20
WOMEN ENTERPRISE FUND REQUEST FOR PRE-QUALIFICATION/REGISTRATION FY 2017-2019 WEF/PQ/……………………………………………………/2017-2019 Supply & Delivery of ……………………………………………………. ……………………………………………………………………………….. The Chief Executive/Director Women Enterprise Fund P.O. Box 17126-00100 NAIROBI Telegrams: “JAMAA”, Nairobi Telephone: Nairobi 2727980-4 Fax: 608737/2734417 NSSF Blg, Block ‘A’, Eastern Wing, 11 th Floor P. O. BOX 17126 - 00100 NAIROBI Email: [email protected] Website: www.wef.co.ke

WOMEN ENTERPRISE FUND · and printed from Women Enterprise Fund Website free of charge. The Non-refundable fee of Kshs. 1000/=(one thousand) is only applicable to tender documents;(Audit

Embed Size (px)

Citation preview

WOMEN ENTERPRISE FUND

REQUEST FOR PRE-QUALIFICATION/REGISTRATION

FY 2017-2019

WEF/PQ/……………………………………………………/2017-2019

Supply & Delivery of …………………………………………………….

………………………………………………………………………………..

The Chief Executive/Director

Women Enterprise Fund P.O. Box 17126-00100

NAIROBI

Telegrams: “JAMAA”, Nairobi

Telephone: Nairobi 2727980-4

Fax: 608737/2734417

Cell Phone: 0714 606 842-7

When replying please quote

NSSF Blg, Block ‘A’, Eastern Wing, 11th Floor

P. O. BOX 17126 - 00100

NAIROBI

Email: [email protected]

Website: www.wef.co.ke

2

TABLE OF CONTENTS

SECTION A: LETTER OF INVITATION ………………………………………………….…………..…….3

TENDER NOTICE……………………………………………………………………………….4

SECTION B: INSTRUCTIONS TO CANDIDATES……………………………..…………………………7

3

SECTION A

LETTER OF INVITATION Women Enterprise Fund desires to engage the services of suitably qualified and experienced candidates under various assignments to be undertaken in the financial years 2017-2018 and 2018- 2019.

Consequently, The Fund invites you to submit your pre-qualification/Registration documents in accordance with the instructions to candidates.

The successful candidate will be selected under the selection procedure described in the pre-qualification/registration document.

Please submit your sealed proposals, as detailed in this document, to:

The Chief Executive/Director, Women Enterprise Fund P.O. Box 17126-00100 NAIROBI.

4

WOMEN ENTERPRISE FUND

CATEGORY A: TENDERS OPEN TO THE GENERAL PUBLIC Women Enterprise Fund invites sealed tenders from reputable, competent and interested registered suppliers of the following items.

Tender No. Tender Description Bid Bond Closing Date

WEF/ONT/01/17-19 Supply, delivery, installation of Audit

Software

2% of tender sum 18/4/2017

WEF/ONT/02/17-19 Tender for Credit Management Training 2% of tender sum 18/4/2017

WEF/OT/DISP01/2015/16 Sale of disposal storesand equipment N/A 18/4/2017

PREQUALIFICATION/REGISTRATION OF SUPPLIERS FOR

2017-2019FY Women Enterprise Fund intends to prequalify/register suppliers for 2017-2019FY. Interested

end eligible candidates are hereby invited to apply.

CATEGORY B: RESERVED FOR THE YOUTH, WOMEN AND PERSONS LIVING WITH

DISABILITIES.

