Auto-extracted from the official tender document
Minimum financial criteria bidders must meet
public administration, (ii) financially autonomous and not receiving any significant subsidies or budget support from any public entity or Government, and (iii) operating under commercial law and vested with legal rights and liabilities similar to any commercial enterprise to enable it compete with firms in the private sector on an equal basis. 3.9 A Firms and individuals may be ineligible if their countries of origin (a) as a matter of law or official regulations, Kenya prohibits commercial relations with that country, or (b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, Kenya prohibits any import of goods or contracting of works or services from that country, or any payments to any country, person, or entity in that country. A tenderer shall provide such documentary evidence of eligibility satisfactory to the Procuring Entity, as the Procuring Entity shall reasonably request. 3.10 Foreign tenderers are required to source at least forty (40%) percent of their contract inputs (in supplies, subcontracts and labor) from national suppliers and contractors. To this end, a foreign tenderer shall provide in its tender documentary evidence that this requirement is met. Foreign tenderers not meeting this criterion will be automatically disqualified. Information required to enable the Procuring Entity determine if this condition is met shall be provided in for this purpose is be provided in “SECTION III - EVALUATION AND QUALIFICATION CRITERIA, Item 9”. 3.11 Pursuant to the eligibility requirements of ITT 4.10, a tender is considered a foreign tenderer, if the tenderer is not registered in Kenya or if the tenderer is registered in Kenya and has less than 51 percent ownership by Kenyan 2 Citizens. JVs are considered as foreign tenderers if the individual member firms are not registered in Kenya or if are registered in Kenya and have less than 51 percent ownership by Kenyan citizens. The JV shall not subcontract to foreign firms more than 10 percent of the contract price, excluding provisional sums. 3.12 The National Construction Authority Act of Kenya requires that all local and foreign contractors be registered with the National Construction Authority and be issued with a Registration Certificate before they can undertake any construction works in Kenya. Registration shall not be a condition for tender, but it shall be a condition of contract award and signature. A selected tenderer shall be given opportunity to register before such award and signature of contract. Application for registration with National Construction Authority may be accessed from the website www.nca.go.ke. 3.13 The Competition Act of Kenya requires that firms wishing to tender as Joint Venture undertakings which may prevent, distort or lessen competition in provision of services are prohibited unless they are exempt in accordance with the provisions of Section 25 of the Competition Act, 2010. JVs will be required to seek for exemption from the Competition Authority. Exemption shall not be a condition for tender, but it shall be a condition of contract award and signature. A JV tenderer shall be given opportunity to seek such exemption as a condition of award and signature of contract. Application for exemption from the Competition Authority of Kenya may be accessed from the website www.cak.go.ke 3.14 A Kenyan tenderer shall provide evidence of having fulfilled his/her tax obligations by producing a valid tax clearance certificate or tax exemption certificate issued by the Kenya Revenue Authority. 4. Eligible Goods, Equipment, and Services 4.1 Goods, equipment and services to be supplied under the Contract may have their origin in any country that is not eligible under ITT 3.9. At the Procuring Entity's request, Tenderers may be required to provide evidence of the origin of Goods, equipment and services. 4.2 Any goods, works and production processes with characteristics that have been declared by the relevant national environmental protection agency or by other competent authority as harmful to human beings and to the environment shall not be eligible for procurement. 5. Tenderer's Responsibilities 5.1 The tenderer shall bear all costs associated with the preparation and submission of his/her tender, and the Procuring Entity will in no case be responsible or liable for those costs. 5.2 The tenderer, at the tenderer's own responsibility and risk, is encouraged to visit and examine the Site of the Works and its surroundings, and obtain all information that may be necessary for preparing the tender and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the tenderer's own expense. 5.3 The Tenderer and any of its personnel or agents will be granted permission by the Procuring Entity to enter upon its premises and lands for the purpose of such visit. The Tenderer shall indemnify the Procuring Entity against all liability arising from death or personal injury, loss of or damage to property, and any other losses and expenses
