NURSING COUNCIL OF KENYA (NCK)
P.O. BOX 20056-00200, NAIROBI
PROVISION OF UPGRADE AND ENHANCEMENT OF MICROSOFT NAVISION
2016 ENTERPRISE RESOURCE PLANNING SYSTEM TO MICROSOFT
DYNAMICS 365
INVITATION TO TENDER (ITT) TENDER NO: NCK/ICT/004/2024
June 2024
Page 2 of 98
TABLE OF CONTENT
INVITATION TO TENDER........................................................................................................................ 3
PART 1 - TENDERING PROCEDURES ...................................................................................................... 5
SECTION I - INSTRUCTIONS TO TENDERERS ....................................................................................... 6
1. General .............................................................................................................................................. 6
2. Scope of Tender................................................................................................................................ 6
3. Terms................................................................................................................................................. 6
4. Fraud and Corruption ....................................................................................................................... 6
5. Eligible Tenderers .............................................................................................................................. 7
6. Contents of Tendering Document .................................................................................................. 10
Sections of Tendering Document ....................................................................................................... 10
7. Site Visit ............................................................................................................................................. 11
8. Pre-Tender Meeting ......................................................................................................................... 11
10.Amendment of Tender Documents ............................................................................................... 12
Preparation of Tenders ........................................................................................................................ 12
SECTION II - TENDER DATA SHEET (TDS) ............................................................................................ 31
SECTION III EVALUATION AND QUALIFICATION CRITERIA ............................................................ 35
SECTION IV - TENDERING FORMS ....................................................................................................... 37
FORM OF TENDER ................................................................................................................................ 37
CONFIDENTIAL BUSINESS QUESTIONNAIRE .................................................................................... 40
CERTIFICATE OF INDEPENDENT TENDER DETERMINATION ............................................................ 44
SELF-DECLARATION FORMS .............................................................................................................. 46
OTHER FORMS ..................................................................................................................................... 53
QUALIFICATION FORMS ...................................................................................................................... 55
FORM PER-2: ........................................................................................................................................ 55
TENDERERS QUALIFICATION WITHOUT PRE-QUALIFICATION ........................................................59
SCHEDULE FORMS ............................................................................................................................... 61
NOTIFICATION OF INTENTION TO AWARD ........................................................................................ 62
HOW TO REQUEST A DEBRIEFING ..................................................................................................... 64
LETTER OF AWARD .............................................................................................................................. 67
FORM OF CONTRACT .......................................................................................................................... 68
PART II PROCURING ENTITY'S REQUIREMENTS ............................................................................. 70
SECTION V - ACTIVITY SCHEDULE ....................................................................................................... 71
TERMS OF REFERENCE ........................................................................................................................ 71
PRICE SCHEDULE FORM ...................................................................................................................... 77
FORM FIN-1 SUMMARY of Costs ......................................................................................................... 79
PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS ................................................... 80
SECTION VI - GENERAL CONDITIONS OF CONTRACT........................................................................ 80
SECTION VII - SPECIAL CONDITIONS OF CONTRACT......................................................................... 96
SECTION VIII -CONTRACT FORMS ...................................................................................................... 98
FORM NO. 1 - PERFORMANCE SECURITY (Unconditional Demand Bank Guarantee) ................. 98
Page 3 of 98
INVITATION TO TENDER
PROCURING ENTITY: NURSING COUNCIL OF KENYA
CONTRACT NAME AND DESCRIPTION:
PROVISION OF UPGRADE AND ENHANCEMENT OF MICROSOFT NAVISION 2016
ENTERPRISE RESOURCE PLANNING SYSTEM TO MICROSOFT DYNAMICS 365
REFERENCE: NCK/ICT/004/2024
1. Nursing Council of Kenya invites sealed tenders for PROVISION OF UPGRADE AND
ENHANCEMENT OF MICROSOFT NAVISION 2016 ENTERPRISE RESOURCE PLANNING
SYSTEM TO MICROSOFT DYNAMICS 365.
2. Tendering will be conducted under open competitive method using an Open National
Method standardized tender document. Tendering is open to all qualified and
interested Tenderers.
3. Qualified and interested tenderers may obtain further information and inspect the
Tender Documents during office hours from (8.00am to 17.00pm Monday to Friday
except Public Holidays) at the address given below. More details on the Services are
provided in PART 2 - Services' Requirements, Section V - Description of Services of the
Tender Document.
4. A complete set of tender documents may be purchased or obtained by interested
tenders upon payment of a non-refundable fees of (Ksh.1000) in cash or Banker's
Cheque and payable to the address given below. Tender documents may be obtained
electronically from the website www.nckenya.com. Tender documents obtained
electronically will be free of charge.
5. Tender documents may be viewed and downloaded for free from the website
www.nckenya.com. Tenderers who download the tender document must forward
their particulars immediately to supplychain@nckenya.go.ke +254 20 7854665/9,
+254721920567, +254733924669 and Nursing Council of Kenya P.O Box 20056-00200)
to facilitate any further clarification or addendum.
6. The Tenderer shall chronologically serialize all pages of the tender documents
submitted.
7. Completed tenders must be delivered to the address below on or before 4
th
June 2024
10:00am. Electronic Tenders Will not be permitted.
8. Tenders will be opened immediately after the deadline date and time specified above
or any deadline date and time specified later. Tenders will be publicly opened in the
presence of the Tenderers' designated representatives who choose to attend at the
address below.
9. Late tenders will be rejected.
Page 4 of 98
Address for obtaining further information and for purchasing tender documents.
DEPUTY DIRECTOR, SUPPLY CHAIN MANAGEMENT
NURSING COUNCIL OF KENYA
P.O.BOX 20056-00200
NAIROBI
NCK PLAZA
GROUND FLOOR, SUPPLY CHAIN OFFICE
E-mail Add: [email protected]
TEL: No: +254 20 7854665/9, +254721920567, +254733924669
Address for Submission of Tenders.
THE REGISTRAR/CEO
NURSING COUNCIL OF KENYA
P.O.BOX 20056-00200
NAIROBI
NCK PLAZA, KABARNET LANE OFF NGONG RD.
Address for Opening of Tenders.
DEPUTY DIRECTOR, SUPPLY CHAIN MANAGEMENT
NURSING COUNCIL OF KENYA
P.O.BOX 20056-00200
NAIROBI
NCK PLAZA, KABARNET LANE OFF NGONG RD.
1
ST
FLOOR BOARDROOM
E-mail Add: [email protected]
TEL: No: +254 20 7854665/9, +254721920567, +254733924669
----------------------------------------------------------------------------------------------------------------------
Deputy Director, Supply Chain
FOR REGISTRAR/CEO
Page 5 of 98
PART 1 - TENDERING PROCEDURES
Page 6 of 98
SECTION I - INSTRUCTIONS TO TENDERERS
1. General
2. Scope of Tender
2.1 This tendering document is for the delivery of Services, as specified in Section V,
Procuring Entity's Requirements. The name, identification and number of this
tender are specified in the TDS.
3. Terms
Throughout this tendering document:
3.1 The terms:
3.2 The term “in writing” means communicated in written form (e.g., by mail, e-mail,
fax, including if specified in the TDS, distributed or received through the electronic-
procurement system used by the Procuring Entity) with proof of receipt;
3.3 if the contexts or esquires, “singular” means “plural” and vice versa; and
3.4 “Day” means calendar day, unless otherwise specified as “Business Day”. A
Business Day is any day that is an official working day of the Procuring Entity. It
excludes the Procuring Entity's official public holidays.
3.5 The successful Tenderer will be expected to complete the performance of the
Services by the Intended Completion Date provided in the TDS.
4. Fraud and Corruption
4.1 The Procuring Entity requires compliance with the provisions of the Public
Procurement and Asset Disposal Act, 2015 (the Act), Section 62 “Declaration not
to engage in corruption”. The tender submitted by a person shall include a
declaration that the person shall not engage in any corrupt or fraudulent practice
and a declaration that the person or his or her subcontractors are not debarred
from participating in public procurement proceedings.
4.2 The Procuring Entity requires compliance with the provisions of the Competition
Act 2010, regarding collusive practices in contracting. Any tenderer found to have
engaged in collusive conduct shall be disqualified and criminal and/or civil sanctions
may be imposed. To this effect, Tenders shall be required to complete and sign the
“Certificate of Independent Tender Determination” annexed to the Form of
Tender.
4.3 Unfair Competitive Advantage - Fairness and transparency in the tender process
require that the firms or their Affiliates competing for a specific assignment do not
derive a competitive advantage from having provided consulting services related
to this tender. To that end, the Procuring Entity shall indicate in the TDS and make
available to all the firms together with this tender document all Information that
would in that respect give such firm any unfair competitive advantage over
competing firms.
Page 7 of 98
4.4 The Procuring Entity shall indicate in the TDS firms (if any) that provided consulting
services for the contract being tendered for. The Procuring Entity shall check
whether the owners or controllers of the Tenderer are same as those that provided
consulting services. The Procuring Entity shall, upon request, make available to any
tenderer information that would give such firm unfair competitive advantage over
competing firms.
5. Eligible Tenderers
5.1 A Tenderer may be a firm that is a private entity, a state-owned entity or institution
subject to ITT 4.6, or any combination of such entities in the form of a Joint Venture
(JV) under an existing agreement or with the intent to enter into such an
agreement supported by a Form of intent. In the case of a joint venture, all
members shall be jointly and severally liable for the execution of the entire Contract
in accordance with the Contract terms. The JV shall nominate a Representative who
shall have the authority to conduct all business for and on behalf of any and all the
members of the JV during the Tendering process and, in the event the JV is awarded
the Contract, during contract execution. Members of a joint venture may not also
make an individual tender, be a subcontract or in a separate tender or be part of
another joint venture for the purposes of the same Tender. The maximum number
of JV members shall be specified in the TDS.
5.2 Public Officers, of the Procuring Entity, their Spouses, Child, Parent, Brothers or
Sister. Child, Parent, Brother or Sister of a Spouse in which they have a substantial
or controlling interest shall not be eligible to tender or be awarded contract. Public
Officers are also not allowed to participate in any procurement proceedings.
5.3 A Tenderer shall not have a conflict of interest. Any Tenderer found to have a
conflict of interest shall be disqualified. A Tenderer may be considered to have a
conflict of interest for the purpose of this Tendering process, if the Tenderer:
a. Directly or indirectly controls, is controlled by or is under common control
with another
Tenderer; or
b. Receives or has received any direct or indirect subsidy from another
Tenderer; or
c. has the same legal representative as another Tenderer; or
d. has a relationship with another Tenderer, directly or through common
third parties, that puts it in a position to influence the Tender of another
Tenderer, or influence the decisions of the
Procuring Entity regarding this Tendering process; or
e. any of its affiliates participated as a consultant in the preparation of the
Procuring Entity's Requirements (including Activities Schedules,
Performance Specifications and Drawings) for the Services that are the
subject of the Tender; or
Page 8 of 98
f. any of its affiliates has been hired (or is proposed to be hired) by the
Procuring Entity or
Procuring Entity for the Contract implementation; or
g. would be providing goods, works, or non-consulting services resulting
from or directly related to consulting services for the preparation or
implementation of the project specified in the TDS ITT 2. 1 that it provided
or were provided by any affiliate that directly or indirectly controls, is
controlled by, or is under common control with that firm; or
h. has a close business or family relationship with a professional staff of the
Procuring Entity or of the project implementing agency, who:
i. are directly or in directly involved in the preparation of the tendering
document or specifications of the contract, and/or the Tender
evaluation process of such contract; or
ii. would be involved in the implementation or supervision of such
contract unless the conflicts teeming from such relationship has
been resolved in a manner acceptable to the Procuring Entity
throughout the procurement process and execution of the Contract.
5.4 A firm that is a Tenderer (either individually or as a JV member) shall not participate
in more than one tender, except for permitted alternative Tenders. This includes
participation as a subcontractor. Such participation shall result in the
disqualification of all Tenders in which the firm is involved. A firm that is not a
Tenderer or a JV member may participate as a subcontractor in more than one
Tender.
5.5 A Tenderer may have the nationality of any country, subject to the restrictions
pursuant to ITT 4 .9.
5.6 A Tenderer that has been sanctioned by PPRA or are under a temporary suspension
or a debarment imposed by any other entity of the Government of Kenya shall be
ineligible to be pre-qualified for, initially selected for, tender for, propose for, or be
awarded a contract during such period of sanctioning. The list of debarred firms
and individuals is available at the PPRA Website www.ppra.go.ke
5.7 Tenderers that are state-owned enterprises or institutions in Kenya may be eligible
to compete and be awarded a Contract(s) only if they can establish that they: (i)
are legally and financially autonomous; (ii) operate under Commercial law; and (iii)
are not under supervision of the Procuring Entity.
5.8 Firms and individuals may be ineligible if (a) as a matter of law or official
regulations, Kenya prohibits commercial relations with that country, or (b) by an
act of compliance with a decision of the United Nations Security Council take under
Chapter VII of the Charter of the United Nations, Kenya prohibits any import of
goods or contracting of works or services from that country, or any payments to
any country, person or entity in that country.
Page 9 of 98
5.9 A Tenderer shall be deemed to have the nationality of a country if the Tenderer is
constituted, incorporated or registered in and operates in conformity with the
provisions of the laws of that country, as evidenced by its articles of incorporation
(or equivalent documents of constitution or association) and its registration
documents, as the case may be. This criterion also shall apply to the determination
of the nationality of proposed subcontractors or sub consultants for any part of
the Contract including related Services.
5.10 Foreign tenderers are required to source at least forty (40%) percent of their
contract inputs (in supplies, subcontracts and labor) from national suppliers and
contractors. To this end, a foreign tenderer shall provide in its tender documentary
evidence that this requirement is met. Foreign tenderers not meeting this criterion
will be automatically disqualified. Information required to enable the Procuring
Entity determine if this condition is met shall be provided for this purpose in
“SECTION III-EVALUATION AND QUALIFICATION CRITERIA, Item 9”.
5.11 Pursuant to the eligibility requirements of ITT 4.10, a tender is considered a foreign
tenderer, if the tenderer is not registered in Kenya or if the tenderer is registered
in Kenya and has less than 51 percent ownership by Kenyan citizens. JVs are
considered as foreign tenderers if the individual member firms are not registered
in Kenya or if they are registered in Kenya and have less than 51 percent ownership
by Kenyan citizens. The JV shall not subcontract to foreign firms more than 10
percent of the contract price, excluding provisional sums.
5.12 The Competition Act of Kenya requires that firms wishing to tender as Joint
Venture undertakings which may prevent, distort or lessen competition in
provision of services are prohibited unless they are exempt in accordance with the
provisions of Section 25 of the Competition Act, 2010. JVs will be required to seek
for exemption from the Competition Authority. Exemption shall not be a condition
for tender, but it shall be a condition of contract award and signature. A JV tenderer
shall be given opportunity to seek such exemption as a condition of award and
signature of contract. Application for exemption from the Competition Authority
of Kenya may be accessed from the website www.cak.go.ke
5.13 A Tenderer may be considered ineligible if he/she offers goods, works and
production processes with characteristics that have been declared by the relevant
national environmental protection agency or by other competent authority as
harmful to human beings and to the environment shall not be eligible for
procurement.
5.14 A Kenyan tenderer shall be eligible to tender if it provides evidence of having
fulfilled his/her tax obligations by producing a valid tax compliance certificate or
tax exemption certificate issued by the Kenya Revenue Authority.
Page 10 of 98
5.15 Qualification of the Tenderer
5.16 All Tenderers shall provide in Section IV, Tendering Forms, a preliminary description
of the proposed work method and schedule, including drawings and charts, as
necessary.
5.17 In the event that pre-qualification of Tenderers has been undertaken as stated in
ITT 18.3, the provisions on qualifications of the Section III, Evaluation and
Qualification Criteria shall not apply.
6. Contents of Tendering Document
Sections of Tendering Document
6.1 The tendering document consists of Parts 1, 2, and 3, which include all the sections
indicated below and should be read in conjunction with any Addenda issued in
accordance with ITT 10.
PART 1: Tendering Procedures
i) Section I - Instructions to
Tenderers (ITT)
ii) Section II - Tender Data Sheet (TDS)
iii) Section III - Evaluation and Qualification Criteria
iv) Section IV - Tendering Forms
PART 2: Procuring Entity's Requirements
v) Section V-Procuring Entity's Requirements
PART 3: Contract
vi) Section VI - General Conditions of Contract (GCC)
vii) Section VII - Special Conditions of Contract (SCC)
viii) Section VIII - Contract Forms
6.2 The Invitation to Tender (ITT) notice or the notice to pre-qualify Tenderers, as the
case may be, issued by the Procuring Entity is not part of this tendering document.
6.3 Unless obtained directly from the Procuring Entity, the Procuring Entity is not
responsible for the completeness of the document, responses to requests for
clarification, the Minutes of the pre-Tender meeting (if any), or Addenda to the
tendering document in accordance with ITT 10. In case of any contradiction,
documents obtained directly from the Procuring Entity shall prevail.
6.4 The Tenderer is expected to examine all instructions, forms, terms, and
specifications in the tendering document and to furnish with its Tender all
information or documentation as is required by the tendering document.
Page 11 of 98
7. Site Visit
7.1 The Tenderer, at the Tenderer's own responsibility and risk, is encouraged to visit
and examine and inspect the Site of the Required Services and its surroundings and
obtain all information that may be necessary for preparing the Tender and entering
into a contract for the Services. The costs of visiting the Site shall be at the
Tenderer's own expense.
8. Pre-Tender Meeting
8.1 The Procuring Entity shall specify in the TDS if a pre-tender conference will be held,
when and where. The Procuring Entity shall also specify in the TDS if a pre-arranged
pretender site visit will be held and when. The Tenderer's designated
representative is invited to attend a pre-arranged pretender visit of the site of the
works. The purpose of the meeting will be to clarify issues and to answer questions
on any matter that may be raised at that stage.
8.2 The Tenderer is requested to submit any questions in writing, to reach the
Procuring Entity not later than the period specified in the TDS before the meeting.
8.3 Minutes of the pre-Tender meeting and the pre-arranged pre tender visit of the site
of the service, if applicable, including the text of the questions asked by Tenderers
and the responses given, together with any responses prepared after the meeting,
will be transmitted promptly to all Tenderers who have acquired the Tender
Documents in accordance with ITT6.3. Minutes shall not identify the source of the
questions asked.
8.4 The Procuring Entity shall also promptly publish anonymized (no names) Minutes
of the preTender meeting and the pre-arranged pretender visit of the site of the
service at the web page identified in the TDS. Any modification to the Tender
Documents that may become necessary as a result of the pre-Tender meeting shall
be made by the Procuring Entity exclusively through the issue of an Addendum
pursuant to ITT10 and not through the minutes of the preTender meeting.