TENDER NO. TENDER DESCRIPTION REGIONS

WEF/PQ/B1/17-19 Supply & Delivery of general office stationery &

rubber stamps

HQs

WEF/PQ/B2/17-19 Supply & Delivery of uniforms & foot wear HQs

WEF/PQ/B3/17-19 Supply & Delivery of Office Furniture, Fittings

and Office Equipment

HQs

WEF/PQ/B4/17-19

Supply & Delivery of Motor Vehicle Tyres,

Tubes and Batteries

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu and Nyeri

WEF/PQ/B5/17-19 Supply & Delivery of Newspapers & magazines HQs

WEF/PQ/B6/17-19 Supply & Delivery of Electronics, Telecommunication Equipment and Public Address System

HQs, Mombasa, Nakuru, Kakamega, Garrisa, Embu, Kisumu and Nyeri

WEF/PQ/B7/17-19

Supply & Delivery of Bottled Mineral Water

HQs, Mombasa, Nakuru, Kakamega, Garrisa, Embu, Kisumu and Nyeri

WEF/PQ/B8/17-19 Supply & Delivery of Fresh Processed Milk

HQs, Mombasa, Nakuru, Kakamega, Garrisa, Embu,

TENDER NOTICE

Telegrams: “JAMAA”, Nairobi

Telephone: Nairobi 2727980-4

Fax: 608737/2734417

Cell Phone: 0714 606 842-7

When replying please quote

NSSF Blg, Block ‘A’, Eastern Wing,

11th Floor

P. O. BOX 17126 - 00100

NAIROBI

Email: [email protected] Website: www.wef.co.ke

5

Kisumu and Nyeri

WEF/PQ/B9/17-19 Supply & Delivery of Software and Computer Accessories

HQs

WEF/PQ/B10/17-19 Supply & Delivery of Electrical items, Fittings & Electronics

HQs, Mombasa, Nakuru, Kakamega, Garrisa, Embu, Kisumu and Nyeri

WEF/PQ/B11/17-19 Provision of Graphic design & Sign works e.g. Door labels, Signboards etc.

HQs, Mombasa, Nakuru, Kakamega, Garrisa, Embu, Kisumu and Nyeri

WEF/PQ/B12/17-19

Provision of Hire Services for Tents, Chairs,

Public Address system & decoration for events.

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu and Nyeri

WEF/PQ/B13/17-19 Supply And Delivery of promotional items i.e.

T. Shirts, Lessos, Brochures etc.

HQs

WEF/PQ/B14/17-19 Provision of air ticketing & travel arrangements HQs

WEF/PQ/B15/17-19 Supply and delivery of computers, laptops, printers, ups, Ipads, Server etc.

HQs

WEF/PQ/B16/17-19 Provision of General printing Services HQs

WEF/PQ/B17/17-19

Provision of taxi hire services and airport

transfers

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/B18/17-19 Supply & delivery of printed accountable

documents – LPO, LSO etc.

HQs

CATEGORY C: PRE-QUALIFICATION OF SUPPLIERS OPEN TO ALL ELIGIBLE FIRMS

Tender No. SUPPLY OF GOODS REGIONS

WEF/PQ/C1/17-19 Supply, Delivery & Installation of Computer

Hardware & Software.

HQs,

WEF/PQ/C2/17-19 Provision of Asset Tagging Services HQs,

WEF/PQ/C3/17-19

Supply & delivery of Office Furnishings and

Fittings e.g. curtains, carpets, blinders etc.

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu and Nyeri

WEF/PQ/C4/17-19 Supply, Installation & Commissioning of

structured cabling (IP) PABX, networking

equipment.

HQs

WEF/PQ/C5/17-19 Supply & Delivery of Audio-Visual Items e.g.

LCD Projectors, Cameras etc.

