.2 Contract price variations shall not be allowed for contracts not
exceeding one year (12 months)
3.13.3 Where contract price variation is allowed, the variation shall not
exceed 10% of the original contract price.
3.13.4 Price variation requests shall be processed by the EPZA within 30
days of receiving the request.
3.14. Assignment
The tenderer shall not assign, in whole or in part, its obligations to perform
under this Contract, except with the EPZA’s prior written consent
3.15. Subcontracts
3.15.1 The tenderer shall notify the EPZA in writing of all subcontracts
awarded under this Contract if not already specified in the tender.
Such notification, in the original tender or later, shall not relieve the
tenderer from any liability or obligation under the Contract
3.16. Termination for Default
3.16.1 The EPZA may, without prejudice to any other remedy for breach of
Contract, by written notice of default sent to the tenderer, terminate
this Contract in whole or in part
(a) if the tenderer fails to deliver any or all of the equipment
within the period9s) specified in the Contract, or within any
extension thereof granted by the EPZA
(b) if the tenderer fails to perform any other obligation(s) under
the Contract
(c) if the tenderer, in the judgment of the EPZA has engaged in
corrupt or fraudulent practices in competing for or in
executing the Contract
3.16.2 In the event the EPZA terminates the Contract in whole or in part, it
may procure, upon such terms and in such manner as it deems
appropriate, equipment similar to those undelivered, and the tenderer
shall be liable to the EPZA for any excess costs for such similar
equipment.
25
3.17. Termination for convenience
3.18. Liquidated Damages
3.18.1 If the tenderer fails to deliver and/or install any or all of the items
within the period(s) specified in the contract, the EPZA shall, without
prejudice to its other remedies under the contract, deduct from the
contract prices liquidated damages sum equivalent to 0.5% of the
delivered price of the delayed items up to a maximum deduction of
10% of the delayed goods. After this the tenderer may consider
termination of the contract.
3.19. Resolution of Disputes
3.19.1 The EPZA and the tenderer shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute
arising between them under or in connection with the contract
3.19.2 If, after thirty (30) days from the commencement of such informal
negotiations both parties have been unable to resolve amicably a
contract dispute, either party may require that the dispute be referred
for resolution to the formal mechanisms specified in the SCC.
3.20. Language and Law
3.20.1 The language of the contract and the law governing the contract shall
be English language and the Laws of Kenya respectively unless
otherwise specified in the SCC
3.21. Force Majeure
3.21.1 The Tenderer shall not be liable for forfeiture of its performance
security or termination for default if and to the extent that it’s delay
in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
26
3.22 Notices
3.22.1 Any notice given by one party to the other pursuant to this contract
shall be sent to other party by post or by fax or Email and confirmed
in writing to the other party’s address specified.
3.22.2 A notice shall be effective when delivered or on the notices effective
date, whichever is later.
27
SECTION IV - SPECIAL CONDITIONS OF CONTRACT
4.1 Special Conditions of Contract shall supplement the General
Conditions of Contract. Whenever there is a conflict, between the
GCC and the SCC, the provisions of the SCC herein shall prevail over
these in the GCC.
4.2 Special conditions of contract as relates to the GCC
CONDITIONS OF CONTRACT AMOUNT
Tender Security (Bank Guarantee
only)
2.0% of Tender Sum in the
form of on demand Bank
Guarantee from a
reputable bank located in
Kenya
Amount of Performance Security
(Unconditional Bank Guarantee)
10% of Tender Sum in the
form of Unconditional
Bank Guarantee.
recognized Insurance
Company
Program to be submitted Not later than 14 days after
issuance of Order to
Commence
Cash flow estimate to be submitted Not later than 14 days after
issuance of Order to
Commence
Minimum amount of Third Party
Insurance
KSh. 1000,000 at any
occurrence with the
number of occurrences
unlimited
Period for commencement, from the
Engineer’s order to commence
14 days
Time for completion …………………………
Amount of liquidated damages KSh 10,000 per day
Limit of liquidated damages 10% of Contract Value
Defect Liability period 6 Months
Percentage of Retention 10% of Interim Payment
Certificate
28
Limit of Retention Money 10% of Contract Price
Minimum amount of interim
certificates
Kshs 2,000,000.00
Time within which payment to be
made after Interim Payment
Certificate signed by Engineer
28 days
Time within which payment to be
made after Final Payment
Certificate signed by Engineer
60 days
Appointer of Arbitrator Chairman, Institution of
Engineers of Kenya
Notice to Employer and Engineer The Employer’s address is:
The Chief Executive,
Export Processing Zones
Authority,
P.O. Box 50563-00200
NAIROBI
The Engineer’s address is:
EPZA Engineer,
P.O. Box 50563 - 00200
NAIROBI
29
STAGE ONE – PRELIMINARY EVALUATION
(i) Preliminary evaluation of open tenders
Tenders shall be subjected to a preliminary evaluation to determine whether:-
(a) the tender has been submitted in the required format as per the advertisement and
tender instructions;
(b) any tender security submitted is in the required form, amount and validity period (150
days);
(c) the tender has been signed by the person lawfully authorized to do so (signed and
stamped form of tender);
(d) the required number of copies of the tender have been submitted as per the
advertisement and tender instructions;
(e) the tender is valid for the period required;
(ii) Mandatory / Statutory requirements
1. Certificate of Company / Firm Registration
2. List of Directors with respective shareholding & details of citizenship
3. Valid TAX Compliance Certificate
4. Audited Accounts for the last three years (i.e. within 2011 & 2014)
5. Registration certificate from the National Construction Authority (Category 7 and
above as a water contractor)
6. Registration by Ministry of Water and Irrigation for Borehole Drilling,
Equipping and Servicing. ( Class D and above) 7. Bid Bond of 2 % of the total bid price (inclusive of VAT) in form of a bank guarantee
from a reputable bank located in Kenya valid for 150 days from the closing date of
