26
PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FOR SUPPLY/PROVISION OF GOODS AND SERVICES BI-ANNUAL TENDER AND PREQUALIFICATION FOR FINANCIAL YEARS 2016-2017 & 2017-2018 TENDER NO. KNCHR/PREQ/2016-2018 Category No………………................................. CLOSING DATE: 3 RD OCTOBER 2016 AT 11.30 A.M

Application open for 2016-2018. Click to download

Embed Size (px)

Citation preview

PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FOR

SUPPLY/PROVISION OF GOODS AND SERVICES

BI-ANNUAL TENDER AND PREQUALIFICATION FOR

FINANCIAL YEARS 2016-2017 & 2017-2018

TENDER NO. KNCHR/PREQ/2016-2018

Category No……………….................................

CLOSING DATE: 3RD OCTOBER 2016 AT 11.30 A.M

1 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

Table of Contents Pages

1. TENDER NOTICE……………………………………………………………..2-4

2. PRE-QUALIFICATION INSTRUCTIONS ………………………………….5-6

3. BRIEF CONTRACT REGULATIONS……………………………………....7

4. PRE-QUALIFICATION DATA INSTRUCTIONS….……………………….8-10

5. IFMIS INFORMATION FORM …………………………………..………… 11

6. CHECK LIST INFORMATION FORM ……………………………………. 12

7. FORM PQ – 1 PRE-QUALIFICATION DOCUMENTS…….……………....13

8. FORM PQ – 2 PREQUALIFICATION DATA…………….………….……..14 - 15

9. FORM PQ – 3 SUPERVISORY PERSONNEL…….……………….……….16 - 19

10. FORM PQ – 4 FINANCIAL POSITION……………..……………………….20

11. FORM PQ – 5 CONFIDENTIAL BUSINESS QUESTIONNAIRES………21- 22

12. FORM PQ – 6 PAST EXPERIENCE…………..………………………….....23

13. FORM PQ – 7 LITIGATION HISTORY…………………………….………24

14. FORM PQ – 8 SWORN STATEMENT………………………………….……25

2 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

Invitation for Bid/Tender Notice

Date: 19th September, 2016.

RE: Pre-qualification of Suppliers for Goods and Services for the Financial Years 2016/2017 and

2017/2018.

The KNCHR invites interested eligible suppliers to apply for the Prequalification for Supply and Provision

of the listed Goods and services for the financial years 2016/2017 and 2017/2018 on “as and when required

basis”.

NO. CATEGORY NUMBER ITEM DESCRIPTION

1. KNCHR/01/2016/2017 & 2017/2018 Supply of General Stationery

2. KNCHR/02/2016/2017 & 2017/2018 Supply and delivery of computers, computer hardware/software, printers,

photocopiers, servers and ICT related Equipment

3. KNCHR/03/2016/2017 & 2017/2018 Supply of Office Furniture and Fittings

4. KNCHR/04/2016/2017 & 2017/2018 Supply of Motor Vehicle Tyres, Tubes, and Batteries

5. KNCHR/05/2016/2017 & 2017/2018 Supply of Photocopier Toners

6. KNCHR/06/2016/2017 & 2017/2018 Supply of Electronics Equipment (Cameras, Voice Recorders, cell phones,

etc.)

7. KNCHR/07/2016/2017 & 2017/2018 Provision of Car Hire Services

8. KNCHR/08/2016/2017 & 2017/2018 Provision of Telecommunication Equipment, Airtime and Accessories;

Nairobi, Mombasa, Kisumu and Kitale Offices

9. KNCHR/9/2016/2017 & 2017/2018 Provision of hotel accommodation, seminar facilities and catering Services

10. KNCHR/10/2016/2017 & 2017/2018 Provision of Corporate Branding Services

11. KNCHR/11/2016/2017 & 2017/2018 Provision of Asset Tagging and Labelling Services

12. KNCHR/12/2016/2017 & 2017/2018 Design and Supply of Branded Promotional Materials (T-shirts, Caps,

carrier bags, banners)

