BANKI

CENTRAL

KUU YA

BANK OF

KENYA

KENYA

Haile Selassie Avenue

P.O. Box 60000 - 00200 Nairobi Kenya

Telephone: 2861000/2863000

Email: supplies@centralbank.go.ke

TENDER DOCUMENT

TENDER FOR PROVISION OF CLEANING AND RELATED

SERVICES FOR CENTRAL BANK OF KENYA ELDORET BRANCH

FOR A PERIOD OF TWO YEARS

TENDER NO. CBK/061/2021-2022

CLOSING DATE: 17TH FEBRUARY, 2022 AT 10:30 A.M.

(TENDER WILL BE OPENED AT CENTRAL BANK OF KENYA ELDORET

BRANCH)

Page 1 of 104

TABLE OF CONTENTS

INVITATION TOTENDER………………………………………………………………………………….….5

PART I -TENDERING PROCEDURE ....................................................................................................................

6

Section I - Instructions to Tenderers .............................................................................................................................

7

  1. General …………………………………………………………………………………………………….7

1.

Scope of Tender.........................................................................................................................................................

7

2.

Unfair Competitive Advantage...........................................................................................................................

7

3.

Fraud and Corruption .........................................................................................................................................

7

4.

Eligible Tenderers ..............................................................................................................................................

9

5.

Qualification of the Tenderer............................................................................................................................

10

B.

Contents of Tendering Document..................................................................................................................

10

6.

Sections of Tendering Document .....................................................................................................................

10

PART 1: Tendering Procedures ........................................................................................................................

10

PART 2: Procuring Entity's Requirements........................................................................................................

10

PART3: Contract...............................................................................................................................................

10

7.

Site Visit. .................................................................................................................................................................

10

8.

Pre-Tender Meeting and a pre-arranged pretender visit of the site of the works .............................................

10

9.

Clarification of Tender Document, Site Visit, Pre-Tender Meeting. ................................................................

11

10.

Amendment of Tendering Documents .............................................................................................................

11

C.

Preparation of Tenders ........................................................................................................................................

11

11.

Cost of Tendering.............................................................................................................................................

11

12.

Language of Tender ................................................................................................................................................

11

13.

Documents Comprising the Tender .......................................................................................................................

11

14.

Form of Tender and Activity Schedule.............................................................................................................

12

15.

Alternative Tenders.................................................................................................................................................

12

16.

Tender Prices and Discounts.............................................................................................................................

12

17.

Currencies of Tender and Payment...................................................................................................................

13

18.

Documents Establishing Conformity of Services.............................................................................................

13

19.

Documents Establishing the Eligibility and Qualifications of the Tenderer ....................................................

14

20.

Period of Validity of Tenders..................................................................................................................................

14

21. Tender Security.. ……………………………………………………………………………………………...15

22.

Format and Signing of Tender................................................................................................................................

16

D.

Submission and Opening of Tenders..................................................................................................................

16

23.

Sealing and Marking of Tenders ............................................................................................................................

16

24.

Deadline for Submission of Tenders......................................................................................................................

17

25. Late Tenders……. ...................................................................................................................................................17

26.

Withdrawal, Substitution and Modification of Tenders........................................................................................

17

27. Tender Opening . ……………………………………………………………………………………………...17

E.

Evaluation and Comparison of Tenders............................................................................................................

18

28. Confidentiality ………………………………………………………………………………………………...18

29.

Clarification of Tenders ..........................................................................................................................................

18

30.

Deviations, Reservations, and Omissions ........................................................................................................

19

31.

Determination of Responsiveness ....................................................................................................................

19

32.

Correction of Arithmetical Errors ....................................................................................................................

19

33.

Conversion to Single Currency ........................................................................................................................

20

34.

Margin of Preference and Reservations ...........................................................................................................

20

35.

Evaluation of Tenders .............................................................................................................................................

20

37.

Abnormally Low Tenders and Abnormally High Tenders ...................................................................................

21

38.

Unbalanced and/or Front-Loaded Tenders .......................................................................................................

21

39.

Qualification of the Tenderer............................................................................................................................

22

40.

Procuring Entity's Right to Accept Any Tender, and to Reject Any or All Tenders........................................

22

Page 2 of 104

F.

Award of Contract ..........................................................................................................................................

22

41. Award Criteria ………………………………………………………………………………………………...22

42.