the Tender
8. Signed Certificate of Tenderers Pre-Site Visit
9. Proof of Payment (Attach copy of payment receipt)
10. Power of attorney (of Tender signatory) in case of a joint venture.
11. Signed and Stamped Statement of Verification that not debarred in matters of Public
Procurement and Disposal Act
Tenders which do not satisfy any of the above requirements shall be rejected.
STAGE TWO – TECHNICAL REQUIREMENTS (MAXIMUM 100
POINTS) (Use the format given to present the required information and where relevant documentary
evidence must be provided)
A. DOCUMENTS FULLY COMPLETED AND COMPLIANCE WITH
PRICING INSTRUCTIONS (3 POINTS)
Signed and filled Statement of Compliance (1 points)
30
No signed and filled statement of compliance (0 points)
Signed and filled Tender Questionnaire (1 points)
No signed and filled Tender Questionnaire (0 points)
Signed and filled Confidential Business Questionnaire (1 points)
No signed and filled Confidential Business Questionnaire (0 points)
B. PERSONNEL (20 POINTS)
Project Manager to have at least a Degree in Civil Engineering field with seven (7)
years experience or Diploma in Civil Engineering field with 10 years experience in
the proposed position or works of a similar nature. (10 Points)
Academic Qualification (4 points) & Experience for the Period Indicated (4
Points)
With the required qualification but less experience than the period indicated (Pro-
rate)
Less Qualifications than stated above (0 Points)
Detailed curriculum vitae of the Project Manager certified by employee and bidding
company to be attached (2 Points)
Submission of detailed C.V signed by both employee and bidding company (2
Points)
CV attached not signed by both employee and bidding company (1 Points)
No attached C.V (0 points)
Supervisor to have at least Diploma in Civil Engineering with 5 years experience or
trade test Certificate in Civil Engineering field with 7 years experience in the
proposed position or works of a similar nature. (10 Points)
Academic Qualification (4 points) & Experience for the Period Indicated (4
Points)
With the required qualification but less experience than the period indicated (Pro-
rate)
Less Qualifications than stated above (0 Points)
Detailed curriculum vitae of the Supervisor certified by employee and bidding
company to be attached (2 Points)
Submission of detailed C.V signed by both employee and bidding company (2
Points)
CV attached not signed by both employee and bidding company (1 Points)
No attached C.V (0 points)
31
C RELEVANT EXPERIENCE (25 POINTS)
Details of experience and past performance on at least five projects in works of a
similar nature within the past five years (2009 – 2014) each with value of not less
than Kshs Five Million (Kshs 5,000,000) including current contracts, names of
clients/firms, clear physical address and contact persons. (Attach award letters, Local
Purchase / Orders, signed contracts or completion certificates as evidence / proof of
contract) (25 Points)
Details of projects to include the following (5 Points for each client)
i) Name of project – (1 Point)
ii) Address of project- (1 Point)
iii) Contact persons- (1 Point)
iv) Their values (Kshs 5,000,000 and above) – (1 Points) below Kshs 5,000,000 (0 points)
v) Proof of such contracts (Attach award letters, LPO’s, LSO’s, signed contracts or
completion certificates) – (1 Points)
Less number of clients– (Pro-rate)
If no award letters/completion certificates are attached – (0 Points for the entire
project)
D MACHINERY & EQUIPMENT (10 POINTS)
Major items of Contractor’s Equipment proposed for carrying out the Works including but
not limited to the listed items;- Drilling equipment, plumbing equipment, Electrical
Equipment, transportation vehicles etc
a) Availability of the equipments as listed – (5 Points)
b) State if equipment is owned or leased. – (3 Points)
c) No proof of ownership – (0 Points)
d) Attach a firm commitment letter of authority for inspection of the items by EPZA at any time
– (2 points)
E BUSINESS SUPPORT (15 POINTS)
a) Access to lines of credit or other financial resources – attach a firm commitment letter
on the same from a reputable financial institution - (5 points)
b) Proof of Financial stability (liquidity ratio; 2:1) (2 Points)
c) Indicate appointed bankers showing the name, address, contact person and address of
bidders bankers – (2 point)
d) Letter of authority from the bidder authorizing EPZA to seek reference from the
bankers – (3 points)
e) Bank statements for the last six months (May 2014 to October 2014) – (3 points)
32
F REFERENCE LETTERS (15 POINTS)
At least five (5) letters of recommendation from referees – (3 points per letter)
Five (5) letters – (15 Points)
Less than five (5) letters – (pro rate)
Please note that LPO’s or award letters shall not be treated as reference letters. Proper
recommendation from satisfied clients for work performed or services provided shall be
required.