13. KNCHR/13/2016/2017 & 2017/2018 Provision of Travel Agency Services – IATA/KATA Registered Firms

14. KNCHR/14/2016/2017 & 2017/2018 Provision of Taxi Services – Nairobi, Mombasa, Kisumu, Eldoret and

Kitale

15. KNCHR/15/2016/2017 & 2017/2018 Provision of Insurance Brokerage Services

16. KNCHR/16/2016/2017 & 2017/2018 Provision of General Printing Services

17. KNCHR/17/2016/2017 & 2017/2018 Provision of Bulk Photocopying and Binding Services

18. KNCHR/181/2016/2017 &

2017/2018

Provision of Human Rights related Consultancy Services; Facilitation,

Rapporteuring, Report writing and Editing Services

19. KNCHR/19/2016/2017 & 2017/2018 Provision of Entertainment Services (DJs, Bands, Musicians, theatre

groups, etc.)

20. KNCHR/20/2016/2017 & 2017/2018 Repair and servicing of motor vehicles: Ministry of Roads and Public

Works approved garages/Dealers Only

21. KNCHR/21/2016/2017 & 2017/2018 Provision of General Cleaning Services and Fumigation Services for

Nairobi, Mombasa, Kisumu, Kitale and Wajir Offices

22. KNCHR/22/2016/2017 & 2017/2018 Repair and Maintenance of Office Equipment; Servers, UPS Computers,

LAN, Printers & Photocopiers and FAX Machines

3 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

23. KNCHR/23/2016/2017 & 2017/2018 Provision of Team Building and Professional Consultancy Services

24. KNCHR/24/2016/2017 & 2017/2018 Provision of Production of Photography and Video, Documentaries, TV

and Radio Infomercial Services

25. KNCHR/25/2016/2017 & 2017/2018 Provision of Braille, Translation & Sign language Interpretation Services

26. KNCHR/26/2016/2017 & 2017/2018 Provision of Event Management Services, Tents, Chairs, Stage Assembly

& Sound (P.A) Services and Interior Decor Services

27. KNCHR/27/2016/2017 & 2017/2018 Provision of Legal and Paralegal Services

28. KNCHR/28/2016/2017 & 2017/2018 Provision of Minor Office Maintenance Works e.g. Repairs, Plumbing and

Electrical Works

29. KNCHR/29/2016/2017 & 2017/2018 Supply of Servers, Software and Networking Equipment

30. KNCHR/30/2016/2017 & 2017/2018 Provision of Security Services Nairobi, Mombasa, Kisumu and Kitale

31. KNCHR/31/2016/2017 & 2017/2018 Provision of Courier Services in Nairobi, Mombasa, Kisumu and Kitale

32. KNCHR/32/2016/2017 & 2017/2018 Provision of Supply and Delivery of Clean Drinking Water in Nairobi,

Mombasa, Kisumu and Kitale Offices

33. KNCHR/33/2016/2017 & 2017/2018 Provision of Supply and Delivery of Fresh Milk in Nairobi and Kitale

Offices

34. KNCHR/34/2016/2017 & 2017/2018 Provision of Mediation and Negotiation Services

35. KNCHR/35/2016/2017 & 2017/2018 Provision of Debriefing/Psychosocial Support Consultancy Services

36. KNCHR/36/2016/2017 & 2017/2018 Provision of Training/Consultancy Services on Corporate Governance,

Risk Management and Audit

37. KNCHR/37/2016/2017 & 2017/2018 Provision of Supply of Published Educational Materials (Books, Journals

Database Subscriptions)

38. KNCHR/38/2016/2017 & 2017/2018 Maintenance of Access Control System and Printing/Configuration of

Access Control/Staff I.D Cards

39. KNCHR/39/2016/2017 & 2017/2018 Maintenance of Air Condition Unit in Server Room

40. KNCHR/40/2016/2017 & 2017/2018 Provision of Organizational Software and Systems related Technical

Expertise (Record, Content and Document Management Systems,

Information Systems Audit, Library Management System etc.)