HQs,

PROVISION OF SERVICES

WEF/PQ/C6/17-19 Provision of website design services HQs

WEF/PQ/C7/17-19 Provision of Consultancy Services on the

evaluation of Financial Intermediaries

HQs

WEF/PQ/C8/17-19 Provision of Fumigation, Pest Control &

Sanitary Services

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C9/17-19 Provision of Repair & Maintenance of Motor

Vehicles Services (Panel Beating, Spray

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

6

Painting etc. Kisumu,

WEF/PQ/C10/17-19 Provision of Artwork Design Services HQs,

WEF/PQ/C11/17-19 Data Backup and Recovery services HQs,

WEF/PQ/C12/17-19 Provision of Repair & Servicing of Office

Equipment e.g. photocopiers, water

dispenser, computers/laptops, printers, LCD

screens & projectors etc ( Hp & Kyocera)

types

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C13/17-19 Provision of Consultancy for ISO Certification and QMS Training services

HQs

WEF/PQ/C14/17-19 Provision of Group Medical Insurance Cover Services

HQs

WEF/PQ/C15/17-19 Provision of General insurance services HQs,

WEF/PQ/C16/17-19 Provision of baseline survey, human

resource training, development services,

customer satisfaction, staff competency,

work environment, drug/alcohol and

substance abuse.

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C17/17-19 Provision of consultancy services on

environmental impact assessment &

environmental audit

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C18/17-19

Provision of Property Valuation Services

HQs, Mombasa, Nakuru, Kakamega, Garrisa, Embu, Kisumu,

WEF/PQ/C19/17-19

Provision of Land Survey Services

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C20/17-19 Provision of Media Liaison Services, Public

relation & Advertising, brand and

reputation consultancy services

HQs

WEF/PQ/C21/17-19

Provision of Auctioneers Services

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C22/17-19

Provision of Office Design and Partitioning

Services

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C23/17-19

Provision of Legal Services

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

Provision on Product Development /

Communication strategy

HQs

WEF/PQ/C25/17-19

Provision of Internet Services Providers

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

7

WEF/PQ/C26/17-19 Provision of consultancy services on

Strategic Planning and M&E

HQs.

WEF/PQ/C27/17-19

Provision of Conference & Accommodation

services

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C28/17-19

Provision of Cleaning Services

HQs, Mombasa, Nakuru,

Kakamega, Garrisa, Embu,

Kisumu,

WEF/PQ/C29/17-19 Provision of Car Tracking Services (Fleet

Management)

HQs,

WEF/PQ/C30/17-19 Provision of Debt Collectors & Private

Investigation Services

HQs

WEF/PQ/C31/17-19 Provision of credit training to loan officers HQs

WEF/PQ/C32/17-19 Provision of business services providers-

(Social Media, Business club & Networking

HQs

WEF/PQ/C33/17-19 Provision of Forensic Audit Services HQs

WEF/PQ/C34/17-19 Provision of Credit Referencing Services HQs

WEF/PQ/C35/17-19 Provision of Internal Audit Quality

Assessments Services

HQs

WEF/PQ/C36/17-19 Production of Documentary, Photography, Videographer and Advertisement services

HQs

The above tenders and Pre-qualification/Registration document may be downloaded and printed from Women Enterprise Fund Website www.wef.co.ke free of charge. The Non-refundable fee of Kshs. 1000/=(one thousand) is only applicable to tender documents;(Audit software and staff training). Those tenderers who wish to pick tender documets from Procurement Office will be charged non-refundable fee of Kshs.1000/=(One Thousand only) payable to Women Enterprise Fund at Kenya Commercial Bank, Moi Avenue Branch, Account Number 1109218818. The Youth, women and persons living with disabilities MUST have a valid Access to

Government Procurement Opportunities (AGPO) certificate and other relevant

documents. They should submit copies of their registration certificates together with this pre-

qualification document for registration.

Interested and eligible candidates may obtain further information from and inspect the tender documents at the Procurement Office at Women Enterprise Fund, NSSF building, Block A Eastern wing 11th floor during official working hours from 8.00 am - 5.00 pm local time from Monday to Friday except during lunch time, weekends and public holidays. Completed pre-qualification documents enclosed in plain sealed envelopes clearly marked with ‘’Category No. and Category Description‘’ as described in the Tender Notice should be addressed to:

8

The Chief Executive/Director, Women Enterprise Fund, P.O. Box 17126-00100, NAIROBI.

