0% found this document useful (0 votes)
16 views11 pages

Addendum-001-Parking-Management-system

This addendum addresses clarifications for the open tender KNL/HQ/T005/2024/2025 regarding the integrated parking management system. It includes a rectified form of tender, revised tables for personnel and tenderer information, and specifies that audited accounts for 2021, 2022, and 2023 are required. Other terms and conditions remain unchanged, and bidders are encouraged to check the Public Procurement Information Portal for updates.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
16 views11 pages

Addendum-001-Parking-Management-system

This addendum addresses clarifications for the open tender KNL/HQ/T005/2024/2025 regarding the integrated parking management system. It includes a rectified form of tender, revised tables for personnel and tenderer information, and specifies that audited accounts for 2021, 2022, and 2023 are required. Other terms and conditions remain unchanged, and bidders are encouraged to check the Public Procurement Information Portal for updates.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 11

6th February, 2025

ADDENDUM 001 ON OPEN TENDER NUMBER: KNL/HQ/T005/2024/2025- PROPOSED DESIGN, SUPPLY,


INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF AN INTEGRATED PARKING
MANAGEMENT SYSTEM AT MAKTABA KUU BUILDING, BURUBURU AND NAKURU FACILITIES.
Pursuant to PART VI Section 75 (2) of the Public Procurement and Asset Disposal Act, 2015, and out of clarification sort by
tenderers , Kenya National Library Service (knls) issues addendum No.1 as follows;
1. Form of Tender
Form of tender on pages 47 and 48 was incomplete.
knls has appended the rectified and complete form of tender.

2. Tables from page 70 – 74

The tables on these pages were split.

Knls has published revised tables as follows;


1.Personnel
a) Form PER -1; Proposed Personnel
b) Form PER-2; Resume of Proposed Personnel

2. Form ELI 1.1; Tenderer Information Sheet


3.Form ELI 1.2; Party to JV Information Sheet
4. Form CON – 2; Historical Contract Non-Performance
3. Audited accounts
Knls clarifies that audited accounts to be submitted are for the years 2021, 2022, 2023. This has resulted from most
tenderers that their accounts for the year 2024 are not done with the audit process.

Complete form of tender, and tables referred above have been attached to this addendum.
Other terms and conditions of the Tender remains the same
This amendment is deemed to have been made.
Bidders are advised to visit the Public Procurement Information Portal and knls website on a regular basis for any addendum
to tender.

JANET ROTICH,
MKISM, MCIPS, MBA
DEPUTY DIRECTOR, SUPPLY CHAIN MANAGEMENT
Page 1 of 11
SECTION IV - TENDERING FORMS

1. FORM OF TENDER

INSTRUCTIONS TOTENDERERS

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 Tenderer in preparing this form.

iii) Tenderer must complete and sign and TENDERER'S ELIGIBILITY- CONFIDENTIAL BUSINESS
QUESTIONNAIRE, CERTIFICATE OF INDEPENDENT TENDER DETERMINATION and the SELF
DECLARATION OF THE TENDERER, all attached to this Form of Tender.

iv) The Form of Tender shall include the following Forms duly completed and signed by the Tenderer.
• Tenderer's Eligibility-Confidential Business Questionnaire
• Certificate of Independent Tender Determination
• Self-Declaration of the Tenderer

• Date of this Tender submission………………………………………. [insert date (as day, month and

year) of Tender submission]

• ITT No.: KNL/HQ/T005/2024-2025 [insert number of ITT process] Alternative No.: [insert
identification No if this is a Tender for an alternative]
• To: KENYA NATIONAL LIBRARY SERVICE [insert complete name of Procuring Entity]

a) No reservations: We have examined and have no reservations to the Tendering document, including Addenda
issued in accordance with ITT 8;

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 4.7;

d) Conformity: We offer to provide design, supply and installation services in conformity with the Tendering
document of the following: [insert a brief description of the Plant, Design, Supply and Installation Services];

e) Tender Price: The total price of our Tender, excluding any discounts offered in item (f) below is: [Insert one of
the options below as appropriate]