41. KNCHR/41/2016/2017 & 2017/2018 Supply and Deliver of Hand Washing Liquid and Paper Towels

42. KNCHR/42/2016/2017 & 2017/2018 Provision of Sanitary Services (for the interior toilets) in Nairobi,

Mombasa, Kisumu, Kitale and Wajir Offices

43. KNCHR/43/2016/2017 & 2017/2018 Provision of Auctioning Services

44. KNCHR/43/2016/2017 & 2017/2018 Provision of uniform for drivers

The pre – qualification documents must be accompanied by the following:-

1. List and value of at least five contracts successfully implemented in the last two years

2. Contacts of at least two major clients who may be contacted for further information on these

contracts

3. Qualification and experience of key personnel

4. Authority to seek reference from bankers and clients

5. Physical address

6. For minor electrical and mechanical works, contractors must be registered with National

Construction Authority.

4 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

NB: Firms under the preference group (People with disabilities, Youth & Women) are encouraged to

apply in all categories and Must attach the following:-

a) Attach copy of business Registration Certificate, PIN Certificate & VAT Certificate, Tax compliance,

Yagpo Certificate

b) Previous experience is NOT a requirement under preference group.

The below listed documents are mandatory.

(i) Copy of certificate of incorporation/registration

(ii) Company profile

(iii) Copies of Tax compliance, VAT and PIN Certificate

Tender/Pre-qualification documents may be obtained from the KNCHR offices, located at 1st Floor CVS

Plaza, along Kasuku/Lenana Road Junction between 8.30am and 4.00pm during working hours Monday to

Friday, at a non- refundable fee of Kshs.500/- per document payable in cash or bankers’ cheque or be

downloaded free of charge from www.knchr.org

Duly completed Tender/pre-qualification document in plain sealed envelopes marked “pre-qualification of

suppliers” with detail of Pre-Qualification Category number should be addressed to:

The Commission Secretary/CEO

Kenya National Commission on Human Rights,

1st Floor CVS Plaza, Lenana Road,

P.O Box 74359-00200,

Nairobi-Kenya

Or be deposited in the tender box situated at the KNCHR offices on or before Monday, 3rd October, 2016

at 11.30 am. Tender /Pre-Qualification documents will be opened immediately thereafter in the presence of

the tenderers or their representatives who choose to attend. Any document received after the due time and

date shall be rejected and returned.

Commission Secretary/CEO

Kenya National Commission on Human Rights

5 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

PRE-QUALIFICATION INSTRUCTIONS

1.1 Introduction

KNCHR would like to invite interested candidates who must qualify by meeting the set criteria as

provided to perform the contract of supply and delivery or provision of goods, works and services to

the Government.

1.2 Pre-qualification Objective

The main objective is to supply and deliver assorted items and also provide works and services under

relevant tenders/quotations to the KNCHR for the period; 2016/2017 and 2017/2018 ending 30th

September, 2016.

1.3 Invitation of Pre-qualification

Suppliers and Contractors registered with Registrar of Companies under the Laws of Kenya in

respective merchandise or services are invited to submit their PRE-QUALIFICATION documents to

KNCHR so that they may be pre-qualified for submission of bids or quotations. Bids will be

submitted in complete lots singly or in combination. The prospective suppliers/contractors are

required to submit the mandatory information for pre-qualification.

1.4 Experience

Prospective suppliers and contractors must have carried out successful supply and delivery of similar

items/services to Government institutions of similar size and complexity. However for firms

registered under preference groups are exempted in this requirement. Potential suppliers/contractors

must demonstrate the willingness and commitment to meet the pre-qualification criteria.

1.5 Pre-qualification Document

This document includes questionnaire forms and documents required of prospective candidates.

1.6 In order to be considered for pre-qualification, prospective candidates must submit all the

information as herein requested.

1.7 Distribution of Pre-qualification Documents

Duly Completed pre-qualification data and other requested information shall be submitted, so as to

reach: The Commission Secretary, Kenya National Commission on Human Rights, 1st Floor CVS

Plaza, Lenana Road, P. O Box 74359-00200, Nairobi-Kenya Not later than 3rd October, 2016 at

11.30 a.m.