G LITIGATION HISTORY – (2 Points)
Filled litigation history - (2 points)
Not Filled (0 points)
H. COMPLETION PERIOD AND WORK PROGRAMME – (10 Points)
Shortest Completion Period and work programme but within Engineers estimated
completion time (10 Points)
Pro –rate for others
(CUT OFF – 70 POINTS OUT OF 100 TO QUALIFY FOR FINANCIAL EVALUATION)
5.3 Part III – Financial Evaluation. These are mandatory
requirements.
5.3.1 This will include the following: -
b) Confirmation of and considering Bill of Quantities duly
completed and signed.
5.3.2 Correction of arithmetical errors,
5.3.3 Taking into account the cost of any deviation(s) from the tender requirements,
5.3.4 Ascertaining the financial capability through Last Financial Year’s audited
financial statements.
5.3.5 Considering information submitted in the Confidential Business Questionnaire
against other information in the bid including:-
a) Declared maximum value of business
b) Shareholding and citizenship for preferences where applicable.
*NOTES: -
1. Total tender value means the Tenderer’s total tender price inclusive of Value
Added Tax (V.A.T) for the goods it offers to supply.
3. For companies or firms that are registered or incorporated within the last one
calendar year of the Date of the Tender Document, they should submit certified
33
copies of bank statements covering a period of at least six months prior to the date
of the tender document. The copies should be certified by the Bank issuing the
statements. The certification should be original.
4.11 Pursuant to paragraph 13.1, the following evaluation method will be
applied to determine winning tenderer’s capability to implement a project of
this magnitude:
a) Construction Period
The Employer requires that the works shall be carried out as
specified in the construction program. Tenderers giving unrealistic
programs will be treated as non-responsive. The construction
program for execution and completion of the works within the
period offered in the tender shall indicate the principal construction
activities.
b) Previous Experience
The Employer requires that the tenderer submits a list of projects
of similar magnitude completed in Kenya in the last five years.
Tenderer to attach completion certificates on the letterhead of the
clients signed by a senior officer, as documentary evidence. The
contact telephone for the signing officer must be indicated for
purposes of authenticating the information provided.
c) List of Construction Plant and Equipment
The Employer requires that the tenderer submit a list of
construction plant and equipment owned by the tenderer.
d) Registration with the National Construction Authority
The Employer requires that the tenderer should be registered with
the National Construction Authority.
e) Particulars of Staff
The tenderer shall submit particulars of the supervisors he would
employ on the works giving details of their qualifications and
experience and state whether or not they would be employed
exclusively on the works.
f) Site visit certificate
The tenderer must visit site and assess the extent of work involved,
before submitting the tender.
34
35
SECTION VI – TECHNICAL SPECIFICATIONS
TERMS OF REFERENCE FOR DRILLING A BOREHOLE AT THE PONDS
1. GENERAL
Export Processing Zones Authority (EPZA) is planning to utilize part of its development budget in drilling a borehole at the wastewater treatment plant located at Kinanie.
Hydro-geological survey has not been carried out to identify the drilling site.
EPZA is seeking for a contractor to carry out geological survey, apply for a drilling permit (on behalf of EPZA), carry out the drilling work and provide the proper tools, machinery, materials and labor for construction of the borehole, its development, pump testing, wellhead cover and apron constructions and drainage channel constructions as per specifications.
2. DRILLING SITES.
The prospective tenderers will be required to visit site and familiarize themselves. The contractor will clear all debris of any kind, and leave the site, as far as is possible, in the original condition, once the work has been finished, the borehole developed and test-pumping done.
3. SCOPE OF THE WORKS
3.1. DRILLING
Borehole drilling and construction will be supervised by the EPZA Engineer in partnership with Ministry of public work’s personnel. The contractor is to ensure that borehole logs are collected properly at 2m intervals as required by the law.
36
3.2. DRILLING METHODOLOGY
The rig to be deployed must be capable of drilling to at least a depth of 25% beyond the anticipated final depth at the final required diameter. Temporary casing may be installed in the borehole to prevent formation heave, collapse or sloughing.
The depth of the borehole is expected to between 75-150m and if the actual depth of the borehole being drilled justifies any additional depth in the specification, the contractor will request the authorization of EPZA for such changes to be made.
The Contractor will be required to state the specifications of the drilling equipment and casing materials that will be used.
The communications will be made in writing and shall be properly recorded
by EPZA. The boreholes may be drilled by any of the following drilling methods The Contractor is obliged to make exclusive use of the rotary drilling or air hammer technique. Percussion drilling shall not be accepted. The Contractor shall submit a detailed account of his proposed drilling method, additives etc. for approval by EPZA.
3.3. BOREHOLE CONSTRUCTION
The borehole should be drilled at a diameter of 225mm from 0m to a maximum depth of 100m. The casings to be used are of 152mm in diameter.
Construction of the borehole will be undertaken in accordance with accepted practices.
As per the law requirements it is the duty of the contractor to inform the regional Ministry of Water and Irrigation’s office in time as to when the commencement of the drilling will be, for the ministry to organize for supervision.
Fluid additives of bentonitic type will not be accepted for use in this works: instead either cellulose based reconstitution powder, or liquid polymeric additives will be required for viscosity enhancement. The contractor will be required to state the type of polymer to be used, and describe the means by which the selected fluid additive will be mixed.