SECTION I - INSTRUCTIONS TO TENDERERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 19. Documents Establishing the Eligibility and Qualifications of the Tenderer iv v A. General vi vii INVITATION TO TENDER PROCURING ENTITY: COUNTY GOVERNMENT OF MOMBASA DEPARTMENT OF TRANSPORT, INFRASTRUCTURE & PUBLIC WORKS CONTRACT NAME & DESCRIPTION: PROPOSED SOLARIZATION WORKS FOR SELECTED COUNTY FACILITIES THROUGH A POWER PURCHASE AGREEMENT (PPA) MODEL The County Chief Officer – Department of Transport, Infrastructure and Public Works invites sealed tenders for the PROPOSED SOLARIZATION WORKS FOR SELECTED COUNTY FACILITIES THROUGH A POWER PURCHASE AGREEMENT (PPA) MODEL 1. Tendering will be conducted under open competitive method (National) using a standardized tender document. Tendering is open to all qualified and interested Tenderers . 2. Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours [0900 to 1500 hours] at the address given below. 3. A complete set of tender documents may be obtained electronically from the Website(s)www.mombasa.go.ke Tender documents obtained electronically will be free of charge. 4. Tender documents may be viewed and downloaded for free from the website (www.mombasa.go.ke). All addenda/additional information on the tender shall be posted on the website as they become available. 5. Tenders shall be quoted be in Kenya Shillings and shall include all taxes and 0.03% PPRA Capacity Building Levy. Tenders shall remain valid for (180) days from the date of opening of tenders. 6. Tenderer shall provide Tender Security in form of a Bank Guarantee OR an Insurance Company Guarantee issued by an Insurance Firm approved by PPRA, Letter of Credit or Guarantee by a Deposit–taking microfinance institution, SACCO Society, Youth Enterprise Development Fund or the Women Enterprise Fund in the amount of Kenya Shillings One Million Shillings Only (Kshs. 1,000,000.00) in the prescribed format valid for 180 days from the tender opening date. Tenderer shall provide Tender Security. The type of tender security shall be in form of a Bank Guarantee OR an Insurance Company Guarantee issued by an Insurance Firm approved by PPRA, Letter of Credit or Guarantee by a Deposit–taking microfinance institution, SACCO Society, Youth Enterprise Development Fund or the Women Enterprise Fund in the amount of Kenya Shillings One Million Shillings Only (Kshs. 1,000,000.00) in the prescribed format valid for 180 days from the tender opening date. 7. The Tenderer shall chronologically serialize all pages of the tender documents submitted. 8. Completed tenders must be delivered to the address below on or before [As indicated in tender advertisement]. Electronic Tenders [will not] be permitted. 9. Tenders will be opened immediately after the deadline date and time specified above or any dead line date and time specified later. Tenders will be publicly opened in the presence of the Tenderers' designated representatives who choose to attend at the address below. 10. Late tenders will be rejected. 10. The addresses referred to above are: A. Address for obtaining further information and for purchasing tender documents (1) Name of Procuring Entity: COUNTY GOVERNMENT OF MOMBASA (2) Physical address for hand Courier Delivery: at the Tender Box located at County Assembly Hall, 2nd Floor, Procurement Office, Treasury Square, Mombasa (3) Postal Address: P.O. Box 80133 – 80100, Mombasa (4) Email Address: o.abdalla@mombasa.go.ke / a.issa@mombasa.go.ke B. Address for Submission of Tenders . vi (1) Name of Procuring Entity: COUNTY GOVERNMENT OF MOMBASA (2) Physical address for hand Courier Delivery: at the Tender Box located at County Assembly Hall, 2nd Floor, Procurement Office, Treasury Square, Mombasa (3) Postal Address: P.O. Box 80133 – 80100, Mombasa (4) Email Address: o.abdalla@mombasa.go.ke C. Address for Opening of Tenders . 1)Name of Procuring Entity. County Government of Mombasa, Department of Transport, Infrastructure & Public Works. 2)Physical address for the location: at County Assembly Building, 2nd Floor, Finance Boardroom, Treasury Square, Mombasa. THE COUNTY SECRETARY, COUNTY GOVERNMENT OF MOMBASA , vi PART 1 - TENDERING PROCEDURES SECTION I: INSTRUCTIONS TO TENDERERS A General Provisions 1. Scope of Tender 1.1 The Procuring Entity as defined in the Appendix to Conditions of Contract invites tenders for Works Contract a described in the tender documents. The name, identification, and number of lots (contracts) of this Tender Document are specified in the TDS. 2. Fraud and Corruption 2.1 The Procuring Entity requires compliance with the provisions of the Public Procurement and Asset Disposal Act, 2015, Section 62 “Declaration not to engage in corruption”. The tender submitted by a person shall include a declaration that the person shall not engage in any corrupt or fraudulent practice and a declaration that
[{"role": "environmental protection agency or by other competent authority as harmful to human beings and to the", "registration_body": "ISK"}][{"equipment_type": "2 3 4 5"}, {"equipment_type": "Nationality Nationality in accordance with ITT 3.6 Forms ELI \u2013 1.1 and 1.2, with"}, {"equipment_type": "Conflict of Interest No conflicts of interest in accordance with ITT 3.3 Form of Tender"}, {"equipment_type": "State- owned Enterprise Meets conditions of ITT 3.7 Forms ELI \u2013 1.1 and 1.2, with", "ownership_requirement": "Owned"}, {"equipment_type": "Goods, equipment and To have their origin in any country that is not determined Forms ELI \u2013 1.1 and 1.2, with"}, {"equipment_type": "History of Non- Non-performance of a contract did not occur as a result of Form CON-2"}, {"equipment_type": "Suspension Based on Not under suspension based on execution of a Tender/Proposal Form of Tender"}, {"equipment_type": "2 3 4 5"}, {"equipment_type": "Average Annual Minimum average annual construction turnover of Kenya Shillings Form FIN \u2013 3.2"}, {"equipment_type": "General Construction Experience under solar works contracts in the role of prime 4. Form EXP \u2013 4.1"}, {"equipment_type": "Specific Construction & A minimum number of [2] similar contracts specified below that Form EXP 4.2(a)"}]