ETHICS AND ANTI-CORRUPTION COMMISSION


ETHICS AND ANTI-CORRUPTION COMMISSION

3 month payday loans, car loan emi calculator, discover student loan, loan calc, loan calculator, loan interest calculator, loan payment calculator, savings and loans, simple loan calculator, student loans gov
 ETHICS AND ANTI-CORRUPTION COMMISSION

contactcentre@helb2016/2017 - PREQUALIFICATION OF SUPPLIERS FOR SUPPLY OF GOODS,             PROVISION OF SERVICES & GENERAL CONSULTANCIES FOR THE
FINANCIAL YEARS 2015-2016-2017
Reference No. EACC/PREQ/2015-2016-2017




TENDERER’S NAME: ….………………………………………………………
CATEGORY NO: ………..………………………..………………………………
ITEM DESCRIPTION:…………………………………………………………  .……………………………..……………………………………………………………






DEADLINE: 17TH SEPTEMBER, 2015







Integrity Centre,
Milimani/Valley Road Junction
P.O. Box 61130 - 00200, Nairobi
Tel: (020) 2717318; 2720722; 2100312 / 3
Mobile: 0729 888881 / 2 / 3; 0736 996600 / 33
Fax: (020) 2717473
Email address:  eacc@integrity.go.ke , supply-chain@integrity.go.ke
Website: www.eacc.go.ke 
                   
Table of Contents
Tender Notice    33
PRE-QUALIFICATION INSTRUCTIONS    66
BRIEF CONTRACT REGULATIONS/GUIDELINES    77
PRE-QUALIFICATION DATA INSTRUCTIONS    88
FORM PQ-1    PRE-QUALIFICATION    1111
FORM PQ-2    - PRE-QUALIFICATION DATA    1212
PQ-3     SUPERVISORY PERSONNEL    1414
PQ-4     - FINANCIAL POSITION AND TERMS OF  TRADE    1515
FORM PQ-5          1616
FORM PQ-6    - PAST EXPERIENCE    1818
FORM PQ-7    - LITIGATION HISTORY    2021
FORM PQ-8    - SWORN STATEMENT    2122
FORM PQ-9    -ETHICS AND INTEGRITY PACT    2223


  TENDER NOTICE

            Date: 1st September,2015
Reference:             EACC/PREQ/2015-2016-2017   
Tender Name:         PREQUALIFICATION OF SUPPLIERS FOR SUPPLY OF GOODS,             PROVISION OF SERVICES & GENERAL CONSULTANCIES.