6 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

1.8 Questions Arising from Documents

Questions that may arise from the pre-qualification documents should be directed to The

Commission Secretary whose address is given in part 1.7

1.9 Additional Information

KNCHR reserves the right to request submission of additional information from prospective

bidders.

1.10 Request for quotations/Tenders will be made available only to those bidders whose qualifications

meet a minimum score of 70% upon evaluation.

7 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

2 BRIEF CONTRACT REGULATIONS/GUIDELINES

2.1 Taxes on Imported Materials

The Supplier/Contractor will have to pay custom duty and VAT as applicable for all imported

materials to be supplied unless the item(s) is/are donor funded.

2.2 Customs Clearance

The contractors shall be responsible for custom clearance of their imported goods and materials.

2.3 Contract Price

The contract shall be of unit price type or cumulative of computed unit price and quantities required.

Quantities may increase or decrease as determined by demand on the authority of the client’s

Accounting Officer or Tender Committee. Prices quoted should be inclusive of all delivery charges.

2.4 Payments

All local purchase shall be on credit of a minimum of thirty (30) days or as may be stipulated in the

Contract Agreement.

8 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

3. PRE-QUALIFICATION DATA INSTRUCTIONS

3.1 Pre-qualification data forms

The attached questionnaire forms PQ-1, PQ-2, PQ-3(a), PQ-3(b), PQ-4, PQ-5, PQ-6, PQ-7, PQ-8,

are to be completed by prospective suppliers/contractors who wish to be pre-qualified for submission

of application for the specific tender.

3.1.1 The pre-qualified application forms which are NOT filled out completely and submitted in the

prescribed manner will not be considered. All the documents that form part of the proposal must

be written in English and in ink.

3.2 Qualification

3.2.1 It is understood and agreed that the pre-qualification data on prospective bidders is to be used by the

KNCHR in determining, according to its sole judgment and discretion, the qualifications of

prospective bidders to perform in respect to the Tender Category as described by the client.

3.2.2 Prospective bidders will not be considered qualified unless in the judgment of the KNCHR that they

possess capability, experience, qualified personnel available and suitability of equipment and net

current assets or working capital sufficient to satisfactorily execute the contract for goods/services.

3.3 Essential Criteria for Pre-qualification

3.3.1 (a) Experience: Prospective bidders shall have at least 2 years experience (preference group

exempted) in the supply of goods, works, services and allied items in case of potential

supplier/contractor should show competence, willingness and capacity to service the contract.

(b) Prospective candidates require special experience and capability to organize supply and delivery

of items, or services at short notice.

3.3.2 Personnel

The names and pertinent information and detailed CVs of the key personnel for individual or group

to execute the contract must be indicated in form PQ-3.

9 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

3.3.3 Financial Condition

The Candidate’s financial condition will be determined by latest financial statement submitted with

the prequalification documents as well as letters of reference from their bankers regarding

suppliers/contractors credit position. Potential suppliers/contractors will be pre-qualified on the

satisfactory information given.

3.3.4 Special consideration will be given to the financial resources available as working capital, taking

into account the amount of uncompleted orders on contract and now in progress. Data to be

filled/provided on Form PQ-4. However, potential bidders should provide evidence of financial

capability to execute the contract.

3.3.5 Past Performance

Past performance will be given due consideration in pre-qualifying bidders. Letter of reference from

past customers should be included in Form PQ-6

3.4 Statement

Applicants must include a sworn statement Form PQ-8 by the Tenderers ensuring the accuracy of the

information given.

3.5 Withdrawal of Prequalification

Should a condition arise between the time the firm is pre-qualified to bid and the bid opening date

which in the opinion of the client/KNCHR could substantially change the performance and

qualification of the bidder or his ability to perform such as but not limited to bankruptcy, change in

ownership or new commitments, the KNCHR reserves the right to reject the tender from such a

bidder even though he was initially pre-qualified.

3.6 The firm must have a fixed Business Premise and must be registered in Kenya, with certificate of

Registration, Incorporation/Memorandum and Articles of Association, copies of which must be

attached.