Nonattendance at the pre-Tender meeting will not be a cause for disqualification of
a Tenderer.
9. Clarification of Tender Documents
9.1 A Tenderer requiring any clarification of the Tender Document shall contact the
Procuring Entity in writing at the Procuring Entity's address specified in the TDS or
raise its enquiries during the pre-Tender meeting and the pre- arranged pretender
visit of the site of the Service if provided for in accordance with ITT 8.4. The
Procuring Entity will respond in writing to any request for clarification, provided
that such request is received no later than the period specified in the TDS prior to
the deadline for submission of tenders. The Procuring Entity shall forward copies
Page 12 of 98
of its response to all tenderers who have acquired the Tender Documents in
accordance with ITT 6.3, including a description of the inquiry but without
identifying its source. If so specified in the TDS, the Procuring Entity shall also
promptly publish its response at the webpage identified in the TDS. Should the
clarification result in changes to the essential elements of the Tender Documents,
the Procuring Entity shall amend the Tender Documents appropriately following
the procedure under ITT 8.4.
10. Amendment of Tender Documents
1.01 At any time prior to the deadline for submission of Tenders, the Procuring Entity
may amend the Tendering document by issuing addenda.
10.2 Any addendum issued shall be part of the tendering document and shall be
communicated in writing to all who have obtained the tendering document from
the Procuring Entity in accordance with ITT 6.3. The Procuring Entity shall also
promptly publish the addendum on the Procuring Entity's web page in accordance
with ITT 8.4.
10.3 To give prospective Tenderers reasonable time in which to take an addendum into
account in preparing their Tenders, the Procuring Entity shall extend, as necessary,
the deadline for submission of Tenders, in accordance with ITT 24.2 below.
Preparation of Tenders
11. Cost of Tendering
11.1 The Tenderer shall bear all costs associated with the preparation and submission
of its Tender, and the Procuring Entity shall not be responsible or liable for those
costs, regardless of the conduct or outcome of the Tendering process.
12. Language of Tender
12.1 The Tender as well as all correspondence and documents relating to the Tender
exchanged by the Tenderer and the Procuring Entity shall be written in the English
language. Supporting documents and printed literature that are part of the Tender
may be in another language provided they are accompanied by an accurate
translation of the relevant passages into the English language, in which case, for
purposes of interpretation of the Tender, such translation shall govern.
13. Documents Comprising the Tender
13.1 The Tender shall comprise the following:
Page 13 of 98
a. Form of Tender prepared in accordance with ITT 14;
b. Schedules: priced Activity Schedule completed in accordance with ITT 14 and ITT
16;
c. Tender Security or Tender-Securing Declaration in accordance with ITT 21.1;
d. Alternative Tender: if permissible in accordance with ITT 15;
e. Authorization: written confirmation authorizing the signatory of the Tender to
commit the Tenderer, in accordance with ITT 22.3;
f. Qualifications: documentary evidence in accordance with ITT 19 establishing the
Tenderer's qualifications to perform the Contract if its Tender is accepted;
g. Tenderer's Eligibility: documentary evidence in accordance with ITT 19 establishing
the Tenderer's eligibility to Tender;
h. Conformity: documentary evidence in accordance with ITT 18, that the Services
conform to the tendering document; and
i. Any other document required in the TDS.
j. The Tenderer shall chronologically serialize pages of all tender documents
submitted.
13.2 In addition to the requirements under ITT 13.1, Tenders submitted by a JV shall
include a copy of the Joint Venture Agreement entered into by all members.
Alternatively, a Form of intent to execute a Joint Venture Agreement in the event
of a successful Tender shall be signed by all members and submitted with the
Tender, together with a copy of the proposed Agreement.
13.3 The Tenderer shall furnish in the Form of Tender information on commissions and
gratuities, if any, paid or to be paid to agents or any other party relating to this
Tender.
14. Form of Tender and Activity Schedule
14.1 The Form of Tender and priced Activity Schedule shall be prepared using the
relevant forms furnished in Section IV, Tendering Forms. The forms must be
completed without any alterations to the text, and no substitutes shall be accepted
except as provided under ITT 22.3. All blank spaces shall be filled in with the
information requested.
14.2 The Tenderer shall furnish in the Form of Tender information on commissions and
gratuities, if any, paid or to be paid to agents or any other party relating to this
Tender.
15. Alternative Tenders
15.1 Unless otherwise indicated in the TDS, alternative Tenders shall not be considered.
If alternatives are permitted, only the technical alternatives, if any, of the Best
Evaluated Tender shall be considered by the Procuring Entity.
Page 14 of 98
15.2 When alternative times for completion are explicitly invited, a statement to that
effect will be included in the TDS and the method of evaluating different time
schedules will be described in Section III, Evaluation and Qualification Criteria.
15.3 When specified in the TDS, Tenderers are permitted to submit alternative technical
solutions for specified parts of the Services, and such parts will be identified in the
TDS, as will the method for their evaluating, and described in Section VII, Procuring
Entity's Requirements.
16. Tender Prices and Discounts
16.1 The prices and discounts (including any price reduction) quoted by the Tenderer in
the Form of Tender and in the Activity Schedule (s) shall conform to the
requirements specified below.
16.2 All lots (contracts) and items must be listed and priced separately in the Activity
Schedule(s).
16.3 The Contract shall be for the Services, as described in Appendix A to the Contract
and in the Specifications (or Terms of Reference), based on the priced Activity
Schedule, submitted by the Tenderer.
16.4 The Tenderer shall quote any discounts and indicate the methodology for their
application in the Form of Tender in accordance with ITT 16.1.
16.5 The Tenderer shall fill in rates and prices for all items of the Services described in
the in Specifications (or Terms of Reference), and listed in the Activity Schedule in
Section VII, Procuring Entity's Requirements. Items for which no rate or price is
entered by the Tenderer will not be paid for by the Procuring Entity when executed
and shall be deemed covered by the other rates and prices in the Activity Schedule.
16.6 All duties, taxes, and other levies payable by the Service Provider under the
Contract, or for any other cause, prior to the deadline for submission of Tenders,
shall be included in the total Tender price submitted by the Tenderer.
16.7 If provided for in the TDS, the rates and prices quoted by the Tenderer shall be
subject to adjustment during the performance of the Contract in accordance with
and the provisions of Clause 6.6 of the General Conditions of Contract and / or
Special Conditions of Contract. The Tenderer shall submit with the Tender all the
information required under the Special Conditions of Contract and of the General
Conditions of Contract.
16.8 For the purpose of determining the remuneration due for additional Services, a
breakdown of the lump-sum price shall be provided by the Tenderer in the form of
Appendices D and E to the Contract.
Page 15 of 98
17 Currencies of Tender and Payment
17.1 The currency of the Tender and the currency of payments shall be Kenya Shillings.
18 Documents Establishing Conformity of Services
18.1 To establish the conformity of the Services to the tendering document, the
Tenderer shall furnish as part of its Tender the documentary evidence that Services
provided conform to the technical specifications and standards specified in Section
VII, Procuring Entity's Requirements.
18.2 Standards for provision of the Services are intended to be descriptive only and not
restrictive. The Tenderer may offer other standards of quality provided that it
demonstrates, to the Procuring Entity's satisfaction, that the substitutions ensure
substantial equivalence or are superior to those specified in the Section VII,
Procuring Entity's Requirements.
18.3 Tender to provide, as part of the data for qualification, such information, including
details of ownership, as shall be required to determine whether, according to the
classification established by the Procuring Entity, a Service provider or group of
service providers qualifies for a margin of preference. Further the information will
enable the Procuring Entity identify any actual or potential conflict of interest in
relation to the procurement and/or contract management processes, or a
possibility of collusion between tenderers, and thereby help to prevent any corrupt
influence in relation to the procurement processor contract management.
18.4 The purpose of the information described in ITT 18.3 above, overrides any claims to
confidentiality which a tenderer may have. There can be no circumstances in which
it would be justified for a tenderer to keep information relating to its ownership
and control confidential where it is tendering to undertake public sector work and
receive public sector funds. Thus, confidentiality will not be accepted by the
Procuring Entity as a justification for a Tenderer's failure to disclose, or failure to
provide required information on its ownership and control.
18.5 The Tenderer shall provide further documentary proof, information or
authorizations that the Procuring Entity may request in relation to ownership and
control which information on any changes to the information was provided by the
tenderer under ITT18.3. The obligations to require this information shall continue
for the duration of the procurement process and contract performance and after
completion of the contract, if any change to the information previously provided
may reveal a conflict of interest in relation to the award or management of the
contract.
Page 16 of 98
18.6 All information provided by the tenderer pursuant to these requirements must be
complete, current and accurate as at the date of provision to the Procuring Entity.
In submitting the information required pursuant to these requirements, the
Tenderer shall warrant that the information submitted is complete, current and
accurate as at the date of submission to the Procuring Entity.
18.7 If a tenderer fails to submit the information required by these requirements, its
tenderer will be rejected. Similarly, if the Procuring Entity is unable, after taking
reasonable steps, to verify to a reasonable degree the information submitted by a
tenderer pursuant to these requirements, then the tender will be rejected.
18.8 If information submitted by a tenderer pursuant to these requirements, or
obtained by the Procuring Entity (whether through its own enquiries, through
notification by the public or otherwise), shows any conflict of interest which could
materially and improperly benefit the tenderer in relation to the procurement or
contract management process, then:
i) If the procurement process is still on going, the tenderer will be disqualified
from the procurement process,
ii) if the contract has been awarded to that tenderer, the contract award will
be set aside, pending the outcome of (iii),
iii) The tenderer will be referred to the relevant law enforcement authorities for
investigation of whether the tenderer or any other persons have committed
any criminal offence.
18.9 If a tenderer submits information pursuant to these requirements that is in
complete, inaccurate or out-of- date, or attempts to obstruct the verification
process, then the consequences of ITT 18.9 will ensue unless the tenderer can show
to the reasonable satisfaction of the Procuring Entity that any such act was not
material, or was due to genuine err or which was not attributable to the intentional
act, negligence or recklessness of the tenderer.
19 Documents Establishing the Eligibility and Qualifications of the Tenderer
19.1 To establish Tenderer's their eligibility in accordance with ITT4, Tenderers shall
complete the Form of Tender, included in Section IV, Tendering Forms.
19.2 The documentary evidence of the Tenderer's qualifications to perform the
Contract if its Tender is accepted shall establish to the Procuring Entity's
satisfaction that the Tenderer meets each of the qualification criterion specified in
Section III, Evaluation and Qualification Criteria.
19.3 All Tenderers shall provide in Section IV, Tendering Forms, a preliminary description
of the proposed methodology, work plan and schedule.
Page 17 of 98
19.4 In the event that pre-qualification of Tenderers has been undertaken, only Tenders
from prequalified Tenderers shall be considered for award of Contract. These
qualified Tenderers should submit with their Tenders any information updating
their original pre-qualification applications or, alternatively, confirm in their
Tenders that the originally submitted prequalification information remains
essentially correct as of the date of Tender submission.
19.5 If pre-qualification has not taken place before Tendering, the qualification criteria
for the Tenderers are specified- in Section III, Evaluation and Qualification Criteria.
20 Period of Validity of Tenders
20.1 Tenders shall remain valid for the Tender Validity period specified in the TDS. The
Tender Validity period starts from the date fixed for the Tender submission
deadline date (as prescribed by the Procuring Entity in accordance with ITT 24.1). A
Tender valid for a shorter period shall be rejected by the Procuring Entity as non-
responsive.
20.2 In exceptional circumstances, prior to the expiration of the Tender validity period,
the Procuring Entity may request Tenderers to extend the period of validity of their
Tenders. The request and the responses shall be made in writing. If a Tender
Security is requested in accordance with ITT 20, it shall also be extended for a
corresponding period. A Tenderer may refuse the request without forfeiting its
Tender Security. A Tenderer granting the request shall not be required or permitted
to modify its Tender.
21 Tender Security
21.1 The Tenderer shall furnish as part of its Tender, either a Tender-Securing
Declaration or a Tender security, as specified in the TDS, in original form and, in the
case of a Tender Security, in the amount and currency specified in the TDS.
21.2 A Tender Securing Declaration shall use the form included in Section IV, Tendering
Forms.
21.3 If a Tender Security is specified pursuant to ITT 21.1, from a reputable source, and
an eligible country and shall be in any of the following forms at the Tenderer's
option: i) cash; ii) a bank guarantee; iii) a guarantee by an insurance company
registered and licensed by the Insurance Regulatory Authority listed by the
Authority; or iv) a guarantee issued by a financial institution approved and licensed
by the Central Bank of Kenya,
21.4 If a Tender Security is specified pursuant to ITT 21.1, any Tender not accompanied
by a substantially responsive Tender Security shall be rejected by the Procuring
Entity as nonresponsive.
Page 18 of 98
21.5 If a Tender Security is specified pursuant to ITT 21.1, the Tender Security of
unsuccessful Tenderers shall be returned as promptly as possible upon the
successful Tenderer's signing the contract and furnishing the Performance Security
pursuant to ITT 46. The Procuring Entity shall also promptly return the tender
security to the tenderers where the procurement proceedings are terminated, all
tenders were determined non- responsive or a bidder declines to extend tender
validity period.
21.6 The Tender Security of the successful Tenderer shall be returned as promptly as
possible once the successful Tenderer has signed the Contract and furnished the
required Performance Security.
21.7 The Tender Security may be forfeited or the Tender-Securing Declaration executed:
a. If a Tenderer withdraws its Tender during the period of Tender validity specified by
the Tenderer in the Form of Tender, or any extension there to provide by the
Tenderer; or
b. If the successful Tenderer fails to:
i. Sign the Contract in accordance with ITT 46; or
ii. Furnish a performance security in accordance with ITT 44.
21.8 Where Tender Securing Declaration is executed, the Procuring Entity shall
recommend to the PPRA that PPRA debars the Tenderer from participating in
public procurement as provided in the law.
21.9 The Tender Security or Tender-Securing Declaration of a JV must be in the name of
the JV that submits the Tender. If the JV has not been legally constituted into a
legally enforceable JV at the time of Tendering, the Tender security or Tender-
Securing Declaration shall be in the names of all future members as named in the
Form of intent referred to in ITT 4.1 and ITT 13.2.
21.10 A tenderer shall not issue a tender security to guarantee itself.
22 Format and Signing of Tender
22.1 The Tenderer shall prepare one original of the documents comprising the Tender
as described in ITT 13, bound with the volume containing the Form of Tender, and
clearly marked Original”. In addition, the Tenderer shall submit copies of the
Tender, in the number specified in the TDS, and clearly marked as “Copies”. In the
event of discrepancy between them, the original shall prevail.
22.2 Tenderers shall mark as “CONFIDENTIAL information in their Tenders which is
confidential to their business. This may include proprietary information, trade
secrets, or commercial or financially sensitive information.
Page 19 of 98
22.3 The original and all copies of the Tender shall be typed or written in indelible ink
and shall be signed by a person or persons duly authorized to sign on behalf of the
Tenderer. This authorization shall consist of a written confirmation as specified in
the TDS and shall be attached to the Tender. The name and position held by each
person signing the authorization must be typed or printed below the signature. All
pages of the Tender where entries or amendments have been made shall be signed
or initialed by the person signing the Tender.
22.4 In case the Tenderer is a JV, the Tender shall be signed by an authorized
representative of the JV on behalf of the JV, and so as to be legally binding on all
the members as evidenced by a power of attorney signed by their legally
authorized representatives.
22.5 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or
initialed by the person signing the Tender.
Submission and Opening of Tenders
22. Sealing and Marking of Tenders
22.6 Depending on the sizes or quantities or weight of the tender documents, a
tenderer may use an envelope, package or container. The Tenderer shall deliver the
Tender in a single sealed envelope, or in a single sealed package, or in a single
sealed container bearing the name and Reference number of the Tender,
addressed to the Procuring Entity and a warning not to open before the time and
date for Tender opening date. Within the single envelope, package or container,
the Tenderer shall place the following separate, sealed envelopes:
a. in an envelope or package or container marked “ORIGINAL”, all documents
comprising the Tender, as described in ITT 13; and
b. in an envelope or package or container marked “COPIES”, all required copies of the
Tender; and
c. if alternative Tenders are permitted in accordance with ITT 15, and if relevant:
i in an envelope or package or container marked “ORIGINALALTERNATIVE
TENDER”, the alternative Tender; and
ii in the envelope or package or container marked “COPIES- ALTERNATIVE
TENDER”, all required copies of the alternative Tender.
The inner envelopes or packages or containers shall:
a) Bear the name and address of the Procuring Entity.
b) Bear the name and address of the Tenderer; and
c) Bear the name and Reference number of the Tender.
22.7 If an envelope or package or container is not sealed and marked as required, the
Procuring Entity will assume no responsibility for the misplacement or premature
Page 20 of 98
opening of the Tender. Tenders misplaced or opened prematurely will not be
accepted.
Deadline for Submission of Tenders
22.8 Tenders must be received by the Procuring Entity at the address and no later than
the date and time specified in the TDS. When so specified in the TDS, Tenderers
shall have the option of submitting their Tenders electronically. Tenderers
submitting Tenders electronically shall follow the electronic Tender submission
procedures specified in the TDS.
22.9 The Procuring Entity may, at its discretion, extend the deadline for the submission
of Tenders by amending the tendering document in accordance with ITT 9, in which
case all rights and obligations of the Procuring Entity and Tenderers previously
subject to the deadline shall thereafter be subject to the deadline as extended.
23 Late Tenders
23.1 The Procuring Entity shall not consider any Tender that arrives after the deadline
for submission of Tenders, in accordance with ITT 24. Any Tender received by the
Procuring Entity after the deadline for submission of Tenders shall be declared late,
rejected, and returned unopened to the Tenderer.
24 Withdrawal, Substitution and Modification of Tenders
24.1 A Tenderer may withdraw, substitute, or modify its Tender after it has been
submitted by sending a written notice, duly signed by a n authorized
representative, and shall include a copy of the authorization (the power of
attorney) in accordance with ITT 21.3, (except that withdrawal notices do not
require copies). The corresponding substitution or modification of the Tender must
accompany the respective written notice. All notices must be:
a) Prepared and submitted in accordance with ITT 21 and ITT 22 (except that
withdrawal notices do not require copies), and in addition, the respective
envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” or
“MODIFICATION;” and
b) Received by the Procuring Entity prior to the deadline prescribed for submission of
Tenders, in accordance with ITT 23.