EACCinvites applications from interested eligible firms for pre-qualification& registration of suppliers for the financial years 2015-2016-2017 as indicated in the schedule.
    GOODS   
NO.    CATEGORY NO.    ITEM DESCRIPTION    STATUS
1.        EACC/A1/2015-17    SUPPLY OF OFFICE FURNITURE    Open
2.        EACC/A2/2015-17    SUPPLY OF COMPUTER SOFTWARE    Open
3.        EACC/A3/2015-17    SUPPLY OF COMPUTERS, PRINTERS  CONSUMABLES AND ACCESSORIES    Reserved
4.        EACC/A4/2015-17    SUPPLY OF GENERAL OFFICE STATIONERY    Reserved
5.        EACC/A5/2015-17    SUPPLY, INSTALLATION & MAINTENANCE OF AIR CONDITIONERS    Open
6.        EACC/A6/2015-17    SUPPLY, INSTALLATION & MAINTENANCE OF CCTV, ALARM & ACCESS CONTROL SYSTEMS    Open
7.        EACC/A7/2015-17    PROVISION OF NEWSPAPERS, MAGAZINES& LIBRARY PUBLICATIONS    Reserved
    SERVICES& CONSULTANCIES   
    CATEGORY NO.    ITEM DESCRIPTION    STATUS
8.        EACC/B1/2015-17    PROVISION OF PRINTING SERVICES FOR CALENDARS, DIARIES,CARDS, BROCHURES, MAGAZINES, REPORTS, BRANDED STATIONERY ITEMS& CD-ROMs    Reserved
9.        EACC/B2/2015-17    PROVISION OF PRINTING SERVICES FOR EACC publications and reports     Open
10.        EACC/B3/2015-17    PROVISION OF TRAVEL AGENCY & TICKETING SERVICES    Reserved
11.        EACC/B4/2015-17(i)    PROVISION OF TAXI & CAR HIRE SERVICES
Nairobi
    Open
12.        EACC/B4/2015-17(ii)    PROVISION OF TAXI & CAR HIRE SERVICES
Mombasa
    Open
13.        EACC/B4/2015-17(iii)    PROVISION OF TAXI & CAR HIRE SERVICES
Isiolo
    Open
14.        EACC/B4/2015-17(iv)    PROVISION OF TAXI & CAR HIRE SERVICES
Nyeri
    Open
15.        EACC/B4/2015-17(v)    PROVISION OF TAXI & CAR HIRE SERVICES
Kisumu
    Open
16.        EACC/B4/2015-17(vi)    PROVISION OF TAXI & CAR HIRE SERVICESMachakos
    Open
17.        EACC/B4/2015-17(vii)    PROVISION OF TAXI & CAR HIRE SERVICES
Eldoret
    Open
18.        EACC/B4/2015-17(viii)    PROVISION OF TAXI & CAR HIRE SERVICES
Garissa    Open
19.        EACC/B5/2015-17    REPAIR & MAINTENANCE OF MOTOR VEHICLES body works     Reserved
20.        EACC/B6/2015-17    REPAIR & MAINTENANCE OF COMPUTERS, PRINTERS & NETWORKING EQUIPMENT & PABX    Open
21.        EACC/B7/2015-17    PROVISION OF LOGISTICS & COURIER SERVICES    Open
22.        EACC/B8/2015-17    PROVISION OF FOOD & BEVERAGE CATERING SERVICES    Open
23.        EACC/B9/2015-17    PROVISION OF COMPREHENSIVE OFFICE CLEANING, FUMIGATION & PEST CONTROL SERVICES    Reserved
24.        EACC/B10/2015-17    PROVISION OF CORPORATE BRANDING SERVICES    Open
25.        EACC/B11/2015-17    PROVISION OF ELECTRICAL INSTALLATION SERVICES ,REPAIR & MAINTENANCE OF ELECTRICAL INSTALLATIONS & APPLIANCES    Open
26.        EACC/B12/2015-17    PROVISION OF LEGAL SERVICES    Open
27.        EACC/B13/2015-17    PROVISION OF SECURITY & GUARDING SERVICES    Open
28.        EACC/B14/2015-17    PROVISION OF TEAMBUILDING SERVICES    Reserved
29.        EACC/B15/2015-17    PROVISION OF ASSET TAGGING SERVICES     Open


Categories marked “Reserved” have been specifically set aside for exclusive competition among enterprises owned by the Youth, Women & People with Disabilities. Categories marked “Open” are accessible to all interested, eligible candidates.
The Pre-qualification documents containing the submission information, detailed terms and conditions of qualification may be downloaded free of charge from EACC’s website www.eacc.go.ke or, supplier.treasury.go.ke:


Those who download the document must immediately forward their particulars(i.e. Name & Contacts of applicant, Category applied for) on email to supply-chain@integrity.go.kefor the purposes of receiving any further clarifications and/or addendums.

Completed Prequalification documents are to be enclosed in plain sealed envelopes, marked with the tender number and name and be deposited in the tender box provided at The Ethics and Anti-Corruption Commission, ground Floor, Integrity Centre, Nairobi or be addressed to:

THE SECRETARY/CEO
            Ethics and Anti-Corruption Commission,
            P. O. Box 61130 - 00200
            NAIROBI

So as to be received on or before 17thSEPTEMBER 2015 at 10:00 AM.

Tenders must be accompanied by a tender Security declaration form attached. Tenders will be opened immediately thereafter in the presence of the tenderers representatives who choose to attend the opening at the Board Room, 1st floor, Integrity Centre


THE SECRETARY/CEO,
ETHICS AND ANTI-CORRUPTION COMMISSION



PRE-QUALIFICATION INSTRUCTIONS

1.1.    Introduction

The Ethics and Anti- Corruption Commission (EACC) is established under Section 3 of the Ethics and Anti -Corruption Commission Act No. 22 of 2011 pursuant to Article 79 of the Constitution of Kenya. The mandate of the Commission is to combat and prevent corruption through law enforcement, preventive measures, education and promotion of standards and best practices in integrity and ethics. Similarly, the fight against corruption and promoting good governance is critical to sustained peace and development of any country.

