Tender No 32 Kitchen Equipment
Tender No 32 Kitchen Equipment
Tender No 32 Kitchen Equipment
COMPANY /FIRM………………………………………………………………………….
TENDER
NO……………………………………………………………………………………
DESCRIPTION OF
GOODS,WORKS,SERVICES…………………………………………………….
.
Kenya Technical Trainers College is a public TVET Institution established through Legal
Notice No. 115 of 2014 under the TVET ACT 29 of 2013
The College intends to pre-qualify and register suppliers for the provision of Goods, Works and
Services for the period beginning January 2022 to December 2022 from eligible bidders.
Interested and competent firms specializing in the provision of Goods, Works and Services
mentioned below are invited to apply.
Those who may have submitted their business profiles are also required to apply.
Registration of suppliers is to help the institution come up with a database of suppliers in each
category where quotations shall be called from time to time as and when the need arises.
Each Tender/Registration document will be used to apply for One Tender as indicated
below. Bidders applying for more than One Tender should apply using different
Registration/Tender documents per category.
The items that are under RESERVED category are for Youth, Women and Persons living
with Disability and the bidder must attach a copy of registration certificate from National
Treasury among the other requirements.
Complete tender documents may be obtained from the Procurement Office during normal working hours
(8.00 am - 5.00 pm) Monday - Friday upon payment of the KShs. 1,000 (NON REFUNDABLE) in the
College Cooperative Bank, Gigiri Branch A/c no. 01129070020900 and presentation of the payment slip to
the College’s Finance Office for receipting. The Tender documents can also be viewed or downloaded from
the College website: www.kttc.ac.ke free of charge.
KTTC commits to comply with the Provisions of the Data Protection Act 2019 in relation to
the data that is provided by the Bidders.
Duly completed tender documents in plain sealed envelopes clearly marked “the title and the
Tender Reference number” should be addressed to the undersigned and dropped into the
TENDER BOX at the Information Desk on or before 24TH NOVEMBER 2021 AT 10.00AM
The bid documents will be opened immediately thereafter in the Prof. Gichaga Social Hall in
the presence of bidders or their representatives who choose to attend.
Any tender document presented after the prescribed time shall neither be accepted nor opened.
1
1. ELIGIBILITY OF THE BIDDER
1.1 This invitation for Tender application is open to all suppliers and
manufacturers eligible as described in the application documents.
1.2 KTTC Staff, their spouse, child, parent, brother, sister, child, parent or sister of
a spouse, their business associates or agents and firms/organizations in which
they have a substantial or controlling interest shall not be eligible to tender or
be awarded a contract. Public Officers are also not allowed to participate in any
procurement proceedings.
1.3 Bidders should not have been debarred in participating in the public
procurement process as per the Public Procurement and Disposal Act (2015).
1.4 Bidders shall bear all costs associated with the submission of their
applications and Kenya Technical Trainers College will in no case be liable
for such costs, regardless of the conduct or outcome of the process.
1.5 The Bidder shall furnish, as part of his/her application, documents establishing
their eligibility to apply and qualifications to perform the contract if is
accepted.
1.6 The documentary evidence of the bidder qualification to perform the contract
if the application for registration is accepted shall establish to the Institution’s
satisfaction.
2.1 The bidder shall furnish as part of this application, documents establishing the
eligibility and conformity to the application of all goods that the bidder
proposes to supply if accepted.
2.2 The documentary evidence of the eligibility to supply goods and service shall
2
consist of a price schedule, brochures, catalogues of the goods and services
offered which in some cases shall be confirmed by a certificate of origin issued
at the time of shipment.
3.SUBMISSION OF APPLICATION
3.1.1 Tenders shall remain valid for 150 days from the date when the tender is opened. A
tender valid for a shorter period shall be rejected by the Procuring entity as
nonresponsive.