24.2 Tenders requested to be withdrawn in accordance with ITT 25.1 shall be returned
unopened to the Tenderers.
24.3 No Tender may be withdrawn, substituted, or modified 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 Form of Tender or any extension thereof.
Page 21 of 98
25 Tender Opening
25.1 Except as in the cases specified in ITT 23 and ITT 25.2, the Procuring Entity shall, at
the Tender opening, publicly open and read out all Tenders received by the
deadline at the date, time and place specified in the TDS in the presence of
Tenderers' designated representatives and anyone who choose to attend. Any
specific electronic Tender opening procedures required if electronic tendering is
permitted in accordance with ITT 23.1 shall be as specified in the TDS.
25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the
envelope with the corresponding Tender shall not be opened but returned to the
Tenderer. If the withdrawal envelope does not contain a copy of the “power of
attorney” confirming the signature as a person duly authorized to sign on behalf
of the Tenderer, the corresponding Tender will be opened. No Tender withdrawal
shall be permitted unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at Tender opening.
25.3 Next, envelopes marked “SUBSTITUTION” shall be opened and read out and
exchanged with the corresponding Tender being substituted, and the substituted
Tender shall not be opened, but returned to the Tenderer. No Tender substitution
shall be permitted unless the corresponding substitution notice contains a valid
authorization to request the substitution and is read out at Tender opening.
25.4 Next, envelopes marked “MODIFICATION” shall be opened and read out with the
corresponding Tender. No Tender modification shall be permitted unless the
corresponding modification notice contains a valid authorization to request the
modification and is read out at Tender opening.
25.5 Next, all remaining envelopes shall be opened one at a time, reading out: the name
of the Tenderer and whether there is a modification; the total Tender Prices, per
lot (contract) if applicable, including any discounts and alternative Tenders; the
presence or absence of a Tender Security or Tender-Securing Declaration, if
required; and any other details as the Procuring Entity may consider appropriate.
25.6 Only Tenders, alternative Tenders and discounts that are opened and read out at
Tender opening shall be considered further. The Form of Tender and the priced
Activity Schedule are to be initialed by representatives of the Procuring Entity
attending Tender opening in the manner specified in the TDS.
25.7 The Procuring Entity shall neither discuss the merits of any Tender nor reject any
Tender (except for late Tenders, in accordance with ITT 25.1).
25.8 The Procuring Entity shall prepare a record of the Tender opening that shall include,
as a minimum:
Page 22 of 98
a) The name of the Tenderer and whether there is a withdrawal, substitution, or
modification;
b) The Tender Price, per lot (contract) if applicable, including any discounts; and c)
Any alternative Tenders;
d) The presence or absence of a Tender Security or Tender-Securing Declaration, if
one was required.
e) Number of pages of each tender document submitted.
25.9 The Tenderers' representatives who are present shall be requested to sign the
record. The omission of a Tenderer's signature on the record shall not invalidate
the contents and effect of the record. A copy of the tender opening register shall
be distributed to Tenderers upon request.
26 Confidentiality
26.1 Information relating to the evaluation of Tenders and recommendation of contract
award, shall not be disclosed to Tenderers or any other persons not officially
concerned with the Tendering process until information on the Intention to Award
the Contract is transmitted to all Tenderers in accordance with ITT 42.
26.2 Any effort by a Tenderer to influence the Procuring Entity in the evaluation or
contract award decisions may result in the rejection of its Tender.
26.3 Notwithstanding ITT 28.2, from the time of Tender opening to the time of Contract
Award, if any Tenderer wishes to contact the Procuring Entity on any matter
related to the Tendering process, it should do so in writing.
27 Clarification of Tenders
27.1 To assist in the examination, evaluation, and comparison of Tenders, and
qualification of the Tenderers, the Procuring Entity may, at the Procuring Entity's
discretion, ask any tenderer for clarification of its Tender including break downs of
the prices in the Activity Schedule, and other information that the Procuring Entity
may require. Any clarification submitted by a Tenderer in respect to its Tender and
that is not in response to a request by the Procuring Entity shall not be considered.
The Procuring Entity's request for clarification and the response shall be in writing.
No change, including any voluntary increase or decrease, in the prices or substance
of the Tender shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Procuring Entity in the evaluation
of the Tenders, in accordance with ITT 32.
27.2 If a Tenderer does not provide clarifications of its Tender by the date and time set
in the Procuring Entity's request for clarification, its Tender may be rejected.
Page 23 of 98
28 Deviations, Reservations, and Omissions
28.1 During the evaluation of Tenders, the following definitions apply:
a) “Deviation” is a departure from the requirements specified in the tendering
document;
b) “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the tendering document; and
c) “Omission” is the failure to submit part or all of the information or documentation
required in the tendering document.
29 Determination of Responsiveness
29.1 The Procuring Entity's determination of a Tender's responsiveness is to be based
on the contents of the Tender itself, as defined in ITT 12.
29.2 A substantially responsive Tender is one that meets the requirements of the
tendering document without material deviation, reservation, or omission. A
material deviation, reservation, or omission is one that:
a) If accepted, would:
i. affect in any substantial way the scope, quality, or performance of the
Services specified in the Contract; or
ii. limit in any substantial way, inconsistent with the tendering document, the
Procuring Entity's rights or the Tenderer's obligations under the Contract; or
b) if rectified, would unfairly affect the competitive position of other Tenderers
presenting substantially responsive Tenders.
29.3 The Procuring Entity shall examine the technical aspects of the Tender submitted
in accordance with ITT 18 and ITT 19, in particular, to confirm that all requirements
of Section VII, Procuring Entity's Requirements have been met without any
material deviation or reservation, or omission.
29.4 If a Tender is not substantially responsive to the requirements of tendering
document, it shall be rejected by the Procuring Entity and may not subsequently
be made responsive by correction of the material deviation, reservation, or
omission.
29.5 Provided that a Tender is substantially responsive, the Procuring Entity may waive
any nonconformity in the Tender.
29.6 Provided that a Tender is substantially responsive, the Procuring Entity may
request that the Tenderer submit the necessary information or documentation,
within a reasonable period of time, to rectify nonmaterial non- conformities or
omissions in the Tender related to documentation requirements. Requesting
information or documentation on such nonconformities shall not be related to any
Page 24 of 98
aspect of the price of the Tender. Failure of the Tenderer to comply with the
request may result in the rejection of its Tender.
29.7 Provided that a Tender is substantially responsive, the Procuring Entity shall rectify
quantifiable nonmaterial non-conformities related to the Tender Price. To this
effect, the Tender Price shall be adjusted, for comparison purposes only, to reflect
the price of a missing or non-conforming item or component in the manner
specified in the TDS.
30 Arithmetical Errors
30.1 The tender sum as submitted and read out during the tender opening shall be
absolute and final and shall not be the subject of correction, adjustment or
amendment in any way by any person or entity.
30.2 Provided that the Tender is substantially responsive, the Procuring Entity shall
handle errors on the following basis:
a) Any error detected if considered a major deviation that affects the substance of
the tender, shall lead to disqualification of the tender as non-responsive.
b) Any errors in the submitted tender arising from a miscalculation of unit price,
quantity, subtotal and total bid price shall be considered as a major deviation that
affects the substance of the tender and shall lead to disqualification of the tender
as non-responsive and
c) If there is a discrepancy between words and figures, the amount in words shall
prevail
30.3 Tenderers shall be notified of any error detected in their bid during the notification
of a ward.
31 Conversion to Single Currency
31.1 For evaluation and comparison purposes, the currency(ies) of the Tender shall be
converted into a single currency as specified in the TDS.
32 Margin of Preference and Reservations
32.1 Margin of preference on local service providers may be allowed if it is deemed that
the services require participation of foreign tenderers. If so allowed, it will be
indicated in the TDS.
32.2 Where it is intended to reserve the contract to specific groups under Small and
Medium Enterprises, or enterprise of women, youth and /or persons living with
disability, who are appropriately registered as such by the authority to be specified
in the TDS, a procuring entity shall ensure that the invitation to tender specifically
indicates that only businesses/firms belonging to the specified group are eligible to
Page 25 of 98
tender as specified in the TDS. Otherwise, if not so stated, the invitation will be
open to all tenderers.
33. Evaluation of Tenders
33.1 The Procuring Entity shall use the criteria and methodologies listed in this ITT and
Section III, Evaluation and Qualification Criteria. No other evaluation criteria or
methodologies shall be permitted. By applying the criteria and methodologies, the
Procuring Entity shall determine the Best Evaluated Tender. This is the Tender of
the Tenderer that meets the qualification criteria and whose Tender has been
determined to be:
a) Substantially responsive to the tendering document; and
b) The lowest evaluated cost.
33.2 In evaluating the Tenders, the Procuring Entity will determine for each Tender the
evaluated Tender cost by adjusting the Tender price as follows:
a) Price adjustment due to discounts offered in accordance with ITT 16.4;
b) Price adjustment due to quantifiable nonmaterial non-conformities in accordance
with ITT 31.3;
c) Converting the amount resulting from applying (a) and (b) above, if relevant, to a
single currency in accordance with ITT33; and
d) Any additional evaluation factors specified in the TDS and Section III, Evaluation
and Qualification Criteria.
33.3 The estimated effect of the price adjustment provisions of the Conditions of
Contract, applied over the period of execution of the Contract, shall not be
considered in Tender evaluation.
33.4 In the case of multiple contracts or lots, Tenderers are allowed to tender for one
or more lots and the methodology to determine the lowest evaluated cost of the
lot (contract) and for combinations, including any discounts offered in the Form of
Tender, is specified in Section III, Evaluation and Qualification Criteria. For one or
more lots (contracts). Each lot or contract will be evaluated in accordance with ITT
33.5 The methodology to determine the lowest evaluated tenderer or tenderers based
one lot (contract) or based on a combination of lots (contracts), will be specified
in Section III, Evaluation and Qualification Criteria. In the case of multiple lots or
contracts, tenderer will be required to prepare the Eligibility and Qualification
Criteria Form for each Lot.
34 Comparison of Tenders
34.1 The Procuring Entity shall compare the evaluated costs of all substantially
responsive Tenders established in accordance with ITT 35.2 to determine the
Tender that has the lowest evaluated cost.
Page 26 of 98
Abnormally Low Tenders and Abnormally High Abnormally Low Tenders
34.2 An Abnormally Low Tender is one where the Tender price, in combination with
other elements of the Tender, appears so low that it raises material concerns as to
the capability of the Tenderer in regards to the Tenderer's ability to perform the
Contract for the offered Tender Price.
34.3 In the event of identification of a potentially Abnormally Low Tender, the Procuring
Entity shall seek written clarifications from the Tenderer, including detailed price
analyses of its Tender price in relation to the subject matter of the contract, scope,
proposed methodology, schedule, allocation of risks and responsibilities and any
other requirements of the Tender document.
34.4 After evaluation of the price analyses, in the event that the Procuring Entity
determines that the Tenderer has failed to demonstrate its capability to perform
the Contract for the offered Tender Price, the Procuring Entity shall reject the
Tender.
Abnormally High Tenders
34.5 An abnormally high price is one where the tender price, in combination with other
constituent elements of the Tender, appears unreasonably too high to the extent
that the Procuring Entity is concerned that it (the Procuring Entity) may not be
getting value for money, or it may be paying too high a price for the contract
compared with market prices or that genuine competition between Tenderers is
compromised.
34.6 In case of an abnormally high price, the Procuring Entity shall make a survey of the
market prices, check if the estimated cost of the contract is correct and review the
Tender Documents to check if he specifications, scope of work and conditions of
contract are contributory to the abnormally high tenders. The Procuring Entity may
also seek written clarification from the tenderer on the reason for the high tender
price. The Procuring Entity shall proceed as follows:
i) If the tender price is abnormally high based on wrong estimated cost of the
contract, the Procuring Entity may accept or not accept the tender depending on
the Procuring Entity's budget considerations.
ii) If specifications, scope of work and/or conditions of contract are contributory to
the abnormally high tender prices, the Procuring Entity shall reject all tenders and
may retender for the contract based on revised estimates, specifications, scope of
work and conditions of contract, as the case maybe.
34.7 If the Procuring Entity determines that the Tender Price is abnormally too high
because genuine competition between tenderers is compromised (often due to
collusion, corruption or other manipulations), the Procuring Entity shall reject all
Tenders and shall institute or cause competent Government Agencies to institute
an investigation on the cause of the compromise, before retendering.
Page 27 of 98
35 Unbalanced and/or Front-Loaded Tenders
35.1 If in the Procuring Entity's opinion, the Tender that is evaluated as the lowest
evaluated price is seriously unbalanced and/or front loaded, the Procuring Entity
may require the Tenderer to provide written clarifications. Clarifications may
include detailed price analyses to demonstrate the consistency of the tender prices
with the scope of works, proposed methodology, schedule and any other
requirements of the Tender document.
35.2 After the evaluation of the information and detailed price analyses presented by
the Tenderer, the Procuring Entity may as appropriate:
a) Accept the Tender; or
b) Require that the total amount of the Performance Security be increased at the
expense of the Tenderer to a level not exceeding 10% of the Contract Price; or
c) Agree on a payment mode that eliminates the inherent risk of the Procuring Entity
paying too much for undelivered works; or
d) Reject the Tender.
36 Qualification of the Tenderer
36.1 The Procuring Entity shall determine to its satisfaction whether the Tenderer that
is selected as having submitted the lowest evaluated cost and substantially
responsive Tender is eligible and meets the qualifying criteria specified in Section
III, Evaluation and Qualification Criteria.
36.2 The determination shall be based upon an examination of the documentary
evidence of the Tenderer's qualifications submitted by the Tenderer, pursuant to
ITT 18. The determination shall not take into consideration the qualifications of
other firms such as the Tenderer's subsidiaries, parent entities, affiliates,
subcontractors or any other firm(s)different from the Tenderer that submitted the
Tender.
36.3 An affirmative determination shall be a prerequisite for award of the Contract to
the Tenderer. A negative determination shall result in disqualification of the
Tender, in which event the Procuring Entity shall proceed to the Tenderer who
offers a substantially responsive Tender with the next lowest evaluated cost to
make a similar determination of that Tenderer's qualifications to perform
satisfactorily.
37 Right to Accept and to Reject Tenders
37.1 Procuring Entity 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 there by incurring any liability to Tenderers. In case of annulment, all
Page 28 of 98
Tenders submitted and specifically, Tender securities, shall be promptly returned
to the Tenderers.
38. Award of contract
Award Criteria
38.1 The Procuring Entity shall award the Contract to the successful tenderer whose
tender has been determined to be the Lowest Evaluated Tender.
39. Notice of Intention to enter into a Contract
39.1 Upon award of the contract and prior to the expiry of the Tender Validity Period
the Procuring Entity shall issue a Notification of Intention to Enter into a
Contract/Notification of award to all tenderers which shall contain, at a minimum,
the following information:
a) The name and address of the Tenderer submitting the successful tender;
b) The Contract price of the successful tender;
c) A statement of the reason(s) the tender of the unsuccessful tenderer to whom the
letter is addressed was unsuccessful, unless the price information in(c) above
already reveals the reason;
d) The expiry date of the stand still period; and
e) Instructions on how to request a debriefing and/or submit a complaint during the
stand still period;
40. Stand still Period
40.1 The Contract shall not be signed earlier than the expiry of a Standstill Period of 10
days to allow any dissatisfied tender to launch a complaint. Where only one Tender
is submitted, the Standstill Period shall not apply.
40.2 Where a Standstill Period applies, it shall commence when the Procuring Entity has
transmitted to each Tenderer the Notification of Intention to Enter into a Contract
with the successful Tenderer.
41. Debriefing by the Procuring Entity
41.1 On receipt of the Procuring Entity's Notification of Intention to Enter into a
Contract referred to in ITT 42, an unsuccessful tenderer may make a written
request to the Procuring Entity for a debriefing on specific issues or concerns
regarding their tender. The Procuring Entity shall provide the debriefing within five
days of receipt of the request.
41.2 Debriefings of unsuccessful Tenderers may be done in writing or verbally. The
Tenderer shall bear its own costs of attending such a debriefing meeting.
Page 29 of 98
42. Letter of Award
42.1 Prior to the expiry of the Tender Validity Period and upon expiry of the Standstill
Period specified in ITT 43.1, upon addressing a complaint that has been filed within
the Standstill Period, the Procuring Entity shall transmit the Letter of Award to the
successful Tenderer. The letter of award shall request the successful tenderer to
furnish the Performance Security within 21 days of the date of the letter.
43. Signing of Contract
43.1 Upon the expiry of the fourteen days of the Notification of Intention to enter into
contract and upon the parties meeting their respective statutory requirements, the
Procuring Entity shall send the successful Tenderer the Contract Agreement.
43.2 Within fourteen (14) days of receipt of the Contract Agreement, the successful
Tenderer shall sign, date, and return it to the Procuring Entity.
43.3 The written contract shall be entered into within the period specified in the
notification of award and before expiry of the tender validity period
44. Performance Security
44.1 Within fourteen (14) days of the receipt of the Form of Acceptance, the successful
Tenderer, if required, shall furnish the Performance Security in accordance with the
GCC 3.9, using for that purpose the Performance Security Form included in Section
VIII, Contract Forms, or another Form acceptable to the Procuring Entity. If the
Performance Security furnished by the successful Tenderer is in the form of a bond,
it shall be issued by a bonding or insurance company that has been determined by
the successful Tenderer to be acceptable to the Procuring Entity. A foreign
institution providing a bond shall have a correspondent financial institution located
in Kenya, unless the Procuring Entity has agreed in writing that a correspondent
financial institution is not required.
44.2 Failure of the successful Tenderer to submit the above-mentioned Performance
Security or sign the Contract shall constitute sufficient grounds for the annulment
of the award and forfeiture of the Tender Security. In that event the Procuring
Entity may award the Contract to the Tenderer offering the next Best Evaluated
Tender.
45. Publication of Procurement Contract
45.1 Within fourteen days after signing the contract, the Procuring Entity shall publish
the awarded contract at its notice boards and websites; and on the Website of the
Authority. At the minimum, the notice shall contain the following information:
Name and address of the Procuring Entity;
Page 30 of 98
Name and reference number of the contract being awarded, a summary of its
scope and the selection method used;
The name of the successful Tenderer, the final total contract price, the
contract duration.
Dates of signature, commencement and completion of contract;
Names of all Tenderers that submitted Tenders, and their Tender prices as
read out at Tender opening.
46. Procurement Related Complaints and Administrative Review
46.1 The procedures for making a Procurement-related Complaint are as specified in the
TDS.
46.2 A request for administrative review shall be made in the form provided under
contract forms.