37
3.4. Information concerning the borehole
The contractor will supply a detailed borehole geo-log data, in which all the relevant information and drilling velocity, well casing and other well construction operations will be recorded. The contractor will also annotate all information pertaining to the appearance of water filtrations and aquifer, types of rock found and sampling details.
The contractor will be required to complete the log forms for the borehole. The contractor will collect 2 litres sample in a clean plastic bottle from the
borehole for reference to a competent Water Testing Authority or recognized Water Testing Laboratory for full physical, chemical and bacteriological analysis of the water to ascertain its suitability for human consumption.
The contractor will provide the Borehole Completion Record Certificate immediately upon completion of the drilling work. The Borehole Completion Record will also be accompanied by Water quality certificates capturing bacteriological, chemical and physical water qualities.
3.5. Casings and diameters
The drilling of the borehole will be carried out according to the characteristics
specified in this ToR and appendix of the specifications (BoQ), using the proper drilling tools, drive pipes, casing pipes with centralizers to ensure that the casing string is central within the hole, gravel packs and sanitary protection (seals) should isolate the aquifers from other formations, which are considered improper for the exploitation of wholesome water.
The borehole designs will be authorized by the representative of the regional WASREB and ministry of water before the casing and screens are introduced
into the borehole.
The contractor will supply all casings and screens of 152mm diameter including plain casing and screens.
The contractor will also provide outer permanent casings 225mm diameter stainless steel plain casing.
38
3.6. Verticality
The Contractor will conduct a verticality test during and after drilling by approved methods to demonstrate that the departure from the vertical does not exceed 3 in 100 between ground level and the base of the borehole. If this departure is exceeded, the Contractor shall make the necessary corrections to the approval of EPZA, without additional payment. If the error cannot be corrected, then drilling shall cease and a new borehole be drilled at a position nearby, indicated by EPZA. The abandoned boreholes shall be backfilled and/or capped by methods approved by EPZA. No payment will be made for the drilling and the sealing of abandoned boreholes, or for moving to the new site.
3.7. Supply and Installation of Pumping equipment
The contractor will be required to supply and install a submergible pump as per specifications in the bills of quantities, including all necessary fittings. 4. DEVELOPMENTS AND TEST PUMPING
4.1. Development
In addition to the cleaning and development of the well before casing installation, the well will be developed continually during filter gravel packing. Washed and well-rounded river gravel, of diameter range 2 – 4 mm will be packed between the annular space of the casing and the well from the bottom until 6m below the ground surface. The gravel shall be inserted into the borehole by hand using a shovel in order to protect the borehole wall from damage. After packing is complete, the well will be developed by air-lifting, alternating continuous and surging. During well development, the position of the air outlet (bottom of the drill pipe if drilling apparatus is used for air-lifting) shall be in the blind casing below the lowest screen casing and the CONTRACTOR shall ensure that the casing string is adequately supported at the top if necessary and is not damaged. Any casing and/or screen damage during installation and well development shall be the responsibility of the CONTRACTOR, who shall make the necessary corrections/repairs without additional cost to the IRC. When well development is completed, the gravel packing will be topped up if it is found settling below the required depth.
39
Development will be considered complete only when less than 15 ppm of suspended solids remains in the water. It is recommended that flushing be done for a minimum of 10hours.
4.2. Test Pumping
The Contractor shall perform test pumping to establish well performance and yield of the borehole. Standard test pumping will consist of a 4-hour step-drawdown test, followed by a constant discharge test for a period of 24 hours, which might be extended at the discretion of EPZA if the water level has not stabilized after the 24 hours. The Contractor shall provide a suitable means of achieving the rate of flows specified. Before testing, the boreholes will be subject to a short term test (calibration) to establish the approximate yield/drawdown properties and to decide upon pumping rates for step-drawdown or continuous yield tests. Sufficient time shall be allowed for the recovery of water level in the boreholes between each type of test. This shall be at the discretion of EPZA. Discharge measurements shall be made by using a flow meter or an otherwise approved calibrated measuring device. During the test pumping, the discharge water must be handled and disposed off in an appropriate manner to a point of overland drainage sufficiently far from the well to prevent recharge. The water shall be diverted over a distance of at least 100m from the wellhead. During all testing operations, once the flow rate has been determined and preliminary adjustments made, the measured discharge rate shall be maintained within five (5) % of the required rate for the duration of the test. Persistent fluctuations beyond this tolerance will require abortion of the test, for which payment shall not be made. Any test which is aborted due to the reasons above shall be repeated after recovery of the water level. No payment shall be made for aborted tests or for standby time during water level recovery after aborted tests.
4.3. Other specification
The contractor will evacuate all pumped water in such a way that no impoundments are produced at distances less than 200 metres from the borehole. The contractor will provide all necessary elements for this purpose which include provision of all necessary implements and pumping equipment i.e.
40
weirs, pipes, gauges etc for the proper measurement of discharge rates and water levels and disposal of extracts.
4.4. Well plumpness and alignment
4.4.1. Tests
The borehole should be tested for plumpness and alignment by means of a 12 metre long, and perfectly straight, steel pipe that should be introduced along the whole borehole. The external diameter of this should, at most, be 13 mm less than the well casing inside diameter. This pipe will be supplied by the contractor.