3.1.2 In exceptional circumstances, the Procuring entity may solicit the Bidder’s consent
to an extension of the period of validity. The request and the responses thereto shall
be made in writing.
3.2.1 The tenderer shall prepare two copies of the tender, clearly / marking each “ORIGINAL”
and “COPY,” as appropriate. In the event of any discrepancy between them, the original
shall govern.
3.2.2 The original and all copies of the tender shall be typed or written in indelible ink and shall
be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the
contract. All pages of the tender, except for un amended printed literature, shall be initialed
by the person or persons signing the tender.
3.2.3 The tender shall have no interlineations, erasures, or overwriting except as necessary to
correct errors made by the tenderer, in which case such corrections shall be initialed by the
person or persons signing the tender.
3.3.1 The tenderer shall seal the original and each copy of the tender in separate envelopes,
duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall
then be sealed in an outer envelope.
(a) be addressed to the Procuring entity at the address given in the invitation to tender
(b) Bear, tender number and name in the invitation to tender and the words: “DO
NOT OPEN BEFORE **********************.
3.3.3 The inner envelopes shall also indicate the name and address of the tenderer to
enable the tender to be returned unopened in case it is declared “late”.
3
3.3.4 If the outer envelope is not sealed and marked as required by paragraph 3.3.2 the
Procuring entity will assume no responsibility for the tender’s misplacement or
premature opening.
3.4 Applications must be received by KTTC at the address, date and time specified on the
invitation for Tender.
3.5 KTTC may at its discretion, extend this deadline by amending the application
documents as per regulations governing amendments of tender documents in which
case all rights and obligations of both the Institution and bidders previously subject to
the initial deadline will thereafter be subject to the deadlines as extended.
4.1 The bidder may modify or withdraw his/her application after submission, provided that written
notice of modification, including substitution or withdrawal of the application is received by
the Institution prior to the deadline prescribed for submission of applications.
4.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched
as specified earlier in 5.1. Withdrawal notice may also be sent by email, but followed by signed
confirmation copy, post marked not later than the deadline for submission of the application.
4.3 No application may be withdrawn in the interval between the deadline for submission of the
application and expiration of the period of application validity specified on the application
form.
5.1 Opening
KTTC will open all the bids in the presence of bidder’s representatives who choose to attend
in the designated place as per invitation to. Bidder’s representatives who choose to witness the
opening shall sign a register evidencing their attendance.
5.2 The bidder’s names, modifications or withdrawals and other details the Institution considers
appropriate will be announced at the opening.
6. CLARIFICATION OF APPLICATION
6.1 To assist in the examination, evaluation and comparison of applications, the Institution may at its
discretion ask the bidder for clarification of his/her application. The request for clarification
4
and the response shall be in writing and no change in the substance of the application shall be
sought, offered, or permitted.
6.2 Any effort by the bidder to influence the Institution during evaluation, application comparison
or acceptance decision making may result in rejection of the bidder’s
application.
7.1 Prior to the detailed evaluation, the Institution will determine the substantial, responsiveness of
each application document. A substantially responsive application is one which conforms to all the
terms and conditions without material deviations. The Institution’s determination of bidders’
responsiveness will be based on the content of the application without re-course to extrinsic
evidence.
7.2 If an application is not substantially responsive, it will be rejected by the Institution and may not
subsequently be made responsive by bidder through correcting the non conformity.
8.1 The Institution will only evaluate and compare applications that have been determined to be
substantially responsive.
5
SECTION IV – EVALUATION AND QUALIFICATION CRITERIA
8.2.2 In the event of identification of a potentially Abnormally Low Tender by the evaluation
committee, KTTC shall seek written clarifications from the Tenderer, including detailed
price analysis of its Tender price in relation to the subject matter of the contract, scope,
proposed methodology, schedule, allocation of risks and responsibilities and any other
requirements of the tendering document.
8.2.3 After evaluation of the price analyses, in the event that KTTC determines that the Tenderer
has failed to demonstrate its capability to perform the Contract for the offered Tender Price,
Egerton University shall reject the Tender.