Page 31 of 98
SECTION II - TENDER DATA SHEET (TDS)
The following specific data for the Services to be procured shall complement, supplement,
or amend the provisions in the Instructions to Tenderers (ITT). Whenever there is a conflict,
the provisions here in shall prevail over those in ITT.
ITT Reference
PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
A. General
ITT 1.1
The reference number of the Request for Tenders (ITT) is:
NCK/ICT/001/023
The Procuring Entity is: PROVISION OF UPGRADE AND
ENHANCEMENT OF MICROSOFT NAVISION 2016 ENTERPRISE
RESOURCE PLANNING SYSTEM TO MICROSOFT DYNAMICS 365
ITT 2.2
The intended completion date is: 6 months from commencement.
ITT 3.3
Information that any unfair competitive advantage over competing
firms is as follow: None
ITT 3.4
The firms that provided consulting services ..None
ITT 4.1
Maximum number of members in the Joint Venture (JV) shall be: Not
Applicable
ITT 8.1
(a) A pre-tender conference will not be held
(b) A pre-arranged pretender visit of the site of the works visit will
not be held
ITT 8.2
The questions in writing, to reach the Procuring Entity not later than
28
th
May 2024, 1600hours
ITT 8.4
Minutes of the pre-Tender meeting and the pre-arranged pretender
visit of the site of the works shall be published on the website. Not
Applicable
ITT 9.1
(a) The Tenderer will submit any request for clarifications in writing
using the email address [email protected] to reach the
Procuring Entity not later than 28
th
May 2024, 1000hours
(b) The Procuring Entity shall publish its response at the
website/s; www.nckenya.org and/or https://tenders.go.ke
C. Preparation of Tenders
Page 32 of 98
ITT 13.1
(i)
The Tenderer shall submit the following mandatory documents in its
Tender:
Original copy of Tender Security of KShs. 200,000.00
in the form of Unconditional Bank Guarantee from a
reputable bank in Kenya valid up to 30 days beyond
the tender validity period.
Copy of valid certificate of registration/incorporation
Copy of current valid Tax Compliance Certificate
Copy of recent CR 12 form (Issued within the last 12
months from the Tender Opening Date)
Filled Confidential Business Questionnaire
Duly filled and signed Form of Tender
Provide Audited financial statements for the last 3
years.
Provide a Certified, duly filled, signed and stamped
Self-Declaration Form
(template provided in this tender document).
Bidder MUST provide Microsoft Cloud Solution
Provider (CSP) Manufacturer
Authorization letter specific for this tender.
Valid Microsoft Gold Partner in Enterprise Resource
Planning
Valid Microsoft Gold Partner in Cloud Productivity
Valid ICT Authority accreditation for Systems and
Applications Level 4 or above
Other documents required are:
i. Detailed work plan, including timeframes.
ii. References as evidence of firms’ experience in undertaking
similar services in public or private organizations by providing
a list of five (5) organizations in which services have been
provided within the last five (5) years including contact person
details.
iii. A detailed analysis of the assignment and proposal.
ITT 15.1
Alternative Tenders “shall not be” considered.
ITT 15.2
Alternative times for completion “shall not be” permitted.
ITT 16.7
The prices quoted by the Tenderer “shall not” be subject to
adjustment during the performance of the Contract.
ITT 20.1
The Tender validity period shall be 90 (Ninety) days
ITT 21.1
A Tender Security “SHALL NOT BE” required.
Page 33 of 98
ITT 22.1
In addition to the original of the Tender, one other copy will be
required
ITT 22.3
The written confirmation of authorization to sign on behalf of the
Tenderer shall consist of:
Name of signatory
Designation of signatory.
D. Submission and Opening of Tenders
ITT 24.1
For Tender submission purposes only, the Procuring Entity’s address
is:
Postal Address: Nursing Council of Kenya,
P.O. Box 20056-00200,
Nairobi
Physical Address: Tender Box Located on Ground Floor,
NCK Plaza, Kabarnet Lane off Ngong Rd
Attention: The Registrar/Chief Executive Officer
ITT 24.1
The deadline for Tender submission is: Date: 4
th
June 2024
Time: 10:00 a.m.
Tenderers “shall not “have the option of submitting their Tenders
electronically.
ITT 27.1
The Tender opening shall take place at:
Physical Address: 1
st
Floor NCK Plaza, Kabarnet Lane, Nairobi
Date: 4
th
June 2024
Time: 10:30 a.m.
ITT 27.6
The Form of Tender and priced Activity Schedule shall be initialed by
the Tender Opening Committee representatives of NCK. Each Tender
shall be initialed by all representatives and shall be numbered, any
modification to the unit or total price shall be initialed by the
Representative of the Procuring Entity.
E. Evaluation and Comparison of Tenders
ITT 31.7
For comparison purposes only, to reflect the price of a missing or
nonconforming item or component in the manner specified as
follows: The adjustment shall be based on the “highest” price of the
item or component as quoted in other substantially responsive
Tenders. If the price of the item or component cannot be derived
from the price of other substantially responsive Tenders, the
Procuring Entity shall use its best estimate.
Page 34 of 98
ITT 33.1
The currency that shall be used for Tender evaluation and
comparison purposes only to convert at the selling exchange rate all
Tender prices expressed in various currencies into a single currency is
Kenya Shillings. The source of exchange rate shall be: The Central
bank of Kenya (mean rate). The date for the exchange rate shall be:
the deadline date for Submission of the Tenders.
ITT 34.1
Margin of preference is allowed.
ITT 34.2
The invitation to tender is extended to the following group that qualify
for Reservations: Not Applicable
ITT 35.4
Tenderers shall not be allowed to quote separate prices for different
lots (contracts) and the methodology to determine the lowest
tenderer is specified in Section III, Evaluation and Qualification
Criteria.
F. Award of Contract
ITT 44
The performance security will be required and will be equivalent to
10% of the contract price
ITT 50.1
The procedures for making a Procurement-related complaint are
available from the PPRA Website www.ppra.go.ke
If a Tenderer wishes to make a Procurement-related complaint, the
Tenderer should submit its complaint following these procedures, in
writing (by the quickest means available, that is either by hand
delivery or email to:
For the attention: Chief Executive Officer
Title/position: Chief Executive Officer Management
Procuring Entity: Nursing Council of Kenya
Email address: [email protected]
In summary, a Procurement-related Complaint may challenge any of
the following:
(i) the terms of the Tender Documents; and
(ii) the Procuring Entity’s decision to award the contract.
Page 35 of 98
SECTION III EVALUATION AND QUALIFICATION CRITERIA
This section contains the criteria that the Employer shall use to evaluate tender and qualify
tenderers. No other factors, methods or criteria shall be used other than specified in this
tender document. The Tenderer shall provide all the information requested in the forms.
Evaluation and contract award Criteria
The Procuring Entity shall use the criteria and methodologies listed in this Section to
evaluate tenders and arrive at the Lowest Evaluated Tender. The tender that (i) meets the
qualification criteria, (ii)has been determined to be substantially responsive to the Tender
Documents, and(iii) is determined to have the Lowest Evaluated Tender price shall be
selected for award of contract.
a) Preliminary evaluation
Confirmation of provision of valid copies of the following Mandatory
documents and conditions;
i. Original copy of Tender Security of KShs. 200,000.00 in the form of
Unconditional Bank Guarantee from a reputable bank in Kenya valid up to
30 days beyond the tender validity period.
ii. Copy of valid certificate of registration/incorporation
iii. Copy of current valid Tax Compliance Certificate
iv. Copy of recent CR 12 form (Issued within the last 12 months from the
Tender Opening Date)
v. Filled Confidential Business Questionnaire
vi. Duly filled and signed Form of Tender
vii. Provide Audited financial statements for the last 3 years.
viii. Provide a Certified, duly filled, signed and stamped Self-Declaration Form
ix. (template provided in this tender document).
x. Bidder MUST provide Microsoft Cloud Solution Provider (CSP)
Manufacturer
Authorization letter specific for this tender.
xi. Valid Microsoft Gold Partner in Enterprise Resource Planning
xii. Valid Microsoft Gold Partner in Cloud Productivity
v. Valid ICT Authority accreditation for Systems and Applications Level 4 or
above
b) Technical Evaluation
i. Bidder Experience: Provide names, addresses and contact details of at least 5
clients provided with similar services.
ii. Customer Reference: Provide letters of reference/recommendation from clients
served indicated in (i) above
iii. Human Resource Capacity: Qualifications and experience of key management and
technical personnel proposed for the assignment. Provide CV’s and copies of
certificates and testimonials
Page 36 of 98
NB: The proposed staff shall be the ones to execute the assignment. Any
substitution should be staff with equivalent or higher skills and approved by NCK.
iv. Financial Capability: Demonstrate financial capacity to handle the project. Provide
bank reference letter with evidence of Cash or Credit availability for at least half of
project cost and audited financial statements for the last 3 years with positive
capital ratio.
v. Litigation history: Provide details of cases you have been involved in the last 5 years.
vi. Detailed explanation of how upgrade and migration is to carried out in line with the
Terms of Reference including implementation schedule.
c) Financial evaluation
Bidders who pass technical evaluation will proceed to financial evaluation and the
lowest evaluated bidders will be awarded the tender.
Page 37 of 98
SECTION IV - TENDERING FORMS
FORM OF TENDER
INSTRUCTIONS TO TENDERERS
i) The Tenderer must prepare this Form of Tender on stationery with its letterhead
clearly showing the Tenderer's complete name and business address.
ii) All italicized text is to help the Tenderer in preparing this form.
iii) Tenderer must complete and sign CERTIFICATE OF INDEPENDENT TENDER
DETERMINATION and the SELF DECLARATION OF THE TENDERER attached to this Form
of Tender.
iv) The Form of Tender shall include the following Forms duly completed and signed by
the Tenderer.
a) Tenderer's Eligibility-Confidential Business Questionnaire
b) Certificate of Independent Tender Determination
c) Self-Declaration of the Tenderer
Date of this Tender submission: …………………..
ITT No.: NCK/ICT/004/2024
a) No reservations: We have examined and have no reservations to the tendering
document, including Addenda issued in accordance with ITT 9;
b) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with ITT 4;
c) Tender Securing Declaration: We have not been suspended nor declared ineligible
by the Procuring Entity based on execution of a Tender Securing Declaration or
Proposal Securing Declaration in Kenya in accordance with ITT 21;
d) Conformity: We offer to provide the Services in conformity with the tendering
document of the following: [insert a brief description of the Services];
e) Tender Price: The total price of our Tender, excluding any discounts offered in
item(f) below is: …………………………………………………………… [insert
the total price of the Tender in words and figures, indicating the various amounts and
the respective currencies];
f) Discounts: The discounts offered and the methodology for their application are:
i) The discounts offered are: [Specify in detail each discount offered.] ii) The exact
method of calculations to determine the net price after application of discounts is
shown below: [Specify in detail the method that shall be used to apply the discounts]
g) Tender Validity Period: Our Tender shall be valid for the period specified in TDS 19.1
(as amended if applicable) from the date fixed for the Tender submission deadline
Page 38 of 98
(specified in TDS 23.1(as amended if applicable) and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;
h) Performance Security: If our Tender is accepted, we commit to obtain a
Performance Security in accordance with the tendering document;
i) One Tender Per Tenderer: We are not submitting any other Tender(s) as an
individual Tenderer, and we are not participating in any other Tender(s) a s a Joint
Venture member or as a subcontractor, and meet the requirements of ITT 4.3,
other than alternative Tenders submitted in accordance with ITT 14;
j) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract, are
not subject to, and not controlled by any entity or individual that is subject to, a
temporary suspension or a debarment imposed by the PPRA. Further, we are not
ineligible under Kenya's official regulations or pursuant to a decision of the United
Nations Security Council;
k) State-owned enterprise or institution: [select the appropriate option and delete
the other] [We are not a state-owned enterprise or institution] / [We are a state-
owned enterprise or institution but meet the requirements of ITT 4.6];
l) We confirm that we understand the provisions relating to Standstill Period as
described in this tendering document and the Procurement Regulations [Delete if
not appropriate, or amend to suit];
m) Binding Contract: We understand that this Tender, together with the written
acceptance thereof included in the Form of Acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed;
n) Not Bound to Accept: We understand that you are not bound to accept the lowest
evaluated cost Tender, the Best Evaluated Tender or any other Tender that you
may receive;
o) Fraud and Corruption: We hereby certify that we have taken steps to ensure that
no person acting for us or on our behalf engages in any type of Fraud and
Corruption.
p) Collusive practices: We hereby certify and confirm that the tender is genuine,
noncollusive and made with the intention of accepting the contract if awarded. To
this effect we have signed the “Certificate of Independent tender Determination”
attached below.
q) Code of Ethical Conduct: We undertake to adhere by the Code of Ethics for Persons
Participating in Public Procurement and Asset Disposal during the procurement
process and the execution of any resulting contract.
r) We, the Tenderer, have completed fully and signed the following Forms as part of
our Tender:
i Tenderer's Eligibility; Confidential Business Questionnaireto establish we
are not in any conflict to interest.
ii Certificate of Independent Tender Determinationto declare that we
completed the tender without colluding with other tenderers.
iii Self-Declaration of the Tendererto declare that we will, if awarded a
contract, not engage in any form of fraud and corruption.
Page 39 of 98
iv Declaration and commitment to the Code of Ethics for Persons
Participating in Public Procurement and Asset Disposal.
Further, we confirm that we have read and understood the full content and scope of fraud
and corruption as informed in “Appendix 1- Fraud and Corruptionattached to the Form
of Tender.
Name of the Tenderer *[insert complete name of person signing the Tender]
Name of the person duly authorized to sign the Tender on behalf of the
Tenderer……………………………………*[insert complete name of person duly
authorized to sign the Tender]
Title of the person signing the Tender [insert complete title of the person signing the
Tender]
Signature of the person named above [insert signature of person whose name
and capacity are shown above]
Date signed.......................... [insert date of signing] day of [insert month], [insert year]
Page 40 of 98
CONFIDENTIAL BUSINESS QUESTIONNAIRE
Instruction to Tenderer
Tenderer is instructed to complete the particulars required in this Form, one form for each
entity even if Tender is a JV. Tenderer is further reminded that it is an offence to give false
information on this Form.
Tenderer's details
ITEM
DESCRIPTION
Name of the Procuring Entity
Nursing Council of Kenya
Reference Number of the Tender
NCK/ICT/004/2024
Date and Time of Tender Opening
4
th
June 2024
Name of the Tenderer
Full Address and Contact Details of
the Tenderer.
1. Country
2. City
3. Location
4. Building
5. Floor
6. Postal Address
7. Name and email of contact person.
Current Trade License
Registration
Number and Expiring date
Name, country and full address
(postal and physical addresses,
email, and telephone number) of
Registering Body/Agency
Description of Nature of Business
Maximum value of business which
the Tenderer can handles
KSHs…………………………….
State if Tenders Company is listed in
stock exchange, give name and full
address (postal and physical
addresses, email, and telephone
number) of state which stock
exchange
Page 41 of 98
General and Specific Details
a) Sole Proprietor, provide the following details.
Name in full Age Nationality Country of Origin
Citizenship
b) Partnership, provide the following details.
Names of
Partners
Nationality
Citizenship
% Shares
owned
c) Registered Company, provide the following details;
i) Private or public Company
ii) State the nominal and issued capital of the Company-
Nominal Kenya Shillings (Equivalent) ………………………...............................…....
Issued Kenya Shillings (Equivalent) ……………………….....................................…
iii) Give details of Directors as follows;
Names of
Director
Nationality
Citizenship
% Shares
owned
d) Disclosure of Interest - Interest of the Firm in the Procuring Entity;
i. Are there any person/persons in Nursing Council of Kenya who has/have an
interest or relationship in this firm?
Yes/No……..........…………………
If yes, provide details as follows.
Page 42 of 98
Names
of
Person
Designation in the
Procuring Entity
Interest or Relationship
with Tenderer
Conflict of interest disclosure
Type of Conflict
If YES provide
details of the
relationship with
Tenderer
Tenderer is directly or indirectly controlled by or is
under common control with another tenderer.
Tenderer receives or has received any direct or
indirect subsidy from another tenderer.
Tenderer has the same legal representative as
another tenderer
Tender has a relationship with another tenderer,
directly or through common third parties that puts it in
a position to influence the tender of another tenderer,
or influence the decisions of the Procuring Entity
regarding this tendering process.
Any of the Tenderer’s affiliates participated as a
consultant in the preparation of the design or
technical specifications of the works that are the
subject of the tender.
Tenderer would be providing goods, works, non-
consulting services or consulting services during
implementation of the contract specified in this Tender
Document.
Tenderer has a close business or family relationship
with a professional staff of the Procuring Entity who are
directly or indirectly involved in the preparation of the
Tender
document or specifications of the Contract, and/or the
Page 43 of 98
Tender evaluation process of such contract.
Tenderer has a close business or family relationship
with a professional staff of the Procuring Entity who
would be involved in the implementation or supervision
of the Contract.
Has the conflict stemming from such relationship
stated in item 7 and 8 above been resolved in a
manner acceptable to the Procuring Entity
throughout the tendering process and execution of
the Contract?
e) Certification
On behalf of the Tenderer, I certify that the information given above is complete,
current and accurate as at the date of submission.
Full Name
Title or Designation
(Signature) (Date)
Page 44 of 98
CERTIFICATE OF INDEPENDENT TENDER DETERMINATION
I, the undersigned, in submitting the accompanying Letter of Tender to the
[Name of Procuring Entity] for: [Name and number of tender] in response to the
request for tenders made by: [Name of Tenderer] do hereby make the following
statements that I certify to be true and complete in every respect:
I certify, on behalf of [Name of Tenderer] that:
1. I have read and I understand the contents of this Certificate;
2. I understand that the Tender will be disqualified if this Certificate is found not to be
true and complete in every respect;
3. I am the authorized representative of the Tenderer with authority to sign this
Certificate, and to submit the Tender on behalf of the Tenderer;
4. For the purposes of this Certificate and the Tender, I understand that the word
“competitor” shall include any individual or organization, other than the Tenderer,
whether or not affiliated with the Tenderer, who:
a) Has been requested to submit a Tender in response to this request for tenders;
b) Could potentially submit a tender in response to this request for tenders, based on
their qualifications, abilities or experience;
5. The Tenderer discloses that [check one of the following, a s applicable]:
a) The Tenderer has arrived at the Tender independently from, and without
consultation, communication, agreement or arrangement with, any competitor;
b) the Tenderer has entered into consultations, communications, agreements or
arrangements with one or more competitors regarding this request for tenders,
and the Tenderer discloses, in the attached document(s), complete details thereof,
including the names of the competitors and the nature of, and reasons for, such
consultations, communications, agreements or arrangements;
6. In particular, without limiting the generality of paragraphs(5)(a) or (5)(b) above,
there has been no consultation, communication, agreement or arrangement with
any competitor regarding:
a) prices;
b) methods, factors or formulas used to calculate prices;
c) the intention or decision to submit, or not to submit, a tender; or
d) the submission of a tender which does not meet the specifications of the request
for Tenders; except as specifically disclosed pursuant to paragraph (5) (b) above;
7. In addition, there has been no consultation, communication, agreement or
arrangement with any competitor regarding the quality, quantity, specifications or
delivery particulars of the works or services to which this request for tenders
Page 45 of 98
relates, except as specifically authorized by the procuring authority or as
specifically disclosed pursuant to paragraph (5)(b) above;
8. The terms of the Tender have not been, and will not be, knowingly disclosed by the
Tenderer, directly or indirectly, to any competitor, prior to the date and time of the
official tender opening, or of the awarding of the Contract, which ever comes first,
unless otherwise required by law or as specifically disclosed pursuant to paragraph
(5) (b) above.