1.2.    Reserved and Open Categories
Categories marked “Reserved” have been specifically set aside for exclusive competition among enterprises owned by the Youth, Women & People with Disabilities. Categories marked “Open” are accessible to all interested, eligible candidates.

1.3.    Pre-qualification Objective
The main objective is to supply and deliver assorted items and also provide services under relevant tenders/quotations to EACC as and when required during the financial period ending 30th June 2017.
1.4.    Invitation of Pre-qualification

Suppliers registered with Registrar of Companies under the Laws of Kenya in respective merchandise or services are invited to submit their Pre-Qualification documents to EACC so that they may be pre-qualified for submission of quotations and restricted tenders. The prospective Suppliers are required to supply mandatory information for pre-qualification.  

1.5.    Experience
Prospective suppliers must produce evidence of having successfully supplied, delivered or provided services of similar nature to Government/Corporation/ institutions of similar size and complexity through attaching a completion / inspection and acceptance certificate. Potential suppliers must demonstrate the willingness and commitment to meet the pre-qualification criteria.

1.6.    Pre-qualification Document
This document includes questionnaire forms and documents required of prospective suppliers. In order to be considered for pre-qualification, prospective suppliers must submit all the information herein requested.
1.7.    Distribution of Pre-qualification Documents
Only the original of the completed pre-qualification data and other requested information shall be submitted to reach:
Integrity Centre,
Milimani/Valley Road Junction
P.O. Box 61130 - 00200, Nairobi
Tel: (020) 2717318; 2720722; 2100312 / 3
Mobile: 0729 888881 / 2 / 3; 0736 996600 / 33
Fax: (020) 2717473
Email address:  supply-chain@integrity.go.ke
Website: www.eacc.go.ke
Not later than 17thSeptember, 2015 at 10.00 a.m. (Local time) 


1.8.    Questions Arising from Documents
Questions that may arise from the pre-qualification documents should be directed to the supply chain office through address given above.
1.9.    Late Applications
Any Pre-qualification Document received after the deadline shall be rejected as a late application and shall not be considered.
1.10.    Additional Information

EACC reserves the right to request clarification from prospective bidders.Bidders will only be deemed to have been successful after scoring more than 70% points after the completion of the pre-qualification process.
EACC does not bind itself to assign contracts/tenders but shall endeavor to ensure a fair and equal rotation amongst the persons prequalified under each category.


2.    BRIEF CONTRACT REGULATIONS/GUIDELINES

2.1    Taxes on Imported Materials

    The Supplier 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 it may be stipulated in the Contract Agreement.



3.    PRE-QUALIFICATION DATA INSTRUCTIONS

3.1    Pre-qualification data forms

3.1.1    The attached questionnaire forms PQ-1, PQ-2, PQ-3, PQ-4, PQ-5, PQ-6, PQ-7, PQ-8 and PQ-9, are to be completed by prospective suppliers/contractors who wish to be pre-qualified for submission of tender for the specific tender.

3.1.2    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 EACC 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 EACC they posses 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 relevant experience in the supply of goods, services and allied items.Incase of potential supplier/contractor should show competence, willingness and capacity to service the contract.

(b)    Prospective supplier requires 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 CV of the key personnel for individual or group to execute the contract must be indicated in form PQ-3.

3.3.3    Financial Condition

    The Supplier’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. 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. An inspection and acceptance certificate accompanied by a recommendation letter from  past customers should be included in Form PQ-6

3.4    Statement

Application must include a self-declaration Form PQ-8 by the Tenderer 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/EACC could substantially change the performance and qualification of the bidder or his ability to perform  but not limited to bankruptcy, change in ownership or new commitments, EACC 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 Article of Association, copies of which must be attached.