8.3.1 An abnormally high tender price is one where the tender price, in combination with
other constituent elements of the Tender, appears unreasonably too high to the extent that
KTTC is concerned that it (KTTC ) may not be getting value for money or it may be paying
too high a price for the contract compared with market prices or that genuine competition
between Tenderers is compromised.
8.3.2 In case of an abnormally high price, KTTC shall make a survey of the market prices, check
if the estimated cost of the contract is correct and review the Tender Documents to check
if the specifications, scope of work and conditions of
6
contract are contributory to the abnormally high tenders. KTTC may also seek
written clarification from the tenderer on the reason for the high tender price.
KTTC shall proceed as follows:
i) If the tender price is abnormally high based on wrong estimated cost of the
contract, KTTC may accept or not accept the tender depending on KTTC 's
budget considerations.
ii) If specifications, cope of work and/or conditions of contract are contributory
to the abnormally high tender prices, KTTC shall reject all tenders and may
retender for the contract based on revised estimates, specifications, scope of
work and conditions of contract, as the case may be.
8.3.3 If KTTC determines that the Tender Price is abnormally too high because genuine
competition between tenderers is compromised (often due to collusion, corruption or
other manipulations), KTTC shall reject all Tenders and shall institute or cause
relevant Government Agencies to institute an investigation on the cause of the
compromise, before retendering.
8.4 Procuring Entity's Right to Accept Any Tender, and to Reject Any or All Tenders
KTTC reserves the right to accept or reject any tender, and to annul the Tendering
process and reject all Tenders at any time prior to Contract Award, without there by
incurring any liability to Tenderers. In case of annulment, all Tenderers shallbe
notified with reasons and all Tenders submitted and specifically, Tender securities,
shall be promptly returned to the Tenderers.
7
10. CORRUPT FRAUDULENT PRACTICES
10.1 KTTC requires that bidders observe the highest standard of ethics during the
procurement process. In pursuance of this policy KTTC:-
a) Defines for the purpose of this provision, the terms set forth below as follows:-
i. “Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a Institution official in the
procurement process or in contract execution including acceptance of this
application.
ii. “fraudulent practice” means a misrepresentation of facts in order to influence
a procurement process or execution of a contract to the detriment of the
Institution and includes collusive practice among suppliers (prior to or after
application submission) designed to establish item prices at artificial non-
competitive levels and to deprive the Institution of the benefit of free and
open competition.
b) Will reject a proposal for award if it determines that the bidder recommended for
award (acceptance) has engaged in corrupt or fraudulent practices in competing for the
application in question’.
c) Will declare an bidder ineligible, either indefinitely or for a period of time and blacklist
them for award of any Institution contract if at any time it is determined that the bidder
has engaged in corrupt or fraudulent practices.
8
11. STANDARD FORMS
a) Form A – Documents
b) Form B – Submission
c) Form C - Confidential Business Questionnaire
d) Form D - Financial Position.
e) Form E -Format of Curriculum Vitae (CV) for Proposed Staff (One Technical Staff)
f) Form F – Firm’s References ( to be filled by Three Referees, three forms are
attached)
g) Form G - Credit Facility Declaration
h) Form H – Schedule of Requirements
9
FORM A: DOCUMENTS (ALL THESE ARE MANDATORY, AND FAILURE TO
ATTACH ANY OF THEM WILL LEAD TO AN AUTOMATIC DISQUALIFICATION)
6. Registration with the National treasury (Directorate of Procurement) for The Special groups
10
FORM B: / REGISTRATION SUBMISSION
Date:
in accordance with
(Title of bid)
Requested for
(Tender No)
Dated and our Proposal.
We are hereby submitting our documents which include the following attachments;
Our Price list as submitted shall be binding upon us up to expiration of validity period specified in the
instructions to bidders. We undertake that if our application is acceptable we will deliver
goods/services in accordance with the delivery schedule as required or official order signed by
authorized officer(s) of the Institution.