Name
Title
Date
[Name, title and signature of authorized agent of Tenderer and Date]
Page 46 of 98
SELF-DECLARATION FORMS
FORM SD1
SELF DECLARATION THAT THE PERSON/TENDERER IS NOT DEBARRED IN THE MATTER
OF THE PUBLIC PROCUREMENT AND ASSET DISPOSAL ACT 2015
I, ……………………………………., of Post Office Box …….………………………. being
a resident of………… ………………………………….. in the Republic of do hereby
make a statement as follows:-
1. THAT I am the Company Secretary/ Chief Executive/ Managing Director /Principal
Officer/Director of ……..………....……………………………….. (insert name of
the Company) who is a Bidder in respect of Tender No.
………………….. for. (insert tender title/description) for ……………………..
(insert name of the Procuring entity) and duly authorized and competent to make
this statement.
2. THAT the aforesaid Bidder, its Directors and subcontractors have not been
debarred from participating in procurement proceeding under Part IV of the Act.
3. THAT what is deponed to herein above is true to the best of my knowledge,
information and belief.
…………………………………. ……………………………….………………………
(Title)
Bidder Official Stamp (Signature) (Date)
Page 47 of 98
FORM SD2
SELF DECLARATION THAT THE PERSON/TENDERER WILL NOT ENGAGE IN ANY CORRUPT
OR FRAUDULENT PRACTICE
I, …………………………………….of P. O. Box...................................................being a
resident of ………….
………………………………….. in the Republic of do hereby make a
statement as follows:-
1. THAT I am the Chief Executive/Managing Director/Principal Officer/Director of
...........................………........................................... (insert name of the Company)
who is a Bidder in respect of Tender No…………………….. for
……………………..(insert tender title/description) for (insert name of the
Procuring entity) and duly authorized and competent to make this statement.
2. THAT the aforesaid Bidder, its servants and/or agents /subcontractors will not
engage in any corrupt or fraudulent practice and has not been requested to pay
any inducement to any member of the Board, Management, Staff and/or
employees and/or agents of (insert name of the Procuring entity) which is the
procuring entity.
3. THAT the aforesaid Bidder, its servants and/or agents /subcontractors have not
offered any inducement to any member of the Board, Management, Staff and/or
employees and/or agents of… (name of the procuring entity)
4. THAT the aforesaid Bidder will not engage /has not engaged in any corrosive
practice with other bidders participating in the subject tender
5. THAT what is deponed to here in above is true to the best of my knowledge
information and belief.
……………………………………………………………………........……….............
(Title) (Signature) (Date)
Bidder's Official Stamp
Page 48 of 98
DECLARATION AND COMMITMENT TO THE CODE OF ETHICS
I, (person) on behalf of (Name of the
Business/ Company/Firm) declare that I have read
and fully understood the contents of the Public Procurement & Asset Disposal Act, 2015,
Regulations and the Code of Ethics for persons participating in Public Procurement and
Asset Disposal and my responsibilities under the Code.
I do hereby commit to abide by the provisions of the Code of Ethics for persons
participating in Public Procurement and Asset Disposal.
Name of Authorized Signatory .................................................................................................
Sign………….......................................................................…..................................................
Position………………………………………...........................................................................
Office Address……………………………………………. Telephone……...………………..
Email……………………………………………….....................................................................
Name of the Firm/Company….…...............................................................................................
Date……………………………….............................................................................................
(Company Seal/ Rubber Stamp where applicable)
Witness
Name……………………………………………………….......................................................
Sign………………………………………………......................................................................
Date……………………………………………………..............................................................
Page 49 of 98
APPENDIX 1-FRAUD AND CORRUPTION
1. Purpose
1.1 The Government of Kenya's Anti-Corruption and Economic Crime laws and their
sanction's policies and procedures, Public Procurement and Asset Disposal Act (no.
33 of 2015) and its Regulation, and any other Kenya's Acts or Regulations related to
Fraud and Corruption, and similar offences, shall apply with respect to Public
Procurement Processes and Contracts that are governed by the laws of Kenya.
2. Requirements
2.1 The Government of Kenya requires that all parties including Procuring Entities,
Tenderers, (applicants/proposers), Consultants, Contractors and Suppliers; any
Subcontractors, Sub-consultants, Service providers or Suppliers; any Agents
(whether declared or not); and any of their Personnel, involved and engaged in
procurement under Kenya's Laws and Regulation, observe the highest standard of
ethics during the procurement process, selection and contract execution of all
contracts, and refrain from Fraud and Corruption and fully comply with Kenya's
laws and Regulations as per paragraphs 1.1above.
2.2 Kenya's public procurement and asset disposal act (no. 33 of 2015) under Section
66 describes rules to be followed and actions to be taken in dealing with Corrupt,
Coercive, Obstructive, Collusive or Fraudulent practices, and Conflicts of Interest in
procurement including consequences for offences committed. A few of the
provisions noted below highlight Kenya's policy of no tolerance for such practices
and behavior:
1) A person to whom this Act applies shall not be involved in any corrupt, coercive,
obstructive, collusive or fraudulent practice; or conflicts of interest in any
procurement or asset disposal proceeding;
2) A person referred to under sub section (1) who contravenes the provisions of that
sub-section commits an offence;
3) Without limiting the generality of the subsection (1) and (2), the person shall be: -
a) disqualified from entering into a contract for a procurement or asset disposal
proceeding; or
b) if a contract has already been entered into with the person, the contract shall be
voidable;
4) The voiding of a contract by the procuring entity under subsection (7) does not
limit any legal remedy the procuring entity may have;
3. An employee or agent of the procuring entity or a member of the Board or
committee of the procuring entity who has a conflict of interest with respect to a
procurement: -
a) Shall not take part in the procurement proceedings;
Page 50 of 98
b) Shall not, after a procurement contract has been entered into, take part in any
decision relating to the procurement or contract; and
c) Shall not be a subcontractor for the tender to whom was awarded contract, or a
member of the group of tenders to whom the contract was awarded, but the
subcontractor appointed shall meet all the requirements of this Act.
4. An employee, agent or member described in subsection (1) who refrains from
doing anything prohibited under that subsection, but for that subsection, would
have been within his or her duties shall disclose the conflict of interest to the
procuring entity;
4.1 If a person contravenes subsection (1) with respect to a conflict of interest
described in subsection (5) (a) and the contract is awarded to the person or his
relative or to another person in whom one of them had a direct or indirect
pecuniary interest, the contract shall be terminated and all costs incurred by the
public entity shall be made good by the a warding officer. etc.
In compliance with Kenya's laws, regulations and policies mentioned above, the
Procuring Entity:
a) Defines broadly, for the purposes of the above provisions, the terms set forth
below as follows:
i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another party;
“fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation;
ii) “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
iii) “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence improperly
the actions of a party;
iv) “obstructive practice” is:
a) deliberately destroying, falsifying, altering, or concealing of evidence material to
the investigation or making false statements to investigators in order to materially
impede investigation by Public Procurement Regulatory Authority (PPRA) or any
other appropriate authority appointed by Government of Kenya into allegations of
a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing,
or intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation; or
b) acts intended to materially impede the exercise of the PPRA's or the appointed
authority's inspection and audit rights provided for under paragraph 2.3e. below.
c) Defines more specifically, in accordance with the above procurement Act
provisions set forth for fraudulent and collusive practices as follows:
Page 51 of 98
"fraudulent practice" includes a misrepresentation of fact in order to influence a
procurement or disposal process or the exercise of a contract to the detriment of
the procuring entity or the tenderer or the contractor, and includes collusive
practices amongst tenderers prior to or after tender submission designed to
establish tender prices at artificial non-competitive levels and to deprive he
procuring entity of the benefits of free and open competition.
c) Rejects a proposal for award
1
of a contract if PPRA determines that the firm or
individual recommended for award, any of its personnel, or its agents, or its sub-
consultants, sub- contractors, service providers, suppliers and/ or their employees,
has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices in competing for the contract in question;
d) Pursuant to the Kenya's above stated Acts and Regulations, may sanction or
recommend to appropriate authority(ies) for sanctioning and debarment of a firm
or individual, as applicable under the Act sand Regulations;
e) Requires that a clause be included in Tender documents and Request for Proposal
documents requiring (i) Tenderers (applicants/proposers), Consultants,
Contractors, and Suppliers, and their Sub-contractors, Subconsultants, Service
providers, Suppliers, Agents personnel, permit the PPRA or any other appropriate
authority appointed by Government of Kenya to inspect
2
all accounts, records and
other documents relating to the procurement process, selection and/or contract
execution, and to have them audited by auditors appointed by the PPRA or any
other appropriate authority appointed by Government of Kenya; and
f) Pursuant to Section 62 of the above Act, requires Applicants/Tenderers to submit
along with their Applications/Tenders/Proposals a Self-Declaration Form” as
included in the procurement document declaring that they and all parties involved
in the procurement process and contract execution have not engaged/will not
engage in any corrupt or fraudulent practices.
Page 52 of 98
TENDERER INFORMATION FORM
Date [insert date (as day, month and year) of Tender submission]
ITT No. [insert number of Tendering process]
1. Tenderer's Name: [insert Tenderer's legal name]
2. In case of JV, legal name of each member [insert legal name of each member in JV]
3. Tenderer's actual or intended country of registration [insert actual or intended
country of registration]
4. Tenderer's year of registration [insert Tenderer's year of registration]
5. Tenderer's Address in country of registration [insert Tenderer's legal address in
country of registration]
6. Tenderer's Authorized Representative Information
Name: [insert Authorized Representative's name]
Address [insert Authorized Representative's Address]
Telephone: [insert Authorized Representative's telephone/fax numbers]
Email Address [insert Authorized Representative's email address]
7. Attached are copies of original documents of [check the box(es) of the attached
original documents]
Articles of Incorporation (or equivalent documents of constitution or association),
and/or documents of registration of the legal entity named above, in accordance
with ITT 4.4.
In case of JV, Form of intent to form JV or JV agreement, in accordance with ITT 4.1.
In case of state-owned enterprise or institution, in accordance with ITT4.6
documents establishing: i) Legal and financial autonomy ii) Operation under
commercial law iii) Establishing that the Tenderer is not under the supervision of
the agency of the Procuring Entity
A current tax clearance certificate/valid tax compliance certificate or tax exemption
certificate in case of Kenyan tenderers issued by the Kenya Revenue Authority in
accordance with ITT 4.14.
8. Included are the organizational chart, a list of Board of Directors, and the
beneficial ownership.
Page 53 of 98
OTHER FORMS
TENDERER'S JV MEMBERS INFORMATION FORM
Date [insert date (as day, month and year) of Tender submission]
ITT No. [insert number of Tendering process]
1. Tenderer’s Name: [insert Tenderer’s legal name]
2. Tenderer’s JV Member’s name: [insert JV’s Member legal name]
3. Tenderer’s JV Member’s country of registration: [insert JV’s Member country of
registration]
4. Tenderer’s JV Member’s year of registration: [insert JV’s Member year of
registration]
5. Tenderer’s JV Member’s legal address in country of registration: [insert JV’s Member
legal
address in country of registration]
6. Tenderer’s JV Member’s authorized representative information Name: [insert name
of JV’s Member authorized representative] Address: [insert address of JV’s
Member authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Member authorized
representative]
Email Address: [insert email address of JV’s Member authorized representative]
7. Attached are copies of original documents of [check the box(es) of the attached
original documents]
Articles of Incorporation (or equivalent documents of constitution or association),
and/or registration documents of the legal entity named above, in accordance with
ITT 4.4.
In case of a state-owned enterprise or institution, documents establishing legal and
financial autonomy, operation in accordance with commercial law, and that they are
not under the supervision of the Procuring Entity, in accordance with ITT 4.6.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.
Page 54 of 98
FORM OF TENDER SECURITY- [Option 1Demand Bank Guarantee]
Beneficiary:
Request for Tenders No:
Date: TENDER GUARANTEE No.:
Guarantor:
1. We have been informed that (here in after called "the Applicant") has submitted
or will submit to the Beneficiary its Tender (here in after called" the Tender") for
the execution of under Request for Tenders No. (“the ITT”).
2. Furthermore, we understand that, according to the Beneficiary's conditions,
Tenders must be supported by a Tender guarantee.
3. At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to
pay the Beneficiary any sum or sums not exceeding in total an amount of upon
receipt by us of the Beneficiary's complying demand, supported by the
Beneficiary's statement, whether in the demand itself or a separate signed
document accompanying or identifying the demand, stating that either the
Applicant:
(a) has withdrawn its Tender during the period of Tender validity set forth in the
Applicant's Letter of Tender (“the Tender Validity Period”), or any extension
thereto provided by the Applicant; or
(b) having been notified of the acceptance of its Tender by the Beneficiary during the
Tender Validity Period or any extension there to be provided by the Applicant, (i)
has failed to execute the contract agreement, or (ii) has failed to furnish the
Performance.
4. This guarantee will expire: (a) if the Applicant is the successful Tenderer, upon our
receipt of copies of the contract agreement signed by the Applicant and the
Performance Security and, or (b) if the Applicant is not the successful Tenderer,
upon the earlier of (i) our receipt of a copy of the Beneficiary's notification to the
Applicant of the results of the Tendering process; or (ii) thirty days after the end of
the Tender Validity Period.
5. Consequently, any demand for payment under this guarantee must be received by
us at the office indicated above on or before that date.
[signature(s)]
Page 55 of 98
Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.
QUALIFICATION FORMS
FORM PER - 1
Consultant's Representative and Key Personnel Schedule
Tenderers should provide the names and details of the suitably qualified Consultant's
Representative and Key Personnel to perform the Contract. The data on their experience
should be supplied using the Form PER-2 below for each candidate.
Consultant's Representative and Key Personnel
Title of position: Lead Consultant
Name of candidate:
Duration of
appointment:
[insert the whole period (start and end dates) for which
this position will be engaged]
Time commitment:
for this position:
[insert the number of days/week/months/ that has been
scheduled for this position]
Expected time
schedule for this
position:
[insert the expected time schedule for this position (e.g.
attach high level Gantt chart]
Title of position: Support Consultant
Name of candidate:
Duration of
appointment:
[insert the whole period (start and end dates) for which
this position will be engaged]
Time commitment:
for this position:
[insert the number of days/week/months/ that has been
scheduled for this position]
Expected time
schedule for this
position:
[insert the expected time schedule for this position (e.g.
attach high level Gantt chart]
Title of position: Support Consultant
Name of candidate:
Duration of
appointment
[insert the whole period (start and end dates) for which
this position will be engaged]
Page 56 of 98
Time commitment:
for this position:
[insert the number of days/week/months/ that has
been scheduled for this position]
Expected time
schedule for this
position:
[insert the expected time schedule for this position (e.g.
attach high level Gantt chart]
FORM PER-2:
Resume and Declaration - Contractor's Representative and Key Personnel
Name of Tenderer
Position [#1]: [title of position from Form PER-1]
Personnel information
Name:
Date of birth:
Address:
E-mail:
Professional qualifications:
Academic qualifications:
Language proficiency: [language and levels of speaking,
reading and writing skills]
Details
Address of Procuring Entity:
Telephone:
Contact (manager / personnel
officer):
Fax:
Job title:
Years with present Procuring
Entity:
Page 57 of 98
Summarize professional experience in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.
Project
Role
Duration of
involvement
Relevant
experience
[main
project
details]
[role and
responsibilities on
the project]
[time in
role]
[describe
the
experience
relevant to
this
position]
DECLARATION
I, the undersigned. [insert either “Consultant's Representative” or “Key Personnel” as
applicable],
certify that to the best of my knowledge and belief, the information contained in this Form
PER-2 correctly describes myself, my qualifications and my experience.
I confirm that I am available as certified in the following table and throughout the
expected time schedule for this position as provided in the Tender:-
Commitment
Details
Commitment to
duration of
contract:
[insert period (start and end dates) for which this
Consultant’s
Representative
or Key Personnel is available to work on this contract]
Time commitment:
[insert period (start and end dates) for which this
Consultant’s
Representative
or Key Personnel is available to work on this contract]
I understand that any misrepresentation or omission in this Form may:
a) be taken into consideration during Tender evaluation;
b) result in my disqualification from participating in the Tender;
c) result in my dismissal from the contract.
Page 58 of 98
Name of Consultant's Representative or Key Personnel: [insert name]
Signature:
Date: (day month year):
Countersignature of authorized representative of the Tenderer:
Signature:
Date: (day month year):
Page 59 of 98
TENDERERS QUALIFICATION WITHOUT PRE-QUALIFICATION
To establish its qualifications to perform the contract in accordance with Section III,
Evaluation and Qualification Criteria the Tenderer shall provide the information requested
in the corresponding Information Sheets included hereunder.
FORM ELI -1.1 Tenderer Information Form
Date:
ITT No. and title:
Tenderer's name:
In case of Joint Venture (JV), name of each member:
Tenderer's actual or intended country of
registration: [indicate country of
Constitution]
Tenderer's actual or intended year of incorporation:
Tenderer's legal address [in country of registration]:
Tenderer's authorized representative information Name:
Telephone/Fax numbers:
E-mail address:
Address:
1. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or
association), and/or documents of registration of the legal entity named
above, in accordance with ITT 4.4
In case of JV, letter of intent to form JV or JV agreement, in accordance
with ITT 4.1 In case of state-owned enterprise or institution, in
accordance with ITT 4.6, documents establishing:
Legal and financial autonomy
Operation under commercial law
Establishing that the Tenderer is not under the supervision of the
Procuring Entity 2. Included are the organizational chart, a list of
Board of Directors, and the beneficial ownership.