And be deposited in the Tender Box situated at the main entrance to the Procurement Office or sent by post / courier so as to reach the above address on or before Tuesday, 18th April, 2017 at 10.00 am. Opening of the pre-qualification documents will be done publicly immediately after closing time in the Fund Boardroom in the presence of the bidders or their representatives who choose to attend. NB. 1. All current pre-qualified suppliers MUST APPLY afresh. 2. Youth, Women and persons living with disability are encouraged to apply. 3. To accord other AGPO members opportunity to participate, the Fund will only

register a firm in ONE category under Preference and Reservation. The Chief Executive/Director Women Enterprise Fund

9

SECTION B (i)

INSTRUCTIONS TO CANDIDATES

Introduction

Women Enterprise Fund will select candidates among those that submit documents, in accordance with the method of selection detailed under this section.

The candidates are invited to submit documents required for assignment applied for. In this Selection procedure, the firm that attains the pass marks of 60 points out of 100 points specified in the criteria will be considered for pre-qualification.

Pre-qualified candidates will be asked to give quotations for items required during the Financial year on “as and when need arises” basis

Pre-qualification documents MUST be submitted in English language. Clarifications

Clarifications on this Pre-qualification document may be requested before the submission date specified below.

The address for requesting clarifications is:

The Chief Executive/Director, Women Enterprise Fund, P.O. Box 17126-00100, NAIROBI. Tel: 0714606845-6

10

Information on the outer envelope should also include:

DESCRIPTION: “PREQUALIFICATION OF SUPPLIERS FOR THE PERIOD 1ST JULY 2017 TO 30TH JUNE 2019’’ REF NO: WEF/PQ/ /2017-2019

The Prequalification/registration submission must be done not later than the date specified in the advertisement. The number of points to be given under each of the evaluation criteria is: Supplier availability 20 Points Supplier relevance & experience 30 Points Supplier capability 25 Points Legality of supplier business 25 Points Total points: 100 Points Pass mark 60 Points (The firm that attains the pass mark of 60 points out of 100 points will be considered for prequalification EXCEPT for Youth, Women and Persons living with disability only attach Registration from National Treasury). NB: A firm is not allowed to apply for more than one category under AGPO. If it does so, it will be placed where it enjoys the HIGHEST ADVANTAGE.

FOR OFFICIAL USE ONLY

11

SECTION B (ii): CRITERIA FOR EVALUATION OF ALL SUPPLIERS

The evaluation committee, as a whole, and each of its members individually, shall evaluate the documents on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub-criteria and point system as specified in this criteria. All bidders will be subjected to a preliminary evaluation procedure to determine the responsiveness of each tender to the terms of reference before the Selection procedure described below is applied EXCEPT for Youth, Women and Persons living with Disability who need only to attach certificate of registration from The National Treasury).

B (ii).1 PRELIMINARY EVALUATION CRITERIA

Firms that are not found to be responsive to the terms of reference will be eliminated at this stage.

The grounds for elimination of applicants at preliminary stage are listed below.

1. Failure to submit the pre-qualification documents in the required format and failure to submit all the required documents.

2. Failure to authorize the tender through signing and officially stamping the Prequalification submission form by the person authorized to do so.

3. Failure to submit fully authorized and duly signed C.Vs of staff. 4. Lack of telephone/voice communication facility that is working and reliable. 5. Applying for tender on items/goods or services which you don’t deal in, not ever

supplied /rendered. 6. If the firm is in a black list or debarment list from participating in Public

Procurement. 7. If the firm has not renewed legal and statutory documents that are due for

renewal at the time the tender is being submitted. 8. If the applicant is proved to have cheated in the documents that are submitted. 9. Failure to submit the number of copies required (One Copy).

12

20 Points B (ii). 2 EVALUATION CRITERIA (SELECTION PROCEDURE)

Candidates are requested to read this section carefully before filling in any information.