We understand that you are not bound to accept the lowest bid or any tender you may receive.
We remain
Yours Sincerely
11
Duly authorized to sign for and on behalf of ………………………………………………….
Address…………………………………………………………………………………………
Date………………………………………….
12
FORM C: CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are advised that it is a serious offence to give false information on this form
PART 1 – GENERAL
c) Street / Road………………………………………………………………………...
d) Building…………………………………………………………………………….
g) Email Address…………………………………………………………………….
l) Maximum Value of Business which you can handle at any one time Kshs………..
n) Your trade terms (including mode of payment, credit allowed and discount)
………………………………………………………………………………………
……………………………………………………………………………………
………………………………………………………………………………………
4. ……………………………….…………………………………….. ………………
14
Issued Kshs. …………………………………………….
b) Details of Directors:
NAME NATIONALITY SHARES
Date of Birth:
Nationality:
Membership in Professional Societies:
Detailed Tasks Assigned:
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment.
Describe degree of responsibility held by staff member on relevant previous assignments and give
dates and locations].
Education:
[Summarize college/university and other specialized education of staff member, giving names of
schools, dates attended and degree[s] obtained.]
15
Employment Record:
[Starting with present position, list in reverse order every employment held.
List all positions held by staff member since graduation, giving dates, names of employing
organizations, titles of positions held, and locations of assignments.]
Certification:
I, the undersigned, certify that these data correctly describe me, my qualifications, and my
experience
Full name of staff member:
Date:
16
FORM F: FIRM’S REFERENCES –– REFEREE THREE 3
Relevant Services carried out in the ********* that Best Illustrate Qualifications. Relevant projects
done with Public Institution for the last three years would be an added advantage. Minimum required
referees are three (3).
17
FORM G: CREDIT FACILITY DECLARATION FORM
DECLARATION
Having studied the information for the above exercise, I/we hereby state that the information
furnished in our application is accurate to the best of our knowledge.
Name ……………………………………………………………………………………
Position…………………………………………………………………………………
Sign……………………………………….. Stamp………………………………….
18
TENDER-SECURING DECLARATION FORM
[The Bidder shall complete this Form in accordance with the instructions indicated]
20
SELF DECLARATION THAT THE PERSON/BIDDER IS NOT DEBARRED IN THE MATTER
OF THE PUBLIC PROCUREMENT AND ASSET DISPOSAL ACT 2015.
21
TENDER NO. KTTC/T/32/2022: SUPPLY AND DELIVERY OF KITCHEN EQUIPMENT AND UTENSILS
22
27 Tea pots - stainless steel Nos.
28 Milk jugs - stainless steel Nos.
29 Coffee pot - stainless steel Nos.
30 Silver salvers - wooden Nos.
31 Jumbo trays - reed Nos.
32 Wine baskets - small-clear glass/enamel DOZEN
33 Flower vases - arcopal DOZEN
34 Coffee cups - arcopal DOZEN
35 Tea mugs DOZEN
36 Cocktail glasses DOZEN
37 High pressure single gas burner 4 Nos.
38 Electric salamander grill with stand 1 Nos.
39 Deep fat fryer (double) 1 Nos.
40 Double door upright commercial Nos.
chiller/freezer
41 Food prep (meat preparation) Nos.
23
55 Commercial assorted sufurias with lid Nos.
i. All supplied items should indicate the Date of manufacture and expiry date
ii. Pricing of items should be in Kshs (Kenya Shillings)
iii. Prices must include all relevant and Statutory Taxes.
Note: In case of discrepancy between unit price and total, the unit price shall prevail
N/B: Kindly note that those who are responsive in the Mandatory and technical evaluation shall
be considered for the financial evaluation where the lowest bidder overall will be considered for
the award (Applicable only to tenders
24
25