Upload
buinguyet
View
216
Download
0
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)