For service outside Nairobi
The bidder must  provide evidence of a fixed Business Premise , must be registered in Kenya and must be operating from the region


3.6.1    The firm must show proof that it has paid all its statutory obligations and have current Tax compliance certificate

3.6.2 General Requirements
a.    EACC will examine all applications to determine completeness, general orderliness, and sufficiency in responsiveness.
b.    Pre-qualification will be based on meeting the minimum criteria.
c.    The applicants must have registered offices and EACC reserves the discretion of visiting physical premises from which the applicant conducts business if so desired to confirm existence and capability to deliver the services.
d.    The applicant shall submit documents that are current and valid.



3.7    Prequalification Criteria

    Required Information            Form Type        Points Score

1. Registration Documentation        PQ-1                Mandatory
2. Sworn Statement            PQ-8                        Mandatory
3. Ethics & Integrity Pact            PQ-9            Mandatory

    4. Pre-qualification Data            PQ-2                15 points
    5. Supervisory Personnel            PQ-3                18 Points
    6. Financial Position            PQ-4                15 Points
    7. Confidential Business Q’nnre        PQ-5                  10 Points
    8. Past Experience                PQ-6                40 Points
    9. Litigation History                PQ-7                02 Points
                            TOTAL            100 Points


IMPORTANT:

a.    The minimum score to qualify for prequalification shall be 70 points for Applicants to Categories Marked as “Open” in the Invitation to Tender.

b.    For Applicants to categories marked as “Reserved” in the Invitation to Tender, full adherence tothe requirements of forms PQ-1, PQ2, PQ5, PQ8 and PQ9 shall be sufficient for pre-qualification.

c.    Even though it is not mandatory, candidates in the “Reserved” categories are encouraged to provide any additional, relevant information they may have under forms PQ3, PQ4, PQ6 and PQ7.


3.8   

FORM PQ-1        -PRE-QUALIFICATION

ALL FIRMS MUST PROVIDE THE FOLLOWING MANDATORY DOCUMENTS:-

1.    Copies of Certificate of Registration/Incorporation

2.    Copy of VAT Registration Certificate.

3.    Copies of Pin Certificate of firm/Company.

4.    Copy of Current Trade License.

5.    Copy of Current & Valid Tax Compliance Certificate.

6.    Evidence of a Physical registered office

7.    Duly Completed Confidential Business Questionnaire (Form PQ-5)

8.    Duly Filled Forms PQ-8 and PQ-9

9.    Certificate of Registration from the National Treasury as a Youth, Women and Persons with Disability owned enterprises ( This is a mandatory requirement applicable only for applicants in the Reserved Categories)

10.    Where applicable, Current Certificates of affiliation to a recognized registered professional body e.g.;
     Registration Certificate from National Construction Authority (NCA)Ministry of Lands, Housing and Urban Development -Directorate of Public Works (Civil Works, Plumbing & Electrical works)
     Registration with LSK (Legal services)
     Registration with IATA (Travel Agencies)

Bidders who fail to provide documents 1 to 9 above will be considered unresponsive.

FORM PQ-2    -    PRE-QUALIFICATION DATA
REGISTRATION OF SUPPLIERS APPLICATION FORM

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. …………………………………
officeTelephone Nos. ……………………………………………………………………………………………….
Contact Name …………………………………………………………Mobile No. …………………………………
Official email address(es) …………………………………………………………………………………………….
Other branches location …………………………………………………………………………………………..

2.    Organization & Business Information
Management Personnel ……………………………………………………………………………………………
President/ (Chief Executive) ………………………………………………………………………………………
General Manager …………………………………………………………………………………………………….
Other ……………………………………………………………………………………………………………………..
Partnership (if applicable)

Names of Partners

3. Business founded or incorporated ……………………………………………………………...........
4. Under present management since ……………………………………………………………………..
5. Net worth equivalent Kshs. ……………………………………………………………………………….
6. Bank Name and address ………………………………………………………………………………
     ……………………………………………………………………………………………………………………….
7. Enclose copy of organization chart of the firm indicating the main fields of activities …………………………………………………………………………………………………………
8. State any technological innovations or specific attributes which distinguish you from your competitors ………………………………………………………………………………………
    ……………………………………………………………………………………………………………………….
    ……………………………………………………………………………………………………………………….
10. Indicate terms of trade/sale.