Page 60 of 98
FORM ELI -1.2
Tenderer's JV Information Form (to be completed for each member of Tenderer's
JV where applicable)
Date: ITT No. and title:
Tenderer’s JV name:
JV member’s name:
JV member’s country of registration:
JV member’s year of constitution:
JV member’s legal address in country of constitution:
JV member’s authorized representative information Name:
Address: Telephone/Fax numbers:
E-mail address: _________________________________
1. Attached are copies of original documents of Articles of Incorporation
(or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance
with ITT 4.4. In case of a state-owned enterprise or institution,
documents establishing legal and financial autonomy, operation in
accordance with commercial law, and that they are not under the
supervision of the Procuring Entity, in accordance with ITT 4.6.
2. Included are the organizational chart, a list of Board of Directors, and
the beneficial ownership.
Page 61 of 98
SCHEDULE FORMS
[The Tenderer shall fill in these Forms in accordance with the instructions indicated. The
list of line items in column 1 of
the Activity Schedules shall coincide with the List of Services specified in the Procuring
Entity's Requirements.]
Page 62 of 98
NOTIFICATION OF INTENTION TO AWARD
For the attention of Tenderer's Authorized Representative
Name: [insert Authorized Representative's name]
Address [insert Authorized Representative's Address]
Telephone numbers: [insert Authorized Representative's telephone/fax numbers] Email
Address [insert Authorized Representative's email address]
DATE OF TRANSMISSION: This Notification is sent by: [email/fax] on [date] (local time)
Procuring Entity: [insert the name of the Procuring Entity]
Contract Title [insert the name of the contract]
ITT No: [insert ITT reference number from Procurement Plan]
This Notification of Intention to Award (Notification) notifies you of our decision to award the
above contract. The transmission of this Notification begins the Standstill Period. During the
Standstill Period you may:
a) Request a debriefing in relation to the evaluation of your Tender, and/or
b) Submit a Procurement-related Complaint in relation to the decision to award the
contract.
i) The successful Tenderer
Name:
[insert name of successful Tenderer]
Address:
[insert address of the successful Tenderer]
Contract price:
[insert contract price of the successful Tender]
ii) Other Tenderers
Name of
Tenderer
Technical score (if
applicable)
Evaluated Tender price (if
applicable)
[insert
name]
[insert technical
score]
[insert evaluated price]
[insert
name]
[insert technical
score]
[insert evaluated price]
Page 63 of 98
[insert
name]
[insert technical
score]
[insert evaluated price]
[insert
name]
[insert technical
score]
[insert evaluated price]
[insert
name]
[insert technical
score]
[insert evaluated price]
Page 64 of 98
HOW TO REQUEST A DEBRIEFING
You may request a debriefing in relation to the results of the evaluation of your Tender. If you
decide to request a debriefing your written request must be made within three (3) Business
Days of receipt of this Notification of Intention to Award.
Provide the contract name, reference number, name of the Tenderer, contact details; and
address the request for debriefing as follows:
Attention [insert full name of person, if applicable]
Title/position [insert title/position]
Agency [insert name of Procuring Entity]
Email address [insert email address]
If your request for a debriefing is received within the 3 Business Days deadline, we will provide the
debriefing within five (5) Business Days of receipt of your request. If we are unable to provide the
debriefing within this period, the Standstill Period shall be extended by five (5) Business Days after
the date that the debriefing is provided. If this happens, we will notify you and confirm the date
that the extended Standstill Period will end.
The debriefing may be in writing, by phone, video conference call or in person. We shall
promptly advise you in writing how the debriefing will take place and confirm the date and time.
If the deadline to request a debriefing has expired, you may still request a debriefing. In this
case, we will provide the debriefing as soon as practicable, and normally no later than fifteen
(15) Business Days from the date of publication of the Contract Award Notice.
How to make a complaint
Provide the contract name, reference number, name of the Tenderer, contact details; and address
the Procurement- related Complaint as follows:
Attention [insert full name of person, if applicable]
Title/position [insert title/position]
Agency [insert name of Procuring Entity]
Email address [insert email address]
At this point in the procurement process, you may submit a Procurement-related Complaint
challenging the decision to award the contract. You do not need to have requested, or received,
a debriefing before making this complaint. Your complaint must be submitted within the Stand
still Period and received by us before the Stand still Period ends. In summary, there are four
essential requirements:
Page 65 of 98
1. You must be an 'interested party'. In this case, that means a Tenderer who submitted a
Tender in this tendering process, and is the recipient of a Notification of Intention to
Award.
2. The complaint can only challenge the decision to award the contract.
3. You must submit the complaint within the period stated above.
4. You must include, in your complaint, all of the information required to support the
complaint.
5. The application must be accompanied by the fees set out in the Procurement Regulations,
which shall not be refundable (information available from the Public Procurement
Authority at [email protected]
Standstill Period
The Standstill Period lasts ten (10) Business Days after the date of transmission of this
Notification of Intention to Award.
The Standstill Period may be extended as stated in Section 4 above. If you have any questions
regarding this Notification please do not hesitate to contact us. On behalf of the Procuring
Entity:
Signature:
Name:
Title/position:
Telephone: Email:
Page 66 of 98
REQUEST FOR REVIEW
FORM FOR REVIEW (r.203(1))
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD APPLICATION NO…………….
OF……….….20……...
BETWEEN
…………………………...………………………………. APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity
of ……………dated the…day of
………….20……..….in the matter of Tender No…………….….…of ………….20……. for
(Tender description).
REQUEST FOR REVIEW
I/We……………………………, the above-named Applicant(s), of address: Physical
address……………. P. O. Box No… Tel.
No…….Email , hereby request the Public Procurement Administrative Review Board to review
the whole/part of the above mentioned decision on the following grounds , namely: 1.
2.
By this memorandum, the Applicant requests the Board for an order/orders that: 1.
2.
SIGNED ……………….(Applicant) Dated on…………….day of ……………/…20……
FOR OFFICIAL USE ONLY Lodged with the Secretary Public Procurement Administrative Review
Board on… day of
………....20….………
SIGNED
Board Secretary
Page 67 of 98
LETTER OF AWARD
[Form head paper of the Procuring Entity]
.......................................................................[date]
To: [name and address of the Service Provider]
This is to notify you that your Tender dated[date]for execution of the [name of the Contract and
identification number, as given in the Special Conditions of Contract] for the Contract Price of the
equivalent of [amount in numbers and words] [name of currency], as corrected and modified in
accordance with the Instructions to Tenderers is hereby accepted by us (Procuring Entity).
You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract, using, for that purpose, one of the Performance Security Forms included
in Section VIII, Contract Forms, of the tender document.
Please return the attached Contract dully signed
Authorized
Signature:....................................................................................
Name and Title of Signatory:............................................................................
Name of Agency:..............................................................................................
Attachment: Contract
Page 68 of 98
FORM OF CONTRACT
[Form head paper of the Procuring entity]
LUMP SUM REMUNERATION
This CONTRACT (herein after called the “Contract”) is made the [day] of the month
of[month],[year], between, on the one hand,[name of Procuring Entity](herein after
called the “Procuring Entity”) and, on the other hand, [name of Service
Provider](hereinafter called the“ Service Provider”).
[Note: In the text below text in brackets is optional; all notes should be deleted in final
text. If the Service Provider consist of more than one entity, the above should be partially
amended to read as follows:“…(herein after called the “Procuring Entity”) and, on the
other hand, a joint venture consisting of the following entities, each of which will be
jointly and severally liable to the Procuring Entity for all the Service Provider's obligations
under this Contract, namely, [name of Service Provider]and[name of Service
Provider](herein after called the “Service Provider”).]
WHEREAS
a) The Procuring Entity has requested the Service Provider to provide certain
Services as defined in the General Conditions of Contract attached to this
Contract (herein after called the “Services”);
b) the Service Provider, having represented to the Procuring Entity that they have
the required professional skills, and personnel and technical resources, have
agreed to provide the Services on the terms and conditions set forth in this
Contract at a contract price of ;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents shall be deemed to form and be read and construed as
part of this Agreement, and the priority of the documents shall be as follows: a)
The Form of Acceptance;
b) The Service Provider's Tender
c) The Special Conditions of Contract;
d) The General Conditions of Contract;
e) The Specifications;
f) The Priced Activity Schedule; and
g) The following Appendices: [Note: If any of these Appendices are not used, the
words “Not Used” should be inserted below next to the title of the Appendix and
on the sheet attached hereto carrying the title of that Appendix.]
Appendix A: Description of the Services Appendix B: Schedule of Payments
Appendix C: Subcontractors Appendix D:
Breakdown of Contract Price
Page 69 of 98
Appendix E: Services and Facilities Provided by the Procuring Entity
2. The mutual rights and obligations of the Procuring Entity and the Service Provider
shall be as set forth in the Contract, in particular:
a) The Service Provider shall carry out the Services in accordance with the provisions
of the
Contract; and
b) The Procuring Entity shall make payments to the Service Provider in accordance
with the provisions of the Contract.
IN WITNESS WHERE OF, the Parties here to have caused this Contract to be signed in their
respective
names as of the day and year first above written.
For and on behalf of [name of Procuring Entity]
[Authorized Representative]
For and on behalf of [name of Service Provider]
[Authorized Representative]
[Note :If the Service Provider consists of more than one entity, all these entities should
appear as signatories, e.g., in the following manner:]
For and on behalf of each of the Members of the Service Provider
..............................................................................[name of member]
..............................................................................[Authorized Representative]
.............................................................................. [name of member]
..............................................................................[Authorized Representative]
Page 70 of 98
PART II PROCURING ENTITY'S REQUIREMENTS
Page 71 of 98
SECTION V - ACTIVITY SCHEDULE
TERMS OF REFERENCE
BACKGROUND
NCK has put in place an ERP to automate business process and its operations. The Council is
seeking a service provider to upgrade and enhance its current Microsoft Navision 2016 Enterprise
Resource Planning System with SQL Server 2016 Enterprise and Microsoft Server 2016 to the
latest version of the Microsoft Dynamics 365 Business Central on premise, database and
operating system and further implementation of functions/modules in line with current Council
business processes and government directives in the following areas:
a) Financial Management.
b) Supply Chain Management (Procurement Services)
c) Human Resources Management.
d) Payroll Services with web-based Employee Self Service.
e) Internal Audit Management.
f) General and IT Administration
g) Project Management and Project Accounting.
h) Process Workflow and Alerts
i) Sharepoint implementation and integration
j) Business Intelligence BI, Analytics, and Crystal reports.
The solution provider should be able to carry out the following services: -
a) Upgrade from Microsoft Dynamics Navision 2026 to the latest Microsoft
Dynamics 365 Business
Central version
b) Carry out on demand support during the contract period on the Microsoft
Dynamics 365 Business
Central
Integration to users M365 suite
c) In addition to (b) above, implement such changes in the system as and when
required by the
Council. This may include adding or removing features as the case may be;
d) Advise the Council on how to customize the system to achieve optimal use of the
system;
e) Upgrade the system to match the customer/NCK needs and migrating the data
from the previously customized module to the newly upgraded version.
f) Develop a staff portal for non-core users’ access.
g) Provide user training for end users and admin staff
Page 72 of 98
1 SCOPE OF WORK & KEY DELIVERABLES
The firm shall be responsible for upgrading current system to the latest version of Microsoft
Dynamics 365 Business Central and support, enhancing and maintaining the Microsoft Dynamics
in accordance to NCK requirements.
The firm shall also offer advisory to the Council on best practices with respect to the version of
Business Central in use, the operating systems and database system the ERP runs on. This will be
in a view to ensure that the system remains secure and supported at all times by Microsoft.
The firm should also be ready and willing to work with other parties to integrate third party
applications and systems to the ERP.
Detailed description of modules
The description of the modules to be upgraded/implemented during the contract period are listed
below. The Provider will be expected to be flexible and accommodate requests from process
owners that may not be necessarily listed below.
i) Human Resource
The developer shall ensure the following features are fully functional in the new ERP
setup;
Company details
Employee Profile
Recruitment and Selection to be automated
Performance and Appraisal management
Job descriptions
Attendance, Discipline and Grievance, Welfare and Separation
Retirement/suspension notice
Staff claims/ pension and other benefits
Training and development
Online job application, analysis and reporting
Leave management online application and leave day tracking
Insurance Claims management
Payroll and Payroll reports
Report generation
Security and control
Reports
The system should have multiple reports including but not limited to:-
Leave utilization and balance
Vacant positions, job descriptions and persons specifications
Pending disciplinary cases/litigation reports
Staff bio data and list of dependents and next of kin
Page 73 of 98
Officer's due for retirement in the current year
Casual staff list and expiry period
Performance appraisal reports
Staff Training Reports
Fleet and Asset Management
Inspect warranty of the assets
Maintenance of the assets
Facilitate transfer of assets
Tag and track responsible employee
Vehicle booking workflow
Workshops & Scheduling
ii) Finance Management Module Cash Management:
The developer shall ensure the following features are fully functional in the new ERP
setup;
Online Control of Bank Accounts
Manage Multiple Bank Accounts
Automate Bank Reconciliation
Attach supporting documents on payment vouchers
Fully automate zonal offices as cost centers
Enable import/export of excel sheets
Automate receipt printing with update of respective ledger/cashbook
Reports
The system should have multiple reports including but not limited to:-
Bank reconciliation report showing un-reconciling entries i.e. un-credited and un-
presented cheques
Cash flow projection report
General Ledger
The developer shall ensure the following features are functional in the General Ledger of the new
ERP setup;
Enable drill down to the (particular) details of an entry
Enable continuous viewing of updated balances and net changes
Enable viewing of balance/budget by period or dimension
Enable tracking of entries throughout the program
Enable ease of transfer of data
Reduce redundant input
Ledger reconciliation
Generation of financial statements i.e. P&L and balance sheet and other ad hoc
reports
Page 74 of 98
Reports
The system should have multiple reports including but not limited to:-
Profit and loss report comparing year to date and same period last
year
Balance sheet report
Green leaf sales and production report showing totals for each buying centre and
totals for each factory
Zonal revenue & cost performance
Motor vehicle cost analysis report showing vehicle cost like fuel, repairs,
insurance etc
Staff cost report per zone separated as administration & operations Budget vs.
actual variance report on a monthly basis
Budget vs. actual variance report compared to same period last year
Key features of fixed assets
The developer shall ensure the following items are functional in the fixed assets sub-module in
the new ERP;
Enable flexible Definition and Grouping of Assets
Enable choice of Standard or Customer Depreciation Methods
Maintenance Information
Allocation of Periodic Depreciation
Reclassification of Fixed Assets
Separation and Partial Disposal of a Fixed Asset
Block the posting of block entries like service and repairs to fixed assets. These
should be posted to the specific asset account
Receivables and payables
The developer shall ensure the following in the receivables and payables sub-
module; Define flexible payment terms, discount periods, and payment
methods.
Define flexible payment application policies including payment tolerance amounts,
payment discount grace periods, and cross-currency application rounding limits.
Define an unlimited number of finance charge terms.
Enable reversal of incorrect transactions
Enable reversal of customer and vendor transactions posted manually in journals, including
all related ledger entries, VAT entries, and bank account entries.
Define a default currency for customers and vendors; and invoice and accept payment in
an unlimited number of currencies.
View customer/vendor statistics per currency, detailed transaction history, and aging/trial
balance reports.
Page 75 of 98
Automatic suggestion of vendor payments based on due dates, dimension values, vendor
priority, and discount availability.
Receive notices informing if a customer exceeds their credit limit, has been blocked from
further transactions, or has an overdue balance.
Allow querying of creditors and debtors list ( oldest, highest, alphabetically etc)
A control to be input that a payable or receivable has to be applied to the related debt or
credit: if not, the system should not post the entry
Enable a report filtering / sorting of debtors, creditors and imprests based on applied /
matched transactions
Create a standard excel template for monthly imprest which can be filled by zone
accountant and sent to head office. After the necessary approval s it can be uploaded to
Navision directly. Input receipt writing which directly updates the GL and block the
receipt journal form
Reports
The system should have multiple reports including but not limited to:-
Customer statement report showing outstanding amounts
Customer aging report
Supplier statement showing outstanding amounts
Suppliers aging report
iii) Procurement and store management
The developer will be responsible for implementing new modules / functionality as specified
below in the procurement module:
Placing of requests for store items and purchasing items (Requisitions)
Applying procedures for approval and rejection of requests/requisitions
Detailed status-tracking of requests/requisitions, by current status of each line
item in the request
Preparing Request for Quotations (RFQ’s)
Collection and Evaluation of Vendor Quotes
Consolidation of requests/Requisitions during the Purchase Order preparation
step
Electronic document attachment for requests, quotes, orders, deliveries, invoices
among others
Restock level management for store requisition items
Enable attachment of inspection certificate documents
Email notification of related users upon arrival of the items in the purchase order
The system keeps track of deliveries made on the purchase order and notifies the
users of arrival of items requested for.
Definition of minimum required specification lines for new items, to avoid
misleading purchasing scenarios (very important for purchase orders of
equipment, machinery etc with technical details
Page 76 of 98
Tolerance management of quantity differences with purchase order and Delivery
notes
Performance evaluation of vendors
Reports
The system should have multiple reports including but not limited to:-
Outstanding/unfulfilled Purchase orders
Inventory availability plan
Approved Requisitions
Rejected Requisitions with reasons for rejection
Purchase order listing
Goods received Notes (GRNS)
Supplier Quotations
iv) Legal Services Management
Legal Requisitions,
Litigations Requisitions,
Case fillings,
Reports
v) Risk management
Risk Register,
Risk Mitigations, Risk Indicators, Risk Reports.
vi) Internal Audit
Audit Plan,
Audit Requisitions, Audit Findings processing, Audit Reports.
vii) Help Desk
ICT Requisitions,
Help Desk issues register
ERP Support Request,
Knowledge base register
viii) Customer Relations Management (CRM).
Customers Case tracking,
Complains
Compliments Register
Biometric integration
Staff check-in/Out Integration to HR Absents sub module
Page 77 of 98
x) Bank Integration
The system should be able to have perform the following
in real time; Merge payments from various payment runs
Create batches and route them for approval.