4.4.2. Minimum Requirements
Such a test pipe, as described above should easily move through the whole borehole. The loss of plumpness of the well’s axis should never be more than 2/3 of the smaller inside diameter of the casing. If these minimum requirements are not met by the well, the contractor will be required to correct the defects, otherwise EPZA will reject the borehole and no payments will be made for its drilling and completion. This test should normally be done before pump testing the well in the presence of the agent appointed by EPZA or the Ministry’s authorized staff.
4.5. Protection of water quality, disinfections and sampling
4.5.1. Borehole Protection
The contractor will take maximum care to avoid the physical, chemical or bacteriological contamination of the borehole water, during the construction and after construction operations. In any case, where water is polluted due to the contractors neglect, he will be obliged to carry out all the necessary operations, at his own cost, in order to rectify such pollution of the borehole.
4.5.2. Well sterilization
Once the well has been completed and tested, the contractor will sterilize the well with a chlorine solution yielding at least 50 mg/litre of active chlorine in the
41
borehole. The chlorine solution may be prepared for this purpose, by dissolving Calcium Hypo-chlorite, sodium Hypochlorite or gaseous Chlorine in water. The chlorine solution should stay in the well for at least four hours, at the specified concentration.
4.5.3. Samples
• The contractor will keep a complete record of the samples taken from the cuttings during the drilling operation, in properly packed and identified sample bags, and all will be made available to EPZA upon request or upon request from the Ministry of Water and Irrigation’s office. • The contractor will take at least one sample every two meters of drilling, unless a change in formation is encountered by the driller. In such cases, additional samples should be taken. The minimum weight of each sample should be 100grams. • For each rock sample that has not been taken the contractor will be fined a penalty amounting to 1 per cent of the total value of the well and this will be deducted from the final payment. If the total amount of samples not taken is more than 15% of the specified number, the well should be started again and EPZA will not make any payments for this additional work.
4.5.4. Water samples
The contractor will take two (2) litre samples for laboratory analysis, after completion of test pumping. One sample will be used for each of these tests; bacteriological, physical and chemical analysis, which should be collected in clean, sterilized properly sealed and protected plastic containers. The samples so collected should reach the authorized Water Testing Laboratories, within six hours from the time of collection from the borehole.
4.5.5. Particle Content in Pumped Water
The water drawn out of the well will be acceptable if it has a sand particle content of less than 5 milligrams per cubic metre. In case this allowed maximum limit is not met, the contractor will make all necessary adjustments to the well structure, at his own expense, in order to meet these specifications.
42
4.6. Finishing Works
4.6.1. Temporary Lid
The contractor will pay close attention to the due protection of the mouth of the borehole against the entrance of water or any other pollutants while drilling or after the completion of the borehole. For this purpose, the contractor will provide a lid to be placed on the mouth of the well at any time the drilling rig is not in operation. This lid will be welded into place after the drilling has been completed.
4.6.2. Gravel Packs
A well-graded pack will be placed in the annular space between the borehole wall and the outer surface of the casing. Proper techniques should be used for the accurate placing of this pack to ensure its even placement. The gravel to be used should be clean, well rounded and the grains should be hard, of alluvial origin, and a size between 2mm and 4mm diameter.
4.6.3. Sanitary Protection Seal
After completion of the pumping test, removal of the test pumping unit and after the last water level recovery observations have been made, the level of the gravel pack will again be checked to see if there is any settlement below the required depth. If it is found below the required depth, it will be topped up to the appropriate level. Based on the actual situation, the annular space between the well and the permanent 9” casing will be cement grouted down to at least 6m from the surface in order to prevent contamination of the borehole by surface run-off water
A sanitary seal surrounding must be excavated until an adequately firm formation is reached and constructed in C25 (1:2:4) mix concrete with surface dimensions of 1 meter length, 1 meter width and 0.5 meters height. In such a case as a firm formation is not available close to the surface on which the concrete block can rest, the space around the casing up to 1.5 meters below the surface casing must be filled with C25 mix concrete block. The surface/outer permanent casing must protrude 0.25 meters above the concrete block.
43
4.6.4. Construction of Well Head Cover and Apron
The Contractor shall on completion of the boreholes cap the top with a mild steel blank flange, which shall incorporate a threaded nipple of 19 mm (3/4”) diameter with cap, welded to the flange, to enable dipping access to the borehole. The blank flange shall be 400 mm above ground level and be bolted to a mild steel flange welded to a minimum of 2 m length of mild steel casing coated internally and externally with non-toxic or bitumen or epoxy coating to the approval of EPZA. This casing shall fit neatly over the borehole casing and be permanently grouted in at the time of completion of the boreholes. Prior to, during and after the construction of headworks, the Contractor must ensure that no debris whatsoever falls into the boreholes.
4.6.5. Well Disinfection
Disinfection of the borehole shall be carried out by the Contractor before demobilization from the site. This shall be done by placing a chlorine solution into the well so that a concentration of at least 50 mg/1itre of available chlorine existing in all parts of the borehole at static conditions. All the borehole surfaces above the static water level shall be completely flushed with the solution. The solution shall remain in the borehole for a minimum period of 2 hours before pumping the borehole to waste.
5. The nearest location of KPLC line for connecting power
Power will be connected to an existing three Phase line serving a factory next to the EPZA staff housing. No transformer will be required. The tenderer should allow for all cabling works to the borehole location in the rates.