Notice of Intention to enter into a Contract......................................................................................................

22

43.

Standstill Period ...............................................................................................................................................

23

44.

Debriefing by the Procuring Entity.................................................................................................................. .

23

45. Letter of Award.. ………………………………………………………………………………………………...23

46.

Signing of Contract ..........................................................................................................................................

23

47.

Performance Security .......................................................................................................................................

23

48.

Publication of Procurement Contract ..............................................................................................................

23

49. Adjudicator …….............................................................................................................................................. 24

50.

Procurement Related Complaint.......................................................................................................................

24

SECTION II - TENDER DATASHEET (TDS) ......................................................................................................

25

SECTION III - EVALUATION AND QUALIFICATION CRITERIA...............................................................

28

1.

General Provision .............................................................................................................................................

28

2.

Preliminary examination for Determination of Responsiveness ......................................................................

28

3.

Tender Evaluation (ITT 35) ..............................................................................................................................

30

4.

Multiple Contracts ............................................................................................................................................

30

5.

Alternative Tenders (ITT 14.1).........................................................................................................................

30

6.

MARGIN OF PREFERENCE..........................................................................................................................

30

7.

Post qualification and Contract ward (ITT 39), more specifically ...................................................................

30

SECTION IV-TENDERING FORMS ....................................................................................................................

32

1.

FORM OFTENDER.......................................................................................................................................

32

i)

TENDERER'S ELIGIBILITY- CONFIDENTIAL BUSINESS QUESTIONNAIRE ......................................

35

ii)

CERTIFICATE OF INDEPENDENT TENDER DETERMINATION ............................................................

38

iii)

SELF-DECLARATION FORM.......................................................................................................................

39

iv)

APPENDIX 1- FRAUD AND CORRUPTION ...............................................................................................

42

2.

TENDERER INFORMATION FORM ........................................................................................................

44

OTHER FORMS ............................................................................................................................................

45

3.

FORM OF TENDER SECURITY - DEMANDBANKGUARANTEE...........................................................

46

4.

FORM OF TENDER SECURITY (INSURANCE GUARANTEE)................................................................

47

5.

FORM OFTENDER-SECURING DECLARATION...........................................................................................

48

QUALIFICATION FORMS .........................................................................................................................

49

6.

FOREIGN TENDERERS40% RULE..............................................................................................................

49

7.

FORM EQU: EQUIPMENT ............................................................................................................................

50

  1. FORM PER -1 ………………………………………………………………………………………………...51
  2. FORM PER-2 ………………………………………………………………………………………….……..52

TENDERERS QUALIFICATION WITHOUT PREQUALIFICATION ...........................................................

54

10. FORM ELI -1.1.. .............................................................................................................................................. 54

11. FORM ELI -1.2. ...............................................................................................................................................

55

12. FORM CON- 2……………………………………………………………………………………………...56

13.

FORM FIN- 3.1 ...............................................................................................................................................

59

14.

FORM FIN- 3.2 ...............................................................................................................................................

60

15.

FORM FIN- 3.3 ...............................................................................................................................................

61

16.

FORM FIN- 3.4 ...............................................................................................................................................

61

17.

FORM EXP- 4.1...............................................................................................................................................

62

18.

FORM EXP- 4.2(a) ..........................................................................................................................................

63

19.

FORM EXP- 4.2(b)..........................................................................................................................................

64

SCHEDULE FORMS ...............................................................................................................................................

66

1.

Method Statement.............................................................................................................................................

67

2. Work Plan .. …………………………………………………………………………………………………...67

3.

Others -Time Schedule ....................................................................................................................................

70

Page 3 of 104

CONTRACTFORMS ...............................................................................................................................................

71

1.

NOTIFICATION OF INTENTIONTOAWARD..................................................................................................................

71

2.

LETTER OF AWARD ......................................................................................................................................

75

3.

FORM OF CONTRACT ..................................................................................................................................

76

4.

FORM OF TENDER SECURITY (Bank Guarantee) ......................................................................................

78

5.

FORM OF TENDER SECURITY(Insurance Guarantee)................................................................................

79

6.

FORM OFTENDER-SECURING DECLARATION...........................................................................................

80

PART II - PROCURINGENTITY'S REQUIREMENTS .....................................................................................

82

SECTION V - ACTIVITY SCHEDULE................................................................................................................