10 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

3.6.1 The firm must show proof that it has paid all its statutory obligations and have current Tax

Compliance Certificate

3.7 Prequalification Criteria

Required Information Form Type Points Score

1. IFMIS and checklist Form 6

2. Registration Documentation PQ-1

3. Pre-qualification Data PQ-2 10

4. Supervisory Personnel PQ-3(a) or 3(b) (fill one part but not both) 30

5. Financial Position PQ-4 10

6. Confidential Report PQ-5 10

7. Past Experience PQ-6 18

8. Litigation History PQ-7 8

9. Sworn Statement PQ- 8 8

TOTAL 100

3.8 The qualification shall be 70 points and above.

NB. 1. Part PQ 3(a) applicable to all suppliers except consultancy firms.

2. Part PQ 3(b) applicable to consultancy firms only.

11 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

REQUEST FOR SUPPLIERS’ DEFINATION INFORMATION FOR IFMIS DETAILS

Company Name/ ACCOUNT NAME

Bank and Branch

Bank Account Number

Swift Code

Company Physical Location and Street

Postal Address

Telephone Numbers

Email Address

Company Contact Person

KRA PIN Number

(Indicate number & where attached in your

submission)

VAT No.

Indicate number & where attached in your

submission)

IFMIS Number ( If available)

Please Indicate only the applicable:

Business Classification Certificate i.e. For

Youth, Women and Person with Disability

(Indicate certificate number & validity

period)

NB. The above form must be fully filled

(3 points)

12 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

EVALUATION CHECK LIST CRITERIA FOR DOUCUMENTS SUBMITTED AND PROVIDED

NAME OF THE FIRM/BIDDER

FOR OFFICIAL USE ONLY

(BIDDERS ARE INSTRUCTED NOT

TO FILL THIS SECTION)

MANDATORY REQUIREMENTS

Provide information

required

PQ1 – 1 COMMENTS

1. PIN CERTIFICATE

(Indicate number & where attached

in your submission)

Yes/ NO

2. TAX COMPLIANCE

(Indicate validity Period and where

attached in your submission)

Yes/ NO

3.

REGISTRATION

CERTIFICATE

(Indicate number & where attached

in your submission)

Yes/ NO

4. VALUE ADDED TAX

(Indicate number & where attached

in your submission)

Yes/ NO

OTHER REQUIREMENT -A

5.

YAGPO

(Indicate category. (Whether

Youth, Women or Disabled)

validity period & where attached in

your submission)

Affirm validity of

the YAGPO

group.

OTHER REQUIREMENTS-B – tick if filled or provided

PQ 2 – PQ 9 Official use

1. PQ 2 Fully filled

2. PQ 3 Fully filled

3. PQ 4 Fully filled

4. PQ 5 Fully filled

5. PQ 6 Fully filled

6. PQ 7 Fully filled

7. PQ 8 Fully filled

8. PQ 9 Fully signed

(3 points)

13 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

FORM PQ-1 PRE-QUALIFICATION

All firms must provide:-

1. Copies of Certificate of Registration.

2. Copy of VAT Registration Certificate.

3. Tax Compliance Certificate from Kenya Revenue Authority

4. Copies of Pin Certificate of firm/company/individual.

14 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

FORM PQ-2 - PRE-QUALIFICATION DATA

REGISTRATION OF SUPPLIERS APPLICATION FORM

1. I/We …………………………………………………………hereby apply for registration as supplier(s)

(Name of Company/Firm)

of ……………………………………………………………………………………………………………

(Item Description)

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

(Category No.)

Post Office Address……………………………………………………………………………………..

Town ……………………………………………………………………………………………………

Street ……………………………………………………………………………………………………

Name of building ……………………………………………………………………………………….

Room/Office No.……………………………………………Floor No. ……………………………….

Telephone Nos.…………………………………………………………………………………………

Full Name of applicant………………………………………………………………………………….

Other branches location …………………………………………………………………………………

2. Organization & Business Information

Management Personnel ……………………………………………………………………………….

President (Chief Executive) …………………………………………………………………………..