Option1, in case of one lot: Total price is: [insert the total price of the Tender in words and figures, indicating the
various amounts and the respective currencies];
Or Option 2, in case of multiple lots: (a) Total price of each lot [insert the total price of each lot in words and
figures, indicating the various amounts and the respective currencies]; and (b) Total price of all lots (sum of all
lots) [insert the total price of all lots 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:
Page 2 of 11
[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 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: I four 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) as a Joint Venture member, and meet the requirements of ITT 4.3, other
than alternative Tenders submitted in accordance with ITT 13;

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. Further, we are not ineligible under the Kenya laws or 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) Commissions, gratuities and fees: We have paid, or will pay the following commissions, gratuities, or fees with
respect to the Tendering process or execution of the Contract: [insert complete name of each Recipient, its full
address, the reason for which each commission or gratuity was paid and the amount and currency of each such
commission or gratuity]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

m) Binding Contract: We understand that this Tender, together with your written acceptance thereof included in
your 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; and

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.

Name of the Tenderer: *[insert complete name of person signing the Tender

p) Collusive practices: We hereby certify and confirm that the tender is genuine, non-collusive 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 Ethical Conduct for Persons Participating in
Public Procurement and Asset Disposal Activities in Kenya, copy available from www.ppra.go.ke during the
procurement process and the execution of any resulting contract.

r) We, the Tenderer, have fully completed and signed the following Forms as part of our Tender:

Page 3 of 11
i) Tenderer's Eligibility; Confidential Business Questionnaire – to establish we are not in any conflict to
interest.
ii) Certificate of Independent Tender Determination – to declare that we completed the tender without
colluding with other tenderers.
iii) Self-Declaration of the Tenderer–to declare that we will, if awarded a contract, not engage in any form
of fraud and corruption.
iv) Declaration and commitment to the code of ethics for Persons Participating in Public Procurement
and Asset Disposal Activities in Kenya. Further, we confirm that we have read and understood the full
content and scope of fraud and corruption as in formed in “Appendix1-Fraud and Corruption”
attached to the Form of 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 4 of 11
Personnel

Form PER -1- Proposed Personnel

Tenderers should provide the names of suitably qualified personnel to meet the specified requirements stated in Section
III. The data on their experience should be supplied using the Form below for each candidate.

1 Title of Position
Name
2 Title of Position
Name
3 Title of Position
Name
4 Title of Position
Name

*As listed in Section III.

Form PER-2

Resume of Proposed Personnel


Position
Personal information Name: Date of birth:
Professional qualification
Present Employment Name of procuring Entity
Address of Procuring Entity
Telephone Contact (manager/Personnel
officer)
Fax
Job title Years with present Procuring
Entity

Summarize professional experience over the last 20 years, in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.

From To Company/ project / relevant technical and management


experience

Page 5 of 11
Proposed Subcontractors for Major Items of Plant and Installation services. A list of major items of Plant and Installation
Services is provided below.

The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated.
Tenderers are free to propose more than one for each item.

Major Items of plant and Proposed Nationality


Installation Services Subcontractors/Manufactures

Others - Time Schedule

(to be used by Tenderer when alternative Time for Completion is invited in ITT 13.2)

Tenderers Qualification without prequalification

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 here under.

Page 6 of 11
Form ELI 1.1

Tenderer Information Sheet

Date:

ITT No.:

1. Tenderer Legal Name [Insert Tenderer legal name]

2. In case of JV, legal name of each Party :[insert legal name of each member in JV]

3. Tenderer actual or intended country of registration: [insert actual or intended country of registration]

4. Tenders year of registration:[insert tenders year of registration]

5. Tenders Legal Address in the country of registration:[insert Tenderer legal address in the country of
registration]

6. Tenderer Authorized representative information

Name:[insert Authorized Representative’s name]


Address :[Insert Authorized Representatives’ Address]
Telephone/Fax numbers:[Insert Authorized Representatives telephone/fax number
Email Address :[insert Authorized Representatives’ email address]
7. Attached are copies of original documents of[ Check the boxes(s) of the attached original documents]