6. Specifications for Control Panel House
The customer Control panel should have a plinth area of 6 square meters.
A. Walls Walls should be constructed of 200mm thick solid masonry, plastered and painted inside and keyed on the outside.
B. Floor
44
The floor slab should be 150mm thick concrete slab on well compacted hardcore. The finishing to be sand cement screed smoothened and painted with red oxide paint.
C. Roof The roof shall be constructed of gauge 26 IT4 sheet on either timber or steel trusses
D. Ceiling The ceiling shall be made of chipboard on timber batterns and painted as directed.
E. Doors and Windows The external door and all windows shall be fabricated from standard steel members.
7. Specifications for Internal Casing
The Permanent casing should be of Stainless steel.
8. Specifications for the tank, piping and elevated tower
The water storage tank should be of pressed steel and have a capacity of 18,000 Litres. The elevated tower should be made from steel members to a minimum height of 3.5m. The steel member of the tower should be anchored to a concrete foundation footing. The tenderer should allow in his rates for the design and drawings for the tower and the RC footing. The tank should be at a minimum distance of 10m from the borehole. The pipework from the borehole to the tank to be 3 inch diameter, Class D UPVC pipe and from the tank to the stand pipe to be 1 ½ inch PPR.
45
SECTION VI –BILLS OF QUANTITIES
ITEM DESCRIPTION UNIT QTY RATE (kshs)
AMOUNT (kshs)
1 BILL NO. 1 CONTRACTUAL REQUIREMENTS AND PRELIMINARIES
1.1 Insurance and performance bond for the works
SUM SUM
1.2 Allow for complying with statutory and other local authority by laws, including liaison with the necessary Ministries and authorities and facilitation of supervising personnel from the Ministry
SUM SUM
1.3 Allow for Mobilization of drilling unit to site, erect at position of borehole, dismantle and demobilize on completion
SUM SUM
1.4 Allow for Mobilisation of test pumping unit, adequate for all measurements and tests. Include for erection, dismantling and demobilizing on completion.
SUM SUM
1.5 Allow for carrying out a complete Environmental Impact assessment including payments of all fees and approval by NEMA
SUM SUM
1.6 Geological Survey
SUM SUM
1.7
Application of Drilling Permit
SUM SUM
Subtotal Bill No. 1
46
2 BILL NO. 2 DRILLING, INSTALLATION, DEVELOPMENT AND TESTING
UNIT QTY RATE (kshs)
AMOUNT (kshs)
2.1
Allow for drilling for depth 0-50m M 50
2.2
Allow for drilling for depth 50 - 100m
M 50
2.3
Allow for drilling for depth 100- 150m
M 50
2.4 Provide and install steel casings, screens, gravel pack and cement
M 150
2.5
Provide and install top slabs and cap well and fill report summary
SUM SUM
2.6 Provide and install Pump & Electrical GRUNDFOS submersible pump type SP17-20 11kw 3 phase capable of delivering 20m3/hr set at 150 meters bgl. The rate to include submersible cables, electrode cable, pencil type borehole electrodes, cable splicing kits, UPVC dipper line pipes and all sundries.
NO 1
2.7 Provide and install Control panel board suitable for sensing high level and low level water in the bore hole and storage tank. Rate to include for isolator, D.O.L starter, Overload relay, indicator lamp, selector switch, start/stop button, Ammeter/Voltmeter, Auto/manual switch, M.C.B, Phase failure relay, Trip lights, all mounted in a steel whether proof meter enclosure. This should also include junction box, 35 amps switch fuse, required armoured cables, cable gland shrouds, electronic float switch, terminating blocks and Hatari tiles.
SUM SUM
TOTAL CARRIED FORWARD TO NEXT PAGE
47
BILL NO. 2 Brought forward from previous page
2.8
Allow for connection of power to include facilitation from Kenya Power Authority and payments of required deposit for the meter.
SUM SUM
2.9
Allow for connecting to the storage tank. Rate to include all piping and fittings.
ITEM 1
2.10
Allow for connection to a standpipe, approx 500m away. Rate to include all excavations, piping and fittings as necessary.
ITEM 1
2.11
Developing and testing for 24 hours. Rate to include sampling, logging and water chemical analysis
ITEM 1
2.12
Allow a lump sum for the construction of control panel house maximum 6m2
ITEM 1
2.13
Allow for supply of 18m3 pressed steel storage water tank including construction of an elevated support structure (3.5m high).
ITEM 1
Subtotal Bill No. 2
48
MAIN SUMMARY
TOTAL BILL NO. 1 – PRELIMINARIES AND GENERAL ITEMS
TOTAL BILL NO. 2 – DRILLING, INSTALLATION, DEVELOPMENT, TESTING
SUB TOTAL 1
ADD 10% FOR CONTINGENCY
SUB TOTAL 2
ADD 16% VAT
GRAND TOTAL FOR BOREHOLE
ADD 5% FEES TO NCA
TOTAL CARRIED TO FORM OF TENDER
COMPLETION PERIOD IN WEEKS
49
SECTION VII - STANDARD FORMS
Notes on the Standard Forms:
7.1 Form of Tender
This form must be completed by the tenderer and submitted with the tender
documents. It must also be duly signed by duly authorized representative of
the tenderer.