Secretary ………………………………………………………………………………………………

General Manager ……………………………………………………………………………………..

Treasurer ………………………………………………………………………………………………

Other ………………………………………………………………………………………………….

15 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

Partnership (if applicable)

Names of Partners

3. Business founded or incorporated………………………………………………………….

4. Under present management since…………………………………………………………..

5. Net worth equivalent Kshs.…………………………………………………………………

6. Bank reference and address ………………………………………………………………...

…………………………………………………………………………………………………

7. Bonding company reference and address ……………………………………………………

8. Enclose copy of organization chart of the firm indicating the main fields of activities……..

…………………………………………………………………………………………………

9. State any technological innovations or specific attributes which distinguish you from your competitors

………………………………………………………………………………………

………………………………………………………………………………………………...

…………………………………………………………………………………………………

10. Indicate terms of trade/sale…………………………………………………………………..

(10 Points)

16 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

PQ-3 (a) SUPERVISORY PERSONNEL (applicable to all suppliers except consultancy services)

Name…………………………………………………………………………………………………

Age…………………………………………………………………………………………………..

Academic Qualification………………………………………………………………..…………….

……………………………………………………………………………………………………….

Professional Qualification……………………………………………………………………………

……………………………………………………………………………………………………….

Length of service with Contractor or Supplier position held………………………………………..

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

(Attach copies of certificates of key personnel’s in the organization)

(30 Points)

17 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

PQ-3 (b) KEY PERSONNEL (applicable ONLY to suppliers applying for consultancy services)

Consultant’s Experience

[Using the format below, provide information on at least five different consultancies that you have

participated which are similar to the one you are applying for in this prequalification.]

Assignment name: Approx. Value of the contract (in current Ksh.)

Country:

Location within country:

Duration of assignment (months)

Name of Client: Total No. Of staff-months of the assignment:

Address: Approx. Value of the services provided by your firm under

the contract (in current Ksh.):

Start date (month/year):

Completion date (month/year):

No. Of professional staff-months provided by associated

Consultants:

Name of associated Consultants, if any:

Name of senior professional staff of your firm involved and

functions performed (indicate most significant profiles such

as Project Director/Coordinator, Team Leader):

Narrative description of Project

Description of actual services provided by your staff within the assignment:

Relevant documents attached

(20 points)

18 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

Consultants Qualifications

[Using the format below, provide information on at least five different key/ Technical staff

employed/associated with the firm applying for this prequalification.]

CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

1. Position of the Staff member in the company [only one candidate shall be nominated for each

position]:

2. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. Education [Indicate college/university and other specialized education of staff member, giving names

of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate any other relevant training other than those mentioned under 5 above]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and

writing]:

10. Employment Record [Starting with present position, list in reverse order every employment held by

staff member since graduation, giving for each employment dates of employment, name of employing

organization, positions held.]:

NB: Attach copies of relevant certificates and testimonials

19 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

13. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me,

my qualifications, and my experience. I understand that any wilful misstatement described herein

may lead to my disqualification or dismissal, if engaged.

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative: ___________________________________________

(10 points)

20 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

PQ-4 - FINANCIAL POSITION AND TERMS OF TRADE

(1) Attach a copy of firm’s two certified financial statements giving summary of assets and current

liabilities/or any other financial support.

(2) Attach letters of reference from the bankers regarding supplier’s credit position.

(10 Points)

FORM PQ-5

REPUBLIC OF KENYA

CONFIDENTIAL BUSINESS QUESTIONNAIRE (6 points)

You are requested to give the particulars indicated in Part I and either Part 2 (a), 2 (b) or 2 (c)

whichever applies to your type of business.

You are advised that it is a serious offence to give false information on this form

Part I- General :

Business Name ………………………………………………………………………………....

Location of business premises………………………………………………………………….

Plot No. ………………………………… Street/Road…………………………………………

Postal Address………………………………….Tel. No…………………………………….....

Nature of business……………………………………………………………………………….

Current Trade License No………………………………….Expiring date…………………….