B (ii).2.1 SUPPLIER AVAILABILITY Points Points Awarded

Registered Name 3 points

Physical Address 3 points

Town/city 2 points

Street: 2 points

Floor 2 points

Door No. 1 point

Other Land Mark 1 point

Drawing/Map etc I point

Telephone Address I point

Email address 2 points

Postal Address 2 points

Total 20 Points B (ii) .2.2: SUPPLIER RELEVANCE & EXPERIENCE 30 Points

B (ii).2.2 SUPPLIER RELEVANCE & EXPERIENCE Points

Points Awarded

Nature of Business related to the tender applied for:

Registration as a dealer/agent/core business ( (10 points)

Nature of Business related to the tender applied for: (

Manufacturer/processor/maker (5 points)

Usual Business transacted for the last 5 years Any one related worth Ksh. 500,000.00 or more (At least 5 assignments) (5 points)

Relevant Government or State Corporations tenders awarded for the last 5 years. (5 points)

Authentic recommendation by any two clients served in the last 1 year. (5 points)

FOR OFFICIAL USE ONLY

FOR OFFICIAL USE ONLY

13

Rating: (maximum 5 points)

Excellent – 5 points Very good – 4 points Good – 3 points Fair – 2 points Poor – 1 point Nil – 0 point

Total 30 Points

25 Points

BII.2.3 SUPPLIER CAPABILITY Points Points

Awarded

TECHNICAL CAPABILITY

Competence & experience of key professional staff 10 points

FINANCIAL CAPABILITY

Audited reports for the last 2 years 10 points

TERMS OF CREDIT (TICK ONE)

Cash 1 point

30 days credit 2 points

60 days credit 3 points

90 days credit 4 points

Over 90 days credit 5 points

TOTAL 25 points

25 Points

B (ii).2.4 LEGALITY OF SUPPLIER BUSINESS Points Points

Awarded

MANDATORY REGISTRATIONS / REGULATORY

REGISTRATIONS:

Renewed Certificates, Registrations & Licenses 5 points

Letters of Introduction from clients & testimonials 5 points

Copy of PIN Certificate of firm / individual 5 points

Copy of VAT Registration/Exemption 5 points

FOR OFFICIAL USE ONLY

FOR OFFICIAL USE ONLY

14

Copy of Valid Tax compliance Certificate 5 points

TOTAL 25 points

B (iii) SUPPLIER PERFORMANCE PROFILES

B (iii) 1 RATING OF TWO CLIENTS SERVED IN THE LAST ONE YEAR (To be filled by the client)

Client No. Name & full address of client

Category of goods or services rendered

Value in Kshs.

Rating of the Supplier’s services (Please tick)

1 Excellent Very good Good Fair Poor

Name of officer recommending on behalf of the client

Designation

Signature

Official Stamp

15

Client No. Name & full address of client

Category of goods or services rendered

Value in Kshs.

Rating of the Supplier’s services (Please tick)

2 Excellent Very good Good Fair Poor

Name of officer recommending on behalf of the client

Designation

Signature

Official Stamp

B. (iii) SUPPLIER LITIGATION HISTORY

Case No. Name of respondent Name of applicant Arbitrator Outcome Remarks

1.

2.

3.

NB: You may attach additional sheet using the above format.

16

B. IV PRE-QUALIFICATION STANDARD FORMS

These forms shall include

a) Prequalification submission form

b) Format for submission of Supplier’s references at least 2 No. last 5 years.

c) Format of curriculum vitae (CV) for staff to be involved in the tender.