7.2 Confidential Business Questionnaire Form
This form must be completed by the tenderer and submitted with tender
documents
7.3 Tender Security Form
When required by the tender document the tenderer shall provide the tender
security either in the form included therein after or in another format
acceptable to EPZA.
7.4 Contract Form
The Contract form shall not be completed by the tenderer at the time of
submitting the tenderer at the time of submitting the tender. The contract
form shall be completed after contract award.
7.5 Performance Security form
The performance security form should not be completed by the tenderer at
the time of tender preparation. Only the successful tenderer will be required
to provide performance security in the sum provided herein or in another
form acceptable to the EPZA.
7.6 Bank Guarantee for Advance Payment.
When there is an agreement to have Advance payment, this form must be
duly completed.
50
7.7 Manufacturer’s Authorization Form
When required by the tender document, this form must be completed and
submitted with the tender document. This form will be completed by the
manufacturer of the goods where the tender is an agent.
51
7.1 FORM OF TENDER
Date
Tender No.
To:
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, drill, construct and complete such works and remedy any
defects( ……………………………………………
………………………………………………………………………………………………………
(insert equipment description) 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 commence and complete the works in
accordance with the delivery schedule specified in the Appendix to form of tender.
3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of
equivalent to percent of the Contract Price for the due performance of the
Contract , in the form prescribed by ………………. ……………….( EPZA).
4. We agree to abide by this 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.
5. This Tender, together with your written acceptance thereof and your notification of
award, shall constitute a Contract, between us. Subject to signing of the Contract by the parties.
6. We understand that you are not bound to accept the lowest or any tender that you may
receive.
Dated this day of 20
[signature] [in the capacity of]
Duly authorized to sign tender for an on behalf of
52
7.2 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 applied 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. …………………. Fax ………………. E mail …………….
Nature of Business ,………………………………………………………………………………………………..
Registration Certificate No. ………………………………………………………………………………………
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 ………………………………..
53
7.3 TENDER SECURITY FORM
Whereas ……………………………………………. [name of the tenderer]
(hereinafter called “the tenderer”) has submitted its tender dated ………….
[date of submission of tender] for the supply, installation and commissioning
of ………………………………[name and/or description of the equipment]
(hereinafter called “the Tender”) ……………………………………………..
KNOW ALL PEOPLE by these presents that WE ………………………
……………… of …………………………………………. having our
registered office at ………………… (hereinafter called “the Bank”), are
bound unto …………….. [name of EPZA} (hereinafter called “the EPZA”)
in the sum of ………………………………….. for which payment well and
truly to be made to the said EPZA, the Bank binds itself, its successors, and
assigns by these presents. Sealed with the Common Seal of the said Bank
this day of 20 .
THE CONDITIONS of this obligation are:-
1. If the tenderer withdraws its Tender during the period of tender
validity specified by the tenderer on the Tender Form; or
2. If the tenderer, having been notified of the acceptance of its Tender by
the EPZAduring the period of tender validity:
(a) fails or refuses to execute the Contract Form, if required; or
(b) fails or refuses to furnish the performance security in accordance
with the Instructions to tenderers;
We undertake to pay to the EPZA up to the above amount upon receipt of its
first written demand, without the EPZA having to substantiate its demand,
provided that in its demand the EPZA will note that the amount claimed by
it is due to it, owing to the occurrence of one or both of the two conditions,
specifying the occurred condition or conditions.
This tender guarantee will remain in force up to and including thirty (30)
days after the period of tender validity, and any demand in respect thereof
should reach the Bank not later than the above date.
[signature of the bank]
(Amend accordingly if provided by Insurance Company)
54
7.4 CONTRACT FORM
THIS AGREEMENT made the day of 20
between ……………… [name of Procurement entity) of ……….. [country of
Procurement entity] (hereinafter called “the EPZA) of the one part and
…………………….. [name of tenderer] of ………….. [city and country of tenderer]
(hereinafter called “the tenderer”) of the other part;
WHEREAS the EPZA invited tenders for [certain goods ] and has accepted a tender by
the tenderer for the supply of those goods in the sum of ……………………………
[contract price in words and figures] (hereinafter called “the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to:
2. The following documents shall be deemed to form and be read and construed as
part of this Agreement viz:
(a) the Tender Form
(b) the Schedule of Requirements
(c ) the Technical Specifications
(d) the General Conditions of Contract
(e) the Special Conditions of contract; and
(f) Any other document
3. In consideration of the payments to be made by the EPZA to the tenderer as
hereinafter mentioned, the tenderer hereby covenants with the EPZA to provide the goods
and to remedy the defects therein in conformity in all respects with the provisions of this
Contract
4. EPZA hereby covenants to pay the tenderer in consideration of the provisions of
the goods and the remedying of defects therein, the Contract Price or such other sum as
may become payable under the provisions of the Contract at the times and in the manner
prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by the (for the EPZA)
Signed, sealed, delivered by the (for the tenderer in the
presence of
55
7.5 PERFORMANCE SECURITY FORM
To ………………………………………….
[name of EPZA]
WHEREAS …………………………………… [name of tenderer]
(hereinafter called “the tenderer”) has undertaken , in pursuance of Contract
No. [reference number of the contract] dated
20 to supply ………………………………………………
[description of goods] (hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the
tenderer shall furnish you with a bank guarantee by a reputable bank for the
sum specified therein as security for compliance with the Tenderer’s
performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the tenderer a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to
you, on behalf of the tenderer, up to a total of ……………………….