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

Name of your bankers……………………………………Branch ……………………………..

Part 2 (a) – Sole Proprietor

Your name in full……………………………………….…………….Age………….…….

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

*Citizenship details…………………………………………………………………………

Part 2 (b) Partnership

Given details of partners as follows:

Name Nationality Citizenship Details Shares

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

22 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

Part 2 ( c) – Registered Company:

Private or Public…………………………………………………………………….

State the nominal and issued capital of company-

Nominal Kshs.………………………………..

Issued Kshs.…………………………………..

Given details of all directors as follows:-

Name Nationality Citizenship Details Shares

1. …………………………………………………………………………………………

2. …………………………………………………………………………………………

3. …………………………………………………………………………………………

4. …………………………………………………………………………………………

5. ……………………………………………………………………………………….

Date ……………………………………..….Signature of Candidate……………………….

*if Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or Registration

(10 Points)

23 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

FORM PQ-6 - PAST EXPERIENCE

NAMES OF OTHER CLIENTS AND VALUES OF CONTRACT/ORDERS –

(PREFERENCE GROUP EXEMPTED)

i) Name of Client (organization) ………………………………………………………

ii) Address of Client (organization) ……………………………………………………

iii) Name of Contact Person at the client (organization) ……………………………….

iv) Telephone No. of Client …………………………………………………………….

v) Value of Contract ……………………………………………………………………

vi) Duration of Contract (date) …………………………………………………………

(Attach documental evidence of existence of contract)

2. Name of 2nd Client (organization)

i) Name of Client (organization) ………………………………………………………

ii) Address of Client (organization) ……………………………………………………

iii) Name of Contact Person at the client (organization) ……………………………….

iv) Telephone No. of Client ……………………………………………………………

v) Value of Contract …………………………………………………………………..

vi) Duration of Contract (date) …………………………………………………………

(Attach documental evidence of existence of contract)

3. Name of 3rd Client (organization)

i) Name of Client (organization) ………………………………………………………

ii) Address of Client (organization) ……………………………………………………

iii) Name of Contact Person at the client (organization) ……………………………….

iv) Telephone No. of Client ……………………………………………………………

v) Value of Contract …………………………………………………………………..

vi) Duration of Contract (date) …………………………………………………………

(Attach documental evidence of existence of contract)

4. Others ………………………………………………………………………………………

(18 Points)

24 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

FORM PQ-7 - LITIGATION HISTORY

Name of Contract Supplier

Contractors/Suppliers should provide information on any history of litigation or arbitration resulting

from contracts executed in the last five years or currently under execution.

YEAR AWARD FOR OR

AGAINST

NAME OF CLIENT CAUSE

OF LITIGATION AND

MATTER IN DISPUTE

DISPUTED AMOUNT

(CURRENT VALUE,

KSHS. EQUIVALENT

(8 Points)

25 | K N C H R P R E Q U A L I F I C A T I O N 2 0 1 6 / 2 0 1 7 – 2 0 1 7 / 2 0 1 8

FORM PQ-8 - SWORN STATEMENT

Having studied the pre-qualification information for the above category, we/I hereby state:

a) That the information furnished in our/my application is accurate to the best of my/our Knowledge.

b) That this pre-qualification shall not result into a contract. In case of being pre-qualified we acknowledge

that this grants us the right to participate in due time in the submission of a tender or quotation on the basis

of provisions in the tender or quotation document.

c) When the legal status, financial conditions, technical or contractual capacity of the firm changes such that

it affects our/my ability to respond to quotations /tenders, we commit ourselves to inform you and

acknowledge your right to review the pre-qualification made.

d) We enclose all the required documents and information required for the pre-qualification evaluation

e) That we have the capacity to undertake jobs under the categories hereby applied.

Date …………………………………………………………………………………………

Applicant’s Name …………………………………………………………………

Represented by …………………………………………………………………………

Signature …………………………………………………………………………………

Witness/Commissioner of Oaths. Name ……………………………………………

Signature ……………………………………..

Date ……………………………………………….

(Full name and designation of the person signing and stamp or seal)

(8 Points)