 Articles of incorporation of registration of the firm named in 1 above, in accordance with ITT 4.1 and ITT 4.4.
In case of JV, form of intent to form JV including draft JV agreement, In accordance with ITT4.1 and ITT 11.2

 In case of state owned enterprise or institution from Kenya, documents establishing Legal and financial
autonomy and compliance with the principle of commercial law, and is not under the supervision of the
procuring Entity in accordance with ITT 4.6

Please note that a written authorization needs to be attached to this sheet as required by ITT 21.3

Page 7 of 11
Form ELI 1.2

Party to JV Information Sheet

Date:

ITT No.:

1. Tenders Name:[Insert Tenderer legal name]

2. JV’s party Name:[insert JVs Member legal name]

3. JV’s party country of registration:[ insert JVs member country of registration]

4. JV’s party Year of registration: [insert JV’s member year of registration]

5. JV’s party legal address in the country of registration:[insert JV’s Member legal address in the country
of registration]

6. JV’s Party authorized representative information

Name:[insert name of JV’s Member authorized representatives]


Address:[insert address of JV’s Members 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 boxes of the attached original documents]

 Articles of incorporation of registration of the firm named in 1 above, in accordance with ITT 4.1 and ITT 4.4

 In case of state-owned enterprise or institution from Kenya, documents establishing Legal and financial
autonomy and compliance with the principle of commercial law, and is not under the supervision of the
procuring Entity in accordance with ITT 4.6

Page 8 of 11
Form CON – 2
Historical Contract Non-Performance
Tenderer's Legal Name:

Date:

JV Member Legal Name:

ITT No._____

Non-Performed contracts in accordance with section III, Evaluation and Qualifications


Contract non-performance did not occur since 1st January [insert year] specified in section III
Evaluation and Qualification Criteria, Sub-Factor 2.1
Contract(s) not performed since 1st January [insert year] specified in section III
Evaluation and Qualification Criteria, Sub-Factor 2.1
Contract (s) withdrawn since 1st January [insert year] specified in section III
Evaluation and Qualification Criteria, Sub-Factor 2.1

Year Non-performed portion Contract Identification Total Contract


of contract Amount (current
value, currency,
exchange rate and
Kenya Shilling
equivalent)
[insert year] [inset amount and Contract Identification: [indicate complete
percentage] contract name/ number, and any other
identification]
Name of Procuring Entity: [insert full name]
Address of Procuring Entity: [insert
street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)
Pending Litigation, in accordance with section III, Evaluation and Qualification Criteria
No pending litigation in accordance with section III, Evaluation and Qualification Criteria, Sub-Factor 2.3
Pending litigation in accordance with section III, Evaluation and Qualification Criteria, Sub-Factor 2.3 as
indicated below.

Year of dispute Amount in Contract Identification Total Contract Amount


dispute (Currency), Kenya
(currency) shillings Equivalent
(Exchange Rate)
Contract Identification: ______________
Name of Procuring Entity: ____________
Address of Procuring Entity:___________
Matter in dispute:_________________
Party who initiated the dispute:_______
Status of dispute:___________

Page 9 of 11
Contract Identification:
Name of Procuring Entity:
Address of Procuring Entity:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Litigation History in accordance with section III, Evaluation and Qualification Criteria.

No litigation History in accordance with section III, Evaluation and Qualification Criteria, Sub-Factor 2.4
Litigation History in accordance with section III, Evaluation and Qualification Criteria, Sub-Factor 2.4 as
indicated below.

Year of award Outcome as Contract Identification Total Contract Amount


percentage of (Currency), Kenya
Net Worth shillings Equivalent
(Exchange Rate)

[insert year] [insert percentage] Contract Identification: [indicate complete [insert amount]
contract name, number, and any other
Identification]
Name of Procuring Entity: [insert full
name]
Address of Procuring Entity: [insert
street/city/county]
Matter in dispute: [indicate main issue in
dispute]
Party who initiated the dispute: [indicate
“procuring entity “or “contractor”
Reason(s) for litigation and award
decision I[indicate main reason(s)]

Page 10 of 11
Page 11 of 11

You might also like