82

1. Objectives……................................................................................................................................................. 82

2.

Day work Schedule ..........................................................................................................................................

82

3.

Provisional Sums ..............................................................................................................................................

82

4.

PERFORMANCE SPECIFICATIONS AND DRAWINGS................................................................................

82

PART III - CONDITIONS OF CONTRACT ANDCONTRACTFORMS..........................................................

85

SECTION VI - GENERAL CONDITIONSOFCONTRACT ...............................................................................

85

A.

General Provisions .........................................................................................................................................

85

1. Definitions……. ............................................................................................................................................... 85

2.

Commencement, Completion, Modification, and Termination of Contract .....................................................

86

3.

Obligations of the Service Provider .................................................................................................................

88

4.

Service Provider's Personnel ............................................................................................................................

90

5.

Obligations of the Procuring Entity..................................................................................................................

91

6.

Payments to the Service Provider.....................................................................................................................

91

7. Quality Control.. ……………………………………………………………………………………………...93

8.

Settlement of Disputes......................................................................................................................................

93

B.

SECTION VII - SPECIAL CONDITIONS OF CONTRACT ...................................................................

96

  1. APPENDICES.. .............................................................................................................................................. 98

Appendix A - Description of the Services........................................................................................................

98

Appendix B - Schedule of Payments and Reporting Requirements .................................................................

98

Appendix C - Breakdown of Contract Price.....................................................................................................

98

Appendix D - Services and Facilities Provided by the Procuring Entity .........................................................

98

D. SECTION VIII-CONTRACT FORMS .......................................................................................................

99

FORM NO. 1

- PERFORMANCE SECURITY - (Unconditional Demand Bank Guarantee)........................

99

FORM No. 2 - PERFORMANCE SECURITY OPTION 2- (Performance Bond) ......................................

100

FORM NO. 3

- ADVANCE PAYMENT SECURITY [Demand Bank Guarantee] ........................................

102

FORM NO. 4

- BENEFICIAL OWNERSHIP DISCLOSURE FORM .........................................................

103

Page 4 of 104

INVITATION TO TENDER

  1. The Central Bank of Kenya invites sealed tenders for provision of cleaning and related services for
    Central Bank of Kenya-Eldoret Branch for a period of two years.
  2. Tendering will be conducted under open competitive method using a 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 (Monday to Friday) between 9:00 am and 5:00 pm 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 obtained electronically for free from the Central Bank of Kenya website: www.centralbank.go.keOR PPIP website:www.tenders.go.ke. Tenderers who download the tender document must forward their particulars immediately to supplies@centralbank.go.keto facilitate any further clarification or addendum.
  5. All Tenders must be accompanied by an original Tender Security of Kes. 50,000.00 valid for 170 days from the date of tender opening.
  6. The Tenderer MUSTchronologically serialize all pages of the tender documents submitted.
  7. Completed tenders must be delivered to the address below on or before 17th February, 2022 at 10:30 A.M. 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.
  9. Late tenders will be rejected.
  10. Tenders will be publicly opened in the presence of the Tenderers' designated representatives or anyone who chooses to attend. Bidders representatives and other persons who choose to attend the tender opening session will be required to have a personal identification document (National ID/Passport).
  11. Pre-arrangedpretender visit of the site is scheduled for 7th February 2022 at 11.00am at Central Bank of
    Kenya, Eldoret Branch.
  12. The addresses referred to above are:
    a. Address for obtaining further information and for purchasing tender documents Director, General Services Department,

  13. Central Bank of Kenya, Haile Selassie Avenue,

P. O. Box 60000 Nairobi Kenya,

Tel: +254 20 2861000/2860000,

Email:supplies@centralbank.go.ke

  1. Address for Submission of Tenders Central Bank of Kenya, Eldoret Branch, Along Uganda Road,
    Deposit in the White Tender Box
  2. Address for Opening of Tenders Central Bank of Kenya, Eldoret Branch, Mezzanine Floor, Boardroom

Deputy Director, Procurement Division

27th January 2022

Page 5 of 104

This is an excerpt of the original content. To continue reading it, access the original document here.

Attachments

Disclaimer

Central Bank of Kenya published this content on 27 January 2022 and is solely responsible for the information contained therein. Distributed by Public, unedited and unaltered, on 27 January 2022 13:58:04 UTC.