[amount of the guarantee in words and figure] and we undertake to pay you,
upon your first written demand declaring the tenderer to be in default under
the Contract and without cavil or argument, any sum or sums within the
limits of …………………….. [amount of guarantee] as aforesaid, without
you needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
This guarantee is valid until the day of 20
Signed and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
56
7.6 BANK GUARANTEE FOR ADVANCE PAYMENT
To ………………………………
[name of EPZA]
[name of tender] …………………..
Gentlemen and/or Ladies:
In accordance with the payment provision included in the Special Conditions of Contract,
which amends the General Conditions of Contract to provide for advance payment,
…………………………………………………. [name and address of
tenderer](hereinafter called “the tenderer”) shall deposit with the EPZAa bank guarantee
to guarantee its proper and faithful performance under the said Clause of the Contract an
amount of …… …………………. [amount of guarantee in figures and words].
We, the ……………………………. [bank or financial institutions], as instructed by the
tenderer, agree unconditionally and irrevocably to guarantee as primary obligator and not
as surety merely, the payment to the EPZAon its first demand without whatsoever right
of objection on our part and without its first claim to the tenderer, in the amount not
exceeding …………………… [amount of guarantee in figures and words]
We further agree that no change or addition to or other modification of the terms of the
Contract to be performed there-under or of any of the Contract documents which may be
made between the EPZAand the tenderer, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition, or
modification.
This guarantee shall remain valid in full effect from the date of the advance payment
received by the tenderer under the Contract until ………… [date].
Yours truly,
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
57
7.7 MANUFACTURER’S AUTHORIZATION FORM
To [name of the EPZA] ………………….
WHEREAS …………………………………………………………[ name
of the manufacturer] who are established and reputable manufacturers of
………………….. [name and/or description of the goods] having factories
at ………………………………… [address of factory] do hereby authorize
………………………… [name and address of Agent] to submit a tender,
and subsequently negotiate and sign the Contract with you against tender
No. ………………………. [reference of the Tender] for the above goods
manufactured by us.
We hereby extend our full guarantee and warranty as per the General
Conditions of Contract for the goods offered for supply by the above firm
against this Invitation for Tenders.
[signature for and on behalf of manufacturer]
Note: This letter of authority should be on the letterhead of the
Manufacturer and should be signed by an authorized person.
58
7.8. LETTER OF NOTIFICATION OF AWARD
Address of EPZA
_____________________
_____________________
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. The contract/contracts shall be signed by the parties within 30 days of the date of
this letter but not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject
matter of this letter of notification of award.
(FULL PARTICULARS)
SIGNED FOR ACCOUNTING OFFICER
59
STATEMENT OF VERIFICATION THAT NOT DEBARRED IN THE MATTER
OF THE PUBLIC PROCUREMENT AND DISPOSAL ACT 2005.
I, …………………………………….of P. O. Box ………………………. being a
resident of ………………………………….. in the Republic of Kenya do hereby make a
statement as follows:-
1. THAT I am the Chief Executive/Managing Director/Principal Officer/Director of
……….... ………………………………..(name of the Company) who is a Bidder in
respect of Tender No. ………………….. To supply goods, render services and/or carry
out works for National Social Security Fund and duly authorized and competent to make
this statement.
2. THAT the aforesaid Bidder has not been debarred from participating in procurement
proceeding under Part IX.
3. THAT the aforesaid Bidder will not engage in any corrupt 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 National Social Security Fund, which is the procuring entity.
4. THAT the aforesaid Bidder, its servants and/or agents have not offered any
inducement to any member of the Board, Management, Staff and/or employees and/or
agents of National Social Security Fund.
5. THAT what is deponed to hereinabove is true to the best of my knowledge information
and belief.
………………………………. ………………………… ………………………
(Title) (Signature) (Date)
60
LITIGATION HISTORY
Name of Applicant or partner of a joint venture
Applicants, including each of the partners of a joint venture, should
provide information of any history of litigation or arbitration
resulting from contracts executed in the last five years or currently
under execution. A separate sheet should be used for each partner
of a joint venture.
Year Award FOR
or AGAINST
Applicant
Name of client, cause of
litigation, and matter in
dispute
Disputed amount
(current value Kshs.)
61
SITE VISIT CERTIFICATE FORM
CONTRACTOR/CONTRACTOR’S REPRESENTATIVE SITE VISIT
CERTIFICATE
TENDER NO. EPZA………………, FOR THE PROPOSED DRILLING OF
BOREHOLE AT PONDS
1. This is to certify that I
,………………………………………………………………
(Name of tenderer or his representative) of the firm In the company
of…………………………………………………………
(EPZA Representative) visited the site in connection with the tender for the above
mentioned project.
2. Having previously studied the tender documents, I have carefully examined the site.
1. I have made myself familiar with the local conditions likely to influence the works
and the cost thereof.
I further certify that I am satisfied with the description of the works and the explanations
given by the EPZA representatives and that I understand perfectly the works to be done
as specified and implied in the execution of the contract.
Signed………………………………..
Date……………………………………
Name…………………………………………………………..(Tenderer or his
representative)
Signed ………………………………………………..
Date,……………………………………
Name,……………………………………………………………..S/No…………………
(EPZA, representative conducting the site visit)