Approve payments before they are delivered to the bank
Bank Statement monitor capability
xi) Cloud SharePoint Integration.
xii) CEO’s dashboard with ability to view;
Financial reports
HR reports
Procurement reports
Query approval status
Training and User Acceptance Tests
The Provider shall also be required to;
Conduct training
Conduct training for all end users
Train ICT staff on administration and Audit trails
Ensure sign off by all users
Carry out a system testing
Carry out data migration
Ensure system goes live with all processes automated
Warranty and Maintenance Requirements
The provider shall provide a detailed description regarding a one-year warranty period for the
ERP system. The provider shall also describe its policy with respect to superseded and
discontinued software, error correction, revisions and upgrades. The Provider shall describe its
available telephone support and the various levels of escalation for maintenance support that are
available, the direction, financial capability and commitment of the Provider for support and
enhancement of the software. The Provider shall describe its process for escalation of support
issues and outline its approach for providing NCK assurance that important support requests are
addressed in a timely manner. As part of this, the Provider shall provide their support service level
agreement for different levels of issue criticality (e.g., system down, key transactions not
processing, data not displaying properly, etc.)
Page 78 of 98
BREP (Business Ready Enhancement Plan Renewal)
The successful consultant should be able to provide BREP renewal facility for this
upgrade.
Other Features/Requirements:
a) Intuitive graphical interface for a short learning curve
b) Network ready with multi-user password control
c) Web Based
d) Employee Self Service
e) Workflow and Alert Management
f) Embedded Document attachment
g) Email Integration and Sharepoint Integration
h) System integration to existing systems
i) Provision of end user and technical design documents
j) Audit Trails
k) Testing and quality assurance
l) Alignment to Council Management Systems Quality Management, Information
Security Management and Business Continuity and Disaster Recovery
Page 79 of 98
PRICE SCHEDULE FORM
FORM FIN-1 SUMMARY of Costs
No
Description of
services
Unit cost
(Kshs)
Total
cost
(Ksh)
Remarks
Name of Tenderer ......................................................[insert complete name of Tenderer]
Name of Tender Authorized representative……………………………………………..
Signature of Tenderer……………………………………………………………
[signature of person signing the Tender]
Date …………………………………….
Page 80 of 98
PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS
SECTION VI - GENERAL CONDITIONS OF CONTRACT
1. General Provisions
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract
have the following meanings:
a) The Adjudicator is the person appointed jointly by the Procuring Entity and the
Service
Provider to resolve disputes in
the first instance.
b) “Activity Schedule” is the priced and completed list of items of Services to be
performed by the Service
Provider forming part of his Tender;
c) “Completion Date” means the date of completion of the Services by the Service
Provider as certified by
the Procuring Entity
d) “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract
(GCC) are attached, together with all the documents listed in Clause 1 of such signed
Contract;
e) “Contract Price” means the price to be paid for the performance of the Services,
in accordance with
Clause 6;
f) “Day works” means varied work inputs subject to payment on a time basis for the
Service Provider's employees and equipment, in addition to payments for associated
materials and administration.
g) “Procuring Entity” means the Procuring Entity or party who employs the Service
Provider
h) “Foreign Currency” means any currency other than the currency of Kenya;
i) “GCC” means these General Conditions of Contract;
j) “Government ”means the Government of Kenya;
k) “Local Currency ”means Kenya shilling;
l) “Member,” in case the Service Provider consist of a joint venture of more than
one entity, means any of these entities; “Members” means all these entities, and
“Member in Charge” means the entity specified in the SC to act on their behalf in
exercising all the Service
Provider' rights and obligations towards the Procuring Entity under this Contract;
m) “Party” means the Procuring Entity or the Service Provider, as the case maybe,
and
Page 81 of 98
“Parties”
means both
of them;
n) “Personnel” means persons hired by the Service Provider or by any
Subcontractor as employees and
assigned to the performance of the Services or any part there of;
o) “Service Provider” is a person or corporate body whose Tender to provide the
Services has been accepted by the Procuring Entity;
p) “Service Provider's Tender” means the completed Tendering Document
submitted by the
Service Provider to the Procuring Entity
q) “SCC” means the Special Conditions of Contract by which the GCC may be
amended or supplemented;
r) “Specifications” means the specifications of the service included in the Tendering
Document submitted by the Service
Provider to the Procuring Entity
s) “Services” means the work to be performed by the Service Provider pursuant to
this Contract, as described in Appendix A; and in the Specifications and Schedule
of Activities included in the Service Provider's Tender.
t) “Subcontractor” means any entity to which the Service Provider subcontracts
any part of the Services in accordance with the provisions of Sub-Clauses3.5 and
4;
u) “Public Procurement Regulatory Authority (PPRA)” shall mean the Government
Agency responsible for oversight of public procurement.
v) “Project Manager” shall the person appointed by the Procuring Entity to act as
the Project Manager for the purposes of the Contract and named in the Particular
Conditions of Contract, or other person appointed from time to time by the
Procuring Entity and notified to the Contractor.
w) “Notice of Dissatisfaction” means the notice given by either Party to the other
indicating
its dissatisfaction and intention to commence
arbitration.
1.2 Applicable Law
The Contract shall be interpreted in accordance with the laws of Kenya.
1.3 Language
This Contract has been executed in the English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this
Contract.
1.4 Notices
Any notice, request, or consent made pursuant to this Contract shall be in writing and shall
be deemed to have been made when delivered in person to an authorized representative
Page 82 of 98
of the Party to whom the communication is addressed, or when sent by registered mail,
hand delivery, or email to such Party at the address specified in the SCC.
1.5 Location
The Services shall be performed at such locations as a specified in Appendix A, in the
specifications and, where the location of a particular task is not so specified, at such
locations, whether in Kenya or elsewhere, as the Procuring Entity may approve.
1.6 Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted
to be executed, under this Contract by the Procuring Entity or the Service Provider may
be taken or executed by the officials specified in the SCC.
1.7 Inspection and Audit by the PPRA
Pursuant to paragraph 2.2 e. of Attachment 1 to the General Conditions, the Service
Provider shall permit and shall cause its subcontract or sand sub-consultants to permit,
PPRA and/or persons appointed by PPRA to inspect the Site and/or the accounts and
records relating to the procurement process, selection and/or contract execution, and to
have such accounts and records audited by auditors appointed by PPRA. The Service
Provider's and its Subcontractors' and sub-consultants' attention is drawn to Sub-Clause
3.10 which provides, inter alia, that acts intended to materially impede the exercise of
PPRA's inspection and audit rights constitute a prohibited practice subject to contract
termination (as well as to a determination of ineligibility pursuant to PPRA's prevailing
sanctions procedures).
1.8 Taxes and Duties
The Service Provider, Subcontractors, and their Personnel shall pay such taxes, duties,
fees, and other impositions as may be levied under the Applicable Law, the amount of
which is deemed to have been included in the Contract Price.
2. Commencement, Completion, Modification, and Termination of Contract
2.1 Effectiveness of Contract
This Contract shall come into effect on the date the Contract is signed by both parties or
such other later date as maybe stated in the SCC.
2.2 Commencement of Services
2.2.1 Program
Before commencement of the Services, the Service Provider shall submit to the Procuring
Entity for approval a Program showing the general methods, arrangements order and
timing for all activities. The Services shall be carried out in accordance with the approved
Program as updated.
Page 83 of 98
2.2.2 Starting Date
The Service Provider shall start carrying out the Services thirty (30) days after the date the
Contract becomes effective, or at such other date as may be specified in the SCC.
2.3 Intended Completion Date
Unless terminated earlier pursuant to Sub-Clause 2.6, the Service Provider shall complete
the activities by the Intended Completion Date, as is specified in the SCC. If the Service
Provider does not complete the activities by the Intended Completion Date, it shall be
liable to pay liquidated damage as per Sub-Clause3.8. In this case, the Completion Date will
be the date of completion of all activities.
2.4 Modification
Modification of the terms and conditions of this Contract, including any modification of the scope
of the Services or of the Contract Price, may only be made by written agreement between the
Parties.
2.4.1 Value Engineering
The Service Provider may prepare, at its own cost, a value engineering proposal at any time during
the performance of the contract. The value engineering proposal shall, at a minimum,
include the following;
a) The proposed change(s), and a description of the difference to the existing contract
requirements;
b) A full cost/benefit analysis of the proposed change(s) including a description and estimate
of costs (including life cycle costs, if applicable) the Procuring Entity may incur in
implementing the value engineering proposal; and
c) A description of any effect(s)of the change on performance/functionality.
The Procuring Entity may accept the value engineering proposal if the proposal demonstrates
benefits that:
a) accelerates the delivery period; or
b) reduces the Contract Price or the lifecycle costs to the Procuring Entity; or
c) improves the quality, efficiency, safety or sustainability of the services; or
d) yields any other benefits to the Procuring Entity, without compromising the necessary
functions of the Facilities.
If the value engineering proposal is approved by the Procuring Entity and results in:
a) a reduction of the Contract Price; the amount to be paid to the Service Provider shall be
the
percentage specified in the SCC of the reduction in the Contract Price; or
b) an increase in the Contract Price; but results in a reduction in lifecycle costs due to any
benefit described in
Page 84 of 98
(a) to (d)above, the amount to be paid to the Service Provider shall be the full increase in the
Contract Price.
2.5 Force Majeure
2.5.1 Definition
For the purposes of this Contract, “Force Majeure” means an event which is beyond the
reasonable control of a Party and which makes a Party's performance of its obligations
under the Contract impossible or so impractical as to be considered impossible under the
circumstances.
2.5.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall not be
considered to be a breach of, or default under, this Contract insofar as such inability arises
from an event of Force Majeure, provided that the Party affected by such an event (a) has
taken all reasonable precautions, due care and reasonable alternative measures in order
to carry out the terms and conditions of this Contract, and(b) has informed the other Party
as soon as possible about the occurrence of such an event.
2.5.3 Extension of Time
Any period with in which a Party shall, pursuant to this Contract, complete any action or
task, shall be extended for a period equal to the time during which such Party was unable
to perform such action as a result of Force Majeure.
2.5.4 Payments
During the period of their inability to perform the Services as a result of an event of Force
Majeure, the Service Provider shall be entitled to continue to be paid under the terms of
this Contract, as well as to be reimbursed for additional costs reasonably and necessarily
incurred by them during such period for the purposes of the Services and in reactivating
the Service after the end of such period.
2.6 Termination
2.6.1 By the Procuring Entity
The Procuring Entity may terminate this Contract, by not less than thirty (30) days' written
notice of termination to the Service Provider, to be given after the occurrence of any of
the events specified in paragraphs(a)through (d) of this Sub-Clause 2.6.1:
Page 85 of 98
a) If the Service Provider does not remedy a failure in the performance of its obligations
under the Contract, within thirty (30) days after being notified or within any further period
as the Procuring Entity may have subsequently approved in writing;
b) if the Service Provider becomes insolvent or bankrupt;
c) if, as the result of Force Majeure, the Service Provider is unable to perform a material
portion of the Services for a period of not less than sixty (60) days; or
d) if the Service Provider, in the judgment of the Procuring Entity has engaged in Fraud and
Corruption, as defined in paragraph2.2a. of Attachment1 to the GCC, in competing for or in
executing the Contract
2.6.2 By the Service Provider
The Service Provider may terminate this Contract, by not less than thirty (30) days' written notice
to the Procuring Entity, such notice to be given after the occurrence of any of the events
specified in paragraphs (a) and (b) of this Sub-Clause 2.6.2:
a) If the Procuring Entity fails to pay any monies due to the Service Provider pursuant to this
Contract and not subject to dispute pursuant to Clause 7 within forty-five (45) days after
receiving written notice from the Service Provider that such payment is overdue; or
b) if, as the result of Force Majeure, the Service Provider is unable to perform a material
portion of the Services for a period of not less than sixty (60) days.
2.6.3 Payment up on Termination
Upon termination of this Contract pursuant to Sub-Clauses 2.6.1 or 2.6.2, the Procuring Entity shall
make the following payments to the Service Provider:
a) remuneration pursuant to Clause 6 for Services satisfactorily performed prior to the
effective date of termination;
b) except in the case of termination pursuant to paragraphs (a), (b), (d) of Sub-Clause 2.6.1,
reimbursement of any reasonable cost incident to the prompt and orderly termination of
the Contract, including the cost of the return travel of the Personnel.
3 Obligations of the Service Provider
3.1 General
The Service Provider shall perform the Services in accordance with the Specifications and
the Activity Schedule, and carry out its obligations with all due diligence, efficiency, and
economy, in accordance with generally accepted professional techniques and practices,
and shall observe sound management practices, and employ appropriate advanced
technology and safe methods. The Service Provider shall always act, in respect of any
matter relating to this Contractor to the Services, as faithful adviser to the Procuring Entity,
and shall at all times support and safeguard the Procuring Entity's legitimate interests in
any dealings with Subcontractors or third parties.
Page 86 of 98
3.2 Conflict of Interests
3.2.1 Service Provider Not to Benefit from Commissions and Discounts.
The remuneration of the Service Provider pursuant to Clause 6 shall constitute the Service
Provider's sole remuneration in connection with this Contractor the Services, and the
Service Provider shall not accept for their own benefit any trade commission, discount, or
similar payment in connection with activities pursuant to this Contractor to the Services or
in the discharge of their obligations under the Contract, and the Service Provider shall use
their best efforts to ensure that the Personnel, any Subcontractors, and agents of either
of them similarly shall not receive any such additional remuneration.
3.2.2 Service Provider and Affiliates Not to be Otherwise Interested in Project
The Service Provider agree that, during the term of this Contract and after its termination,
the Service Provider and its affiliates, as well as any Subcontractor and any of its affiliates,
shall bed is qualified from providing goods, works, or Services (other than the Services and
any continuation thereof) for any project resulting from or closely related to the Services.
3.2.3 Prohibition of Conflicting Activities
Neither the Service Provider nor its Subcontractors nor the Personnel shall engage, either
directly or indirectly, in any of the following activities:
a) During the term of this Contract, any business or professional activities in Kenya
which would conflict with the activities assigned to them under this Contract;
b) during the term of this Contract, neither the Service Provider nor their
Subcontractors shall hire public employees’ inactive duty or on any type of leave,
to perform any activity under this Contract;
c) After the termination of this Contract, such other activities as may be specified in
the SCC.
3.3 Confidentiality
The Service Provider, its Subcontractors, and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract, disclose
any proprietary or confidential information relating to the Project, the Services, this
Contract, or the Procuring Entity's business or operations without the prior written
consent of the Procuring Entity.
3.4 The Service Provider
(a) shall take out and maintain, and shall cause any Subcontractors to take out and maintain,
at its (or the Sub contractors', as the case may be) own cost but on terms and conditions
approved by the Procuring Entity, insurance against the risks, and for the coverage, as shall
be specified in the SCC; and
Page 87 of 98
(b) at the Procuring Entity's request, shall provide evidence to the Procuring Entity showing
that such insurance has been taken out and maintained and that the current premiums
have been paid.
3.5 Service Provider's Actions Requiring Procuring Entity's Prior Approval
The Service Provider shall obtain the Procuring Entity's prior approval in writing before taking any
of the following actions:
a) Entering into a subcontract for the performance of any part of the Services,
b) appointing such members of the Personnel not listed by name in Appendix C (“Key
Personnel and Subcontractors”),
c) changing the Program of activities; and
d) Any other action that may be specified in the SCC.
3.6 Reporting Obligations
The Service Provider shall submit to the Procuring Entity the reports and documents specified in
Appendix B in the form, in the numbers, and within the periods set forth in the said Appendix.
3.7 Documents Prepared by the Service Provider to Be the Property of the Procuring Entity
All plans, drawings, specifications, designs, reports, and other documents and software
submitted by the Service Provider in accordance with Sub-Clause 3.6 shall become and
remain the property of the Procuring Entity, and the Service Provider shall, not later than
upon termination or expiration of this Contract, deliver all such documents and software
to the Procuring Entity, together with a detailed inventory thereof. The Service Provider
may retain a copy of such documents and software. Restrictions about the future use of
these documents, if any, shall be specified in the SCC.
3.8 Liquidated Damages
3.8.1 Payments of Liquidated Damages
The Service Provider shall pay liquidated damages to the Procuring Entity at the rate per
day stated in the SCC for each day that the Completion Date is later than the Intended
Completion Date. The total amount of liquidated damages shall not exceed the amount
defined in the SCC. The Procuring Entity may deduct liquidated damages from payments
due to the Service Provider. Payment of liquidated damages shall not affect the Service
Provider's liabilities.
Page 88 of 98
3.8.2 Correction for Over-payment
If the Intended Completion Date is extended after liquidated damages have been paid, the
Procuring Entity shall correct any overpayment of liquidated damages by the Service
Provider by adjusting the next payment certificate. The Service Provider shall be paid
interest on the overpayment, calculated from the date of payment to the date of
repayment, at the rates specified in Sub-Clause 6.5.
3.8.3 Lack of performance penalty
If the Service Provider has not corrected a Defect within the time specified in the Procuring
Entity's notice, a penalty for Lack of performance will be paid by the Service Provider. The
amount to be paid will be calculated as a percentage of the cost of having the Defect
corrected, assessed as described in Sub-Clause7.2 and specified in the SCC.
3.9 Performance Security
The Service Provider shall provide the Performance Security to the Procuring Entity no
later than the date specified in the Form of acceptance. The Performance Security shall be
issued in an amount and form and by a bank or surety acceptable to the Procuring Entity,
and denominated in the types and proportions of the currencies in which the Contract
Price is payable. The performance Security shall be valid until a date 28 days from the
Completion Date of the Contract in case of a bank guarantee, and until one year from the
Completion Date of the Contract in the case of a Performance Bond.
3.10 Fraud and Corruption
The Procuring Entity requires compliance with the Government's Anti-Corruption laws and
its prevailing sanctions. The Procuring Entity requires the Service Provider to disclose any
commissions or fees that may have been paid or are to be paid to agents or any other party
with respect to the tendering process or execution of the Contract. The information
disclosed must include at least the name and address of the agent or other party, the
amount and currency, and the purpose of the commission, gratuity or fee.
3.11 Sustainable Procurement
The Service Provider shall conform to the sustainable procurement contractual provisions,
if and as specified in the SCC.
4 Service Provider's Personnel
4.1 Description of Personnel
The titles, agreed job descriptions, minimum qualifications, and estimated periods of
engagement in the carrying out of the Services of the Service Provider's Key Personnel are
Page 89 of 98
described in Appendix C. The Key Personnel and Subcontractors listed by title as well as by
name in Appendix Care hereby approved by the Procuring Entity.
4.2 Removal and/or Replacement of Personnel
a) Except as the Procuring Entity may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Service Provider, it
becomes necessary to replace any of the Key Personnel, the Service Provider shall provide
as a replacement a person of equivalent or better qualifications.
b) If the Procuring Entity finds that any of the Personnel have (i) committed serious
misconduct or have been charged with having committed a criminal action, or (ii) have
reasonable cause to be dissatisfied with the performance of any of the Personnel, then the
Service Provider shall, at the Procuring Entity's written request specifying the grounds
thereof, provide as a replacement a person with qualifications and experience acceptable
to the Procuring Entity.
c) The Service Provider shall have no claim for additional costs arising out of or incidental to
any removal and/or replacement of Personnel.