17

B. IV.1 PRE-QUALIFICATION SUBMISION FORM

Date __________________

To: _________________________________________ [Name and address of client]

Ladies/Gentlemen: We, the undersigned, submit our pre-qualification form for_____________________ _________________________________ I n accordance with [Title of

prequalification] Request for Prequalification No………………………………………………

[Tender Number] Dated_________________________and our proposal. We are hereby submitting our Prequalification documents, which includes the following attachments:

……………………………………………………………………………………………………… ……………………………………………………………………………………………………… ……………………………………………………………………………………………………… ……………………………………………………………………………………………………… ……………………………………………………………………………………………………… ………………………………………………………………………………………………………

Our Price list as submitted by us shall be binding upon us up to expiration of the validity period specified in the instructions to Candidates.

We understand you are not bound to accept any application you receive.

We remain,

Yours sincerely,

________________________________________[ Authorized Signature]

________________________________________[ Name and Title of Signature]

________________________________________[ Name of Applicant]

________________________________________[ Address]

18

B.IV.2 FORMAT FOR SUBMISION OF CANDIDATES’S REFERENCES

Relevant Services Carried Out in the Last Five Years that Best Illustrate Qualification

Using the format below, provide information on each assignment for which you either individually as a corporate entity or in association, was legally contracted.

Assignment Name: Country ______________________________________________________________________

Location within Country _______________________________________________________________________

Name of Client ______________________________________________________________________

Address _______________________________________________________________________ Start Date (Month/Year): Completion Date Approx. Value Of Services (Kshs)

(Month/Year): _______________________________________________________________________ Narrative Description of assignment _______________________________________________________________________

Description of Actual services Provided _______________________________________________________________________

Supplier’s Name: _____________________________________________________

Name and title of signatory: _____________________________________________

19

B.IV.3 FORMAT OF CURRICULUM VIATE (CV) FOR STAFF TO BE INVOLVED IN THE ASSIGNMENT

Proposed Position:

____________________________________________

Name of Staff:

____________________________________________

Profession:

____________________________________________

Date of Birth:

____________________________________________

Years with firm: _________________Nationality:____________________

[Give an outline of staff member’s experience and training most pertinent to task on assignment. Describe degree of responsibility held by staff member on

relevant previous assignments and give dates and locations).

EDUCATION: [Summarize college/University and other specialized education of staff

member, giving names of schools, dates attended and degree (obtained) _______________________________________________________________

EMPLOYMENT RECORD: [Starting with present position, list in reverse order every employment held.

List all positions held by staff member since graduation, giving dates, names of employing organization, titles of positions held, and locations of assignments]

CERTIFICATION: I, the undersigned, certify that these data correctly describe me, my

qualifications, and my experience ____________Date___________ [Signature of staff member)

_____________________________________________ Date;_____________ [Signature of authorized representative of the supplier] Full

name, address and contact numbers of staff Member

__________________________________________________________ Full name, address and contact numbers of authorized representative:

____________________________________________________________

20

CONFIDENTIAL BUSINESS QUESTIONAIRE You are requested to give the particulars indicated in part 1 and either part 2 (a) 2 (b) or whichever applies to your type of business. You are advised that it is a serious offence to give false information on this Form.

Part 1 – General

Business Name…………………………………..…………………………………………………. Location of business premises; Country/Town…………………………………………. Plot No…………………………………………..………Street/Road…………………………… Postal Address……………………………………………..Tel No……………………………

Nature of Business……………………………………………………………………………….

Current Trade Licenses No…………………………Expiring date………………………… Maximum

value of business which you can handle at any time: Kshs……………. …….

Nature of your bankers………………………………………………………………………

Branch …………………………………………………………………………………………

Part 2 (a)- Sole Proprietor Your name in full……………………………………….Age……………………………

Nationality……………………………………………………Country of origin……………

Citizenship details…………………………………………………………………………… Part 2 (b) – Partnership Give details of partners as follows:

Name in full Nationality Citizenship Details Shares 1 ……………………………………………………………………………………………………

2 …………………………………………………………………………………………………… 3 ……………………………………………………………………………………………………

I certify that the information above is correct. Full name and designation of authorized signatory. ……………………………………………………………………………………………………

Date………………………………………………………..Signed…………………………