Fully filled - (15 Points)
Not fully filled - (5 points) 
Not filled- (0 point)

PQ-3        SUPERVISORY PERSONNEL


Name …………………………………………………………………………………………………………………
Age …………………………………………………………………………………………………………………….
Academic Qualification ………………………………………………………………………………………..
…………………………………………………………………………………………………………………………..
Professional Qualification …………………………………………………………………………………….
…………………………………………………………………………………………………………………………..
Length of service with Contractor or Supplier position held …………………………………….
…………………………………………………………………………………………………………………………..
(Attach at least 3copies of profiles & certificates of key personnel in the organization)


(Each 6 Points – Total 18 points)


























PQ-4        -    FINANCIAL POSITION AND TERMS OF                                                     TRADE

(1)    Attach a copy of firm’s certified financial statements for the last two years giving summary of assets and current liabilities/or any other financial support.(5 points )

(2)    Attach a credit reference bureau clearance regarding supplier’s credit position(5 points ).

(3)    State Credit period (minimum proposed is 30 days)- (5 points )



(15Points)



































FORM PQ-5-  CONFIDENTIAL BUSINESS QUESTIONNAIRE

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………………...…...
Email address. …………………………………….……….
         Nature of business……………………………………………………………………………………
         Current Trade License No………………………………….…………Expiring date………..……..
      Maximum value of business which you can handle at any one time: K£…………………………….
         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
    ………………………………………………………………………………………….
    ………………………………………………………………………………………….
    ………………………………………………………………………………………….
    …………………………………………………………………………………………..
    Part 2 ( c) – Registered Company:
Private or Public…………………………………………………………………………….
State the nominal and issued capital of company-
       Nominal K£………………………………..
       Issued K£…………………………………..
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.

NOTE:
Attach copies of Directors’ identity cards / passports




(10 points)





FORM PQ-6    -    PAST EXPERIENCE
NAMES OF THE APPLICANT’S CLIENTS IN THE LAST TWO YEARS FOR SIMILAR CONTRACTS:
NAMES OF AT LEAST EIGHT  (8) OTHER CLIENTS AND VALUES OF CONTRACT/ORDERS
Kindly note that the experience quoted below must be relevant to the category to which you would like to be Prequalified as a supplier.
UNRELATED/IRRELEVANT EXPERIENCE SHALL NOT BE CONSIDERED.

1.    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 documentary evidence of existence of a reference letter and completion / inspection and acceptance certificate from the client)


2.    Name of 2nd Client (organization)

    i)    Name of Client (organization) …………………………………………………………
    ii)    Address of Client (organization) ………………………………………………………
vii)    Name of Contact Person at the client (organization) …………………………..
viii)    Telephone No. of Client ……………………………………………………………………
ix)    Value of Contract …………………………………………………………………………….
x)    Duration of Contract (date) ……………………………………………………………..
(Attach documentary evidence of existence of a reference letter and completion / inspection and acceptance certificate from the client)





3.    Name of 3rd Client (organization)
    i)    Name of Client (organization) …………………………………………………………
    ii)    Address of Client (organization) ………………………………………………………
xi)    Name of Contact Person at the client (organization) …………………………..
xii)    Telephone No. of Client ……………………………………………………………………
xiii)    Value of Contract …………………………………………………………………………….
xiv)    Duration of Contract (date) ……………………………………………………………..
(Attach documentary evidence of existence of a reference letter and completion / inspection and acceptance certificatefrom the client)

4.    Name of 4th Client (organization)
    i)    Name of Client (organization) …………………………………………………………
    ii)    Address of Client (organization) ………………………………………………………
xv)    Name of Contact Person at the client (organization) …………………………..
xvi)    Telephone No. of Client ……………………………………………………………………
xvii)    Value of Contract …………………………………………………………………………….
xviii)    Duration of Contract (date) ……………………………………………………………..
(Attach documentary evidence of existence of a reference letter and completion / inspection and acceptance certificate from the client)

5.    Name of 5th Client (organization)
    i)    Name of Client (organization) …………………………………………………………
    ii)    Address of Client (organization) ………………………………………………………
xix)    Name of Contact Person at the client (organization) …………………………..
xx)    Telephone No. of Client ……………………………………………………………………
xxi)    Value of Contract …………………………………………………………………………….
xxii)    Duration of Contract (date) ……………………………………………………………..
(Attach documentary evidence of existence of a reference letter and completion / inspection and acceptance certificate from the client)