5 Obligations of the Procuring Entity
5.1 Assistance and Exemptions
The Procuring Entity shall use its best efforts to ensure that the Government shall provide
the Service Provider such assistance and exemptions as specified in the SCC.
5.2 Change in the Applicable Law
If, after the date of this Contract, there is any change in the Applicable Law with respect
to taxes and duties which increases or decreases the cost of the Services rendered by the
Service Provider, then the remuneration and reimbursable expenses otherwise payable to
the Service Provider under this Contract shall be increased or decreased accordingly by
agreement between the Parties, and corresponding adjustments shall be made to the
amounts referred to in SubClauses 6.2(a) or (b), as the case may be.
5.3 Services and Facilities
The Procuring Entity shall make available to the Service Provider the Services and Facilities
listed under Appendix F.
6 Payments to the Service Provider
6.1 Lump-Sum Remuneration
Page 90 of 98
The Service Provider's remuneration shall not exceed the Contract Price and shall be a
fixed lump-sum including all Subcontractors' costs, and all other costs incurred by the
Service Provider in carrying out the Services described in Appendix A. Except as provided
in Sub-Clause 5.2, the Contract Price may only be increased above the amounts stated in
Sub-Clause 6.2 if the Parties have agreed to additional payments in accordance with Sub-
Clauses2.4and6.3.
6.2 Contract Price
a) The price payable is set forth in the SCC.
b) Price may be payable in foreign currency, if so allowed in this document.
6.3 Payment for Additional Services, and Performance Incentive Compensation
6.3.1 For the purpose of determining the remuneration due for additional Services as may be
agreed under Sub- Clause 2.4, a breakdown of the lump-sum price is provided in
Appendices D and E.
6.3.2 If the SCC so specify, the service provider shall be paid performance incentive compensation
asset out in the Performance Incentive Compensation appendix.
6.3.3 Where the contract price is different from the corrected tender price, in order to ensure the
contractor is not paid less or more relative to the contract price (which would be the tender
price), payment valuation certificates and variation orders on omissions and additions
valued based on rates in the schedule of rates in the Tender, will be adjusted by a plus or
minus percentage. The percentage already worked out during tender evaluation is worked
out as follows:(corrected tender pricetender price)/tender price X100.
6.4 Terms and Conditions of Payment
Payments will be made to the Service Provider according to the payment schedule stated
in the SCC. Unless otherwise stated in the SCC, the advance payment (Advance for
Mobilization, Materials and Supplies) shall be made against the provision by the Service
Provider of a bank guarantee for the same amount and shall be valid for the period stated
in the SCC. Any other payment shall be made after the conditions listed in the SCC for such
payment have been met, and the Service Provider have submitted an invoice to the
Procuring Entity specifying the amount due.
6.5 Interest on Delayed Payments
If the Procuring Entity has delayed payments beyond thirty (30) days after the due date
stated in the SCC, interest shall be paid to the Service Provider for each day of delay at the
rate stated in the SCC.
6.6 Price Adjustment
Page 91 of 98
6.6.1 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the SCC.
If so provided, the amounts certified in each payment certificate, after deducting for
Advance Payment, shall be adjusted by applying the respective price adjustment fact or to
the payment amounts due in each currency. A separate formula of the type indicated
below applies to each Contract currency:
P
c
= A
c
+ B
c
Lmc / Loc + C
c
Imc / Ioc
Where:
P
c
is the adjustment factor for the portion of the Contract Price payable in a specific
currency “c”. A
c
, B
c
and C
c
are coefficients specified in the SCC, representing: A
c
the non-
adjustable portion; B
c
the adjustable portion relative to labor costs and C
c
the adjustable
portion for other inputs, of the Contract Price payable in that specific currency “c”; and
Lmc is the index prevailing at the first day of the month of the corresponding invoice date
and Loc is the index prevailing 28 days before Tender opening for labor; both in the specific
currency “c”.
If a price adjustment factor is applied to payments made in a currency other than the
currency of the source of the index for a particular indexed input, a correction factor Zo/Zn
will be applied to the respective component factor of pn for the formula of the relevant
currency. Zo is the number of units of Kenya Shillings of the index, equivalent to one unit
of the currency payment on the date of the base index, and Zn is the corresponding
number of such currency units on the date of the current index.
6.6.2 If the value of the index is changed after it has been used in a calculation, the calculation shall
be corrected, and an adjustment made in the next payment certificate. The index value
shall be deemed to take account to fall changes in cost due to fluctuations in costs.
6.7 Day works
6.7.1 If applicable, the Day work rates in the Service Provider's Tender shall be used for small
additional amounts of Services only when the Procuring Entity has given written
instructions in advance for additional services to be paid in that way.
6.7.2 All work to be paid for as Day works shall be recorded by the Service Provider on forms
approved by the Procuring Entity. Each completed form shall be verified and signed by the
Procuring Entity representative as indicated in Sub-Clause1.6 within two days of the
Services being performed.
6.7.3 The Service Provider shall be paid for Day works subject to obtaining signed Day works forms
as indicated in Sub-Clause6.7.2
Page 92 of 98
7 Quality Control
7.1 Identifying Defects
The principle and modalities of Inspection of the Services by the Procuring Entity shall be
as indicated in the SCC. The Procuring Entity shall check the Service Provider's
performance and notify him of any Defects that are found. Such checking shall not affect
the Service Provider's responsibilities. The Procuring Entity may instruct the Service
Provider to search for a Defect and to uncover and test any service that the Procuring
Entity considers may have a Defect. Defect Liability Period is as defined in the SCC.
Correction of Defects, and Lack of Performance Penalty
a) The Procuring Entity shall give notice to the Service Provider of any Defects before the end
of the Contract. The Defects liability period shall be extended for as long as Defects remain
to be corrected.
b) Every time notice a Defect is given, the Service Provider shall correct the notified Defect
within the length of time specified by the Procuring Entity's notice.
c) If the Service Provider has not corrected a Defect within the time specified in the Procuring
Entity's notice, the Procuring Entity will assess the cost of having the Defect corrected, the
Service Provider will pay this amount and a Penalty for Lack of Performance calculated as
described in Sub-Clause 3.8.
8 Settlement of Disputes
8.1 Contractor's Claims
8.1.1 If the Contractor considers himself to be entitled to any extension of the Time for Completion
and/or any additional payment, under any Clause of these Conditions or otherwise in
connection with the Contract, the Contractor shall give notice to the Project Manager,
describing the event or circumstance giving rise to the claim. The notice shall be given as
soon as practicable, and not later than 28 days after the Contractor becames aware, or
should have become aware, of the event or circumstance.
8.1.2 If the Contractor fails to give notice of a claim within such period of 28days, the Time for
Completion shall not be extended, the Contractor shall not be entitled to additional
payment, and the Procuring Entity shall be discharged from all liability in connection with
the claim. Otherwise, the following provisions of this Sub- Clause shall apply.
8.1.3 The Contractor shall also submit any other notices which are required by the Contract, and
supporting particulars for the claim, all s relevant to such event or circumstance.
8.1.4 The Contractor shall keep such contemporary records as may be necessary to substantiate
any claim, either on the Site or at another location acceptable to the Project Manager.
Without admitting the Procuring Entity's liability, the Project Manager may, after receiving
Page 93 of 98
any notice under this Sub-Clause, monitor the record-keeping and /or instruct the
Contractor to keep further contemporary records. The Contractor shall permit the Project
Manager to inspect all these records, and shall (if instructed) submit copies to the Project
Manager.
8.1.5 Within 42 days after the Contractor became aware (or should have become aware) of the
event or circumstance giving rise to the claim, or within such other period as may be
proposed by the Contractor and approved by the Project Manager, the Contractor shall
send to the Project Manager a fully detailed claim which includes full supporting particulars
of the basis of the claim and of the extension of time and /or additional payment claimed.
If the event or circumstance giving rise to the claim has a continuing effect:
8.1.5.1 This fully detailed claim shall be considered as interim;
a) The Contractor shall send further interim claims at monthly intervals, giving the
accumulated delay and /or amount claimed, and such further particulars as the Project
Manager may reasonably require; and
b) The Contractor shall send a final claim within 28 days after the end of the effects resulting
from the event or circumstance, or within such other period as may be proposed by the
Contractor and approved by the Project Manager.
8.1.6 Within 42 days after receiving a claim or any further particulars supporting a previous claim,
or within such other period as may be proposed by the Project Manager and approved by
the Contractor, the Project Manager shall respond with approval, or with disapproval and
detailed comments. He may also request any necessary further particulars, but shall
nevertheless give his response on the principles of the claim within the above defined time
period.
8.1.7 Within the above defined period of 42 days, the Project Manager shall proceed in accordance
with Sub-Clause 3.5[Determinations] to agree or determine (i) the extension (if any) of the
Time for Completion (before or after its expiry) in accordance with Sub-Clause 8.4
[Extension of Time for Completion], and/or (ii) the additional payment (if any) to which the
Contractor is entitled under the Contract.
8.1.8 Each Payment Certificate shall include such additional payment for any claim as has been
reasonably substantiated as due under the relevant provision of the Contract. Unless and
until the particulars supplied are sufficient to substantiate the whole of the claim, the
Contractor shall only been titled to payment for such part of the claim as he has be enable
to substantiate.
8.1.9 If the Project Manager does not respond within the time framed fined in this Clause, either
Party may consider that the claim is rejected by the Project Manager and any of the Parties
may refer to Arbitration in accordance withSub-Clause8.2 [Matters that may be referred to
arbitration].
Page 94 of 98
8.1.10 The requirements of this Sub-Clause are in addition to those of any other Sub-Clause which
may apply to a claim. If the Contract or fails to comply with this or another Sub-Clause in
relation to any claim, any extension of time and/or additional payment shall take account
of the extent (if any) to which the failure has prevented or prejudiced proper investigation of the
claim, unless the claim is excluded under the second paragraph of this Sub- Clause.
8.2 Matters that may be referred to arbitration
8.2.1 Notwithstanding anything stated herein the following matters may be referred to arbitration
before the practical completion of the Services or abandonment of the Services or
termination of the Contract by either party:
a) The appointment of a replacement Project Manager upon the said person ceasing to act.
b) Whether or not the issue of an instruction by the Project Manager is empowered by these
Conditions.
c) Whether or not a certificate has been improperly withheld or is not in accordance with
these Conditions.
e) Any dispute arising in respect of war risks or war damage.
f) All other matters shall only be referred to arbitration after the completion or alleged
completion of the Services or termination or alleged termination of the Contract, unless
the Procuring Entity and the Contractor agree otherwise in writing.
8.3 Amicable Settlement
8.3.1 Where a Notice of Dissatisfaction has been given, both Parties shall attempt to settle the
dispute amicably before the commencement of arbitration. However, unless both Parties
agree otherwise, the Party giving a Notice of Dissatisfaction in accordance with Sub-Clause
8.1 above should move to commence arbitration after the fifty-sixth day from the day on
which a Notice of Dissatisfaction was given, even if no attempt at an amicable settlement
has been made.
8.4 Arbitration
8.4.1 Any claim or dispute between the Parties arising out of or in connection with the Contract
not settled amicably in accordance with Sub-Clause 8.3 shall be finally settled by
arbitration. Arbitration shall be conducted in accordance with the Arbitration Laws of
Kenya.
8.4.2 The arbitrators shall have full power to open up, review and revise any certificate,
determination, instruction, opinion or valuation of the Project Manager, relevant to the
dispute. Nothing shall disqualify representatives of the Parties and the Project Manager
from being called as a witness and giving evidence before the arbitrators on any matter
whatsoever relevant to the dispute.
8.4.3 Neither Party shall be limited in the proceedings before the arbitrators to the evidence, or to
the reasons for dissatisfaction given in its Notice of Dissatisfaction.
Page 95 of 98
8.4.4 Arbitration may be commenced prior to or after completion of the services. The obligations
of the Parties, and the Project Manager shall not be altered by reason of any arbitration
being conducted during the progress of the services.
8.4.5 The terms of the remuneration of each or all the members of Arbitration shall be mutually
agreed upon by the Parties when agreeing the terms of appointment. Each Party shall be
responsible for paying one-half of this remuneration.
8.5 Arbitration with proceedings
8.5.1 In case of any claim or dispute, such claim or dispute shall be notified in writing by either party
to the other with a request to submit to arbitration and to concur in the appointment of
an Arbitrator within thirty days of the notice. The dispute shall be referred to the
arbitration and final decision of a person to be agreed between the parties. Failing
agreement to concur in the appointment of an Arbitrator, the Arbitrator shall be
appointed, on the request of the applying party, by the Chairman or Vice Chairman of any
of the following professional institutions; a) Law Society of Kenya or b) Chartered Institute
of Arbitrators (Kenya Branch)
8.5.2 The institution written to first by the aggrieved party shall take precedence over all other
institutions.
8.5.3 The arbitration maybe on the construction of this Contractor on any matter or thing of what
so ever nature arising there under or in connection there with, including any matter or
thing left by this Contract to the discretion of the Project Manager, or the withholding by
the Project Manager of any certificate to which the Contractor may claim to been titled to
or the measurement and valuation referred to in clause 23.0 of these conditions, or the
rights and liabilities of the parties subsequent to the termination of Contract.
8.5.4 Provided that no arbitration proceedings shall be commenced on any claim or dispute where
notice of a claim or dispute has not been given by the applying party within ninety days of
the occurrence or discovery of the matter or issue giving rise to the dispute.
8.5.5 Notwithstanding the issue of a notice as stated above, the arbitration of such a claim or
dispute shall not commence unless an attempt has in the first instance been made by the
parties to settle such claim or dispute amicably with or without the assistance of third
parties. Proof of such attempt shall be required.
8.5.6 The Arbitrator shall, without prejudice to the generality of his powers, have powers to direct
such measurements, computations, tests or valuations as may in his opinion be desirable
in order to determine the rights of the parties and assess and award any sums which ought
to have been the subject of or included in any certificate.
8.5.7 The Arbitrator shall, without prejudice to the generality of his powers, have powers to open
up, review and revise any certificate, opinion, decision, requirement or notice and to
Page 96 of 98
determine all matters in dispute which shall be submitted to him in the same manner as if
no such certificate, opinion, decision requirement or notice had been given.
8.5.8 The award of such Arbitrator shall be final and binding upon the parties.
8.6 Failure to Comply with Arbitrator's Decision
8.6.1 In the event that a Party fails to comply with a final and binding Arbitrator's decision, then
the other Party may, without prejudice to any other rights it may have, refer the matter to
a competent court of law.
SECTION VII - SPECIAL CONDITIONS OF CONTRACT
Number of GC
Clause
Amendments of, and Supplements to, Clauses in the General Conditions of
Contract
1.1(v)
Project Manager will be the Deputy Director, ICT
1.1(d)
The Contract Name is: Provision of upgrade and enhancement of
Microsoft Navision 2016 Enterprise Resource Planning System to
Microsoft Dynamics 365.
1.1(g)
The Procuring Entity is: Nursing Council of Kenya
1.1(l)
The Member in Charge is: Registrar/CEO
1.1(o)
The Service Provider is: TBA
1.4
The addresses are:
Procuring Entity: Nursing Council of Kenya
Attention:
Registrar/Chief Executive Officer
Email address: [email protected]
Service Provider: TBA
Attention: TBA Email address: TBA
1.6
The Authorized Representatives are:
For the Procuring Entity: Registrar/CEO
For the Service Provider: TBA
2.1
The date on which this Contract shall come into effect is upon contract
execution
2.2.2
The Starting Date for the commencement of Services is upon contract
execution
Page 97 of 98
2.3
The Intended Completion Date is TBA
3.5(d)
The other actions are;
Entering into a contract for the performance of any part of the Services,
Appointing such members of the Personnel not listed by name in
Appendix C (“Key Personnel and Subcontractors”),
Changing the Program of activities; and
Any other action that may be specified in the SCC.
3.7
There will be restrictions on the use of documents prepared by the Service
Provider
3.8.1
If the liquidated damages exceed the value of the performance security,
the contract shall automatically be cancelled, and the contractor shall be
held responsible.
3.8.3
The percentage to be used for the calculation of Lack of performance
Penalty(ies) is not more than ten per cent (10%) of the contract amount.
5.1
The assistance and exemptions provided to the Service Provider are: N/A
Number of GC
Clause
Amendments of, and Supplements to, Clauses in the General Conditions of
Contract
6.2(a)
The amount to be paid will be as per price schedule or as may negotiated.
6.3.2
The performance incentive paid to the Service Provider shall be: TBA
6.4
Payment will be made upon approval of the facility or as stipulated in the
negotiated Service Level agreement.
6.5
Payment shall be as per negotiated price and conditions
6.6.1
Prices quoted must remain valid for the whole contract period and price
variation may only be introduced upon successful negotiation between
parties.
7.1
The principle and modalities of inspection of the Services by the Procuring
Entity will be against the reports submitted.
Page 98 of 98
SECTION VIII -CONTRACT FORMS
FORM NO. 1 - PERFORMANCE SECURITY (Unconditional Demand Bank Guarantee)
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [insert name and Address of Procuring Entity]
Date: [Insert date of issue]
PERFORMANCE GUARANTEE No.:
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
1. We have been informed that (hereinafter called "the Applicant") has entered into
Contract No. dated with the Beneficiary, for the execution of (herein after called "the
Contract").
2. Furthermore, we understand that, according to the conditions of the Contract, a
performance guarantee is required.
3. At the request of the Applicant, we as Guarantor, hereby irrevocably under take to pay the
Beneficiary any sum or sums not exceeding in total an amount of, such sum being payable
in the types and proportions of currencies in which the Contract Price is payable, upon
receipt by us of the Beneficiary's complying demand supported by the Beneficiary's
statement, whether in the demand itself or in a separate signed document accompanying
or identifying the demand, stating that the Applicant is in breach of its obligation(s) under
the Contract, without the Beneficiary needing to prove or to show grounds for your
demand or the sum specified therein.
4. This guarantee shall expire, no later than the…. Day of……, 2…, and any demand for
payment under it must be received by us at this office indicated above on or before that
date.
5. The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed
[six months] [one year], in response to the Beneficiary's written request for such
extension, such request to be presented to the Guarantor before the expiry of the
guarantee.”
[Name of Authorized Official, signature(s) and seals/stamps]
Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product.