(40 Points)

   
FORM PQ-7    -    LITIGATION HISTORY

Contractors/Suppliers should provide information on any history 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
           
           
           
           
           
           
           
           


(02 Points)








FORM PQ-8    -    SWORN STATEMENT

Having studied the pre-qualification information for the above project we/I hereby state:

a.    The information furnished in our application is accurate to the best of our knowledge.

b.    That 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 documents to follow.

c.    When the call for Quotations is issued the legal, technical or financial conditions or the contractual capacity of the firm changes we come 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.


Date    …………………………………………………………………………………………


Applicant’s Name    …………………………………………………………………


Represented by    …………………………………………………………………………


Signature    …………………………………………………………………………………

(Full name and designation of the person signing and stamp or seal)



FORM PQ-9    -ETHICS AND INTEGRITY PACT

TO BE FILLED, DATED, SIGNED AND SUBMITTED BY ALL PERSONS BIDDING FOR THE SUPPLY OF OR PROVISION OF ANY GOODS OR SERVICES TO EACC
Bidder’s undertaking on Ethics and Integrity
Accepting that transparent business management and fair public administration are the key to social development and national competitiveness, and in an effort to purge corruption and apply sanctions to corrupt businesses, and in full support of the worthy goals of this Integrity Pact, concerning the present proposal for: _____________, I____________________________________________(lead  consultant’s name in the case of an individual consultancy) ⁄all personnel of____________________________________________ (name of association, partnership, corporation or other entity being a non-individual consultant) and its sub-contractors and agents hereby agree that:
1    I/We understand that the EACCis a law-abiding institution and I/We undertake to abide by all the Laws of Kenya particularly the laws, rules and regulations governing ethics and integrity and the procurement of goods and services by public agencies in Kenya. I/We shall not conduct any unethical business practices, including but not limited to making false declarations and representations in bidding documents; bid-rigging, collusive bidding, canvassing,.
2    I/We shall not offer any bribe, gifts, entertainment or any other undue benefits directly or indirectly to any officials of the EACC or indeed any other person nor commit any other act with a view to unlawfully influencing the process or outcome of procuring for the goods and/or services herein or the performance of any contract arising from the procurement process.
3    I/We undertake to report to the Ethics andAnti-Corruption Commission any acts of corruption and unethical practice by any official of the EACC, any of my/our employees, agents, associates, affiliates or indeed any other person that come to our knowledge in the course of procuring the supply provision of the goods and/or services herein or the performance of any contract arising therefrom.
4    In bidding for the goods or services herein and in the course of any contract that may arise therefrom, I/We shall not make any statement which is untrue based on our knowledge, information and belief. I/We shall fully and truthfully declare my/our ability to provide the goods and/or perform the services and we will not bid for the supply of goods or provisions of services which we do not have the capacity to provide whether at all or under the terms required by EACC.
5    I/We declare that we have the legal and operational capacity to make a bid for the goods and/or services herein, including but not limited to the fact that I/We am/not an undischarged bankrupt, under receivership or liquidation or otherwise insolvent nor suffering from any such or other incapacity that would make our bid or our ability to provide the goods and/or services herein legally or operationally untenable.

6    I/We declare that there is no conflict of interest situation existing between myself/us on the one hand and EACC on the other with regard to the supply of the goods and/or provision of the services herein that would make  our bid or contract ethically or legally untenable. If any such conflict arises in the course of the procurement process and before the conclusion of any contract arising therefrom, I/We shall fully and truthfully declare such conflict to EACC.

71    I/We understand that the violation 0f this pact may lead to the disqualification of my/our bid, to the termination of any contract or obligation between myself/us and EACC and my/our prosecution.

END


With the information we provide about   contactcentre@helb2016/2017

, We hope you can be helped and hopefully set a precedent with you . Or also you can
see our other references are also others which are not less good about  Securing the Counties: Options for Security After Devolution in Kenya (July 2014)


, So and we thank you for visiting.


open student loan :  www.eacc.go.ke/docs/tenders/.../PREQUALIFICATION_TENDER_DOCUMENT

Comments