Page 1
1
TENDER NO.KP1/9BA/PT/2/14-15
FOR DISPOSAL OF ASSORTED OBSOLETE ITEMS AT
NAKURU STORE AND METER STORES,NAIROBI.
AUGUST, 2014
ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER
DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID
THE KENYA POWER & LIGHTING COMPANY LIMITED
CENTRAL OFFICE, STIMA PLAZA,
KOLOBOT ROAD, PARKLANDS,
P.O. BOX 30099-00100,
NAIROBI,
KENYA.
Telephones: 254-020-3201000 Pilot Line
Telephones: 254 -720-600070/1-5, 733-755001/2-3 Cellular
Telegrams: “ELECTRIC”
Website: www.kplc.co.ke
Page 2
2
TABLE OF CONTENTS
SECTION CONTENTS PAGE NO.
SECTION I INVITATION TO TENDER …….………………………………….3
SECTION II TENDER SUBMISSION CHECKLIST……………………………….5
Table of Paragraphs on Instructions To Tenderers…….…………….6
SECTION III INSTRUCTIONS TO TENDERERS…………………………….7-18
Appendix to Instructions To Tenderers……………………................19
SECTION IV SCHEDULE FOR ITEMS ………………………………………21-24
.
SECTION V PRICE SCHEDULE FOR ITEMS ……………………………..25-28
SECTION VI SUMMARY OF EVALUATION PROCESS………………………..30
Table of Clauses on General Conditions of Contract………………31
SECTION VII GENERAL CONDITIONS OF CONTRACT……………………32.34
SECTION VIII SPECIAL CONDITIONS OF CONTRACT………………………...35
SECTION IX TENDER FORM………………………………………………….......36
SECTION X CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM…….37-38
SECTION X1 TENDER DEPOSIT COMMITMENT DECLARATION FORM….39
SECTION X1 DECLARATION FORM……………………………………………40
SECTION XII DRAFT LETTER OF NOTIFICATION OF AWARD…………….41
SECTION XII DRAFT LETTER OF NOTIFICATION OF REGRET…………….42
SECTION XII TENDER SECURITY DECLARATION FORM………………..43-44
SECTION XIII CONTRACT AGREEMENT FORM…………………………….45-47
SECTION X1V PROOF OF VIEWING ITEMS, FORM …………………..............48
Page 3
3
SECTION I - INVITATION TO TENDER
DATE: 14.08.2014
TENDER REFERENCE NUMBER AND NAME…TENDER NO.KP1/9BA/PT/2/14-
15, FOR DISPOSAL OF ASSORTED OBSOLETE ITEMS AT NAKURU
STORE AND METER STORES.
1.1 The Kenya Power & Lighting Company Ltd (KPLC) invites bids from eligible
Tenderers (Any public, private company or individual) for the purchase of Assorted obsolete
items at Nakuru store and Meter stores. Interested eligible Tenderers may obtain further
information from the General Manager, Supply Chain Division, The Kenya Power & Lighting
Company Ltd at Stima Plaza, 3rd
Floor, Kolobot Road, P.O. Box 30099 – 00100 Nairobi, Kenya.
Prospective bidders may also download the tender document from KPLC’s website
(www.kplc.co.ke) free of charge. Upon down loading, bidders are required to immediately
send e-mail giving their names and contact details to:-
1. General Manager, Supply Chain Division – [email protected]
2. Supply Chain Manager (Procurement) – [email protected]
1.2 Any public, private company or individual is Eligible to buy the assorted obsolete
items at Nakuru store and Meter stores.
.
1.3 Tender documents detailing the requirements may be obtained from the General Manager,
Supply Chain Division, on the 3rd
Floor, Stima Plaza, Kolobot Road, Nairobi, on
normal working days from Monday to Friday (excluding any public or gazetted holiday)
beginning on 14th
August, 2014 at 10.00am between 9.00 a.m. & 12.30 p.m. and 2.00
p.m. & 4.30 p.m. upon payment of a non–refundable fee of KSh.1,000.00 or the
equivalent in United States Dollars (US $) using the exchange rate ruling on the date of
tender document purchase provided by the Central Bank of Kenya. Payment shall be made
in cash or by Bankers Cheque at the 1st Floor of Stima Plaza, Kolobot Road, Nairobi,
Kenya.
1.4 Completed Tenders are to be enclosed in plain sealed envelopes marked with the tender
reference number and name and be deposited in the Tender Box located at KP premises,
Stima Plaza, Ground Floor,Kolobot Road, Nairobi, Kenya, so as to be received on or before
on 4th
September, 2014 at 10.Am.
1.5 Prices quoted should be net inclusive of all taxes and must be in Kenya Shillings or a freely
convertible currency and shall remain valid for ninety (90) days from the closing date of
the tender.
Page 4
4
1.6 Tenders shall be opened promptly thereafter in the presence of the Tenderer’s or their
representatives who choose to attend in KPLC Auditorium at Stima Plaza, Kolobot Road,
Parklands, Nairobi.
Page 5
5
SECTION II - TENDER SUBMISSION CHECKLIST
This order and arrangement shall be considered as the Tender Format. Tenderers shall tick against
each item indicating that they have provided it.
No. Item Tick Where
Provided
1 Tender security/deposit for the amount of
Ksh. 30,000.00 paid to KPLC in form of cash or Banker’s
Cheque.
Original receipt or original Banker’s Cheque must be submitted
together with the Tender Document.
2 Tender Form and Price Schedule
3 Confidential Business Questionnaire (CBQ)
4 Copy of Company or Firm’s Registration Certificate
5 Valid VAT compliance Certificate
6 Valid City /Municipal Council License
7 Proof of having viewed the items quoted
8. Any other document or item required by the Tender Document.
(The Tenderer shall specify such other documents or items it has
submitted)
*NOTES TO TENDERERS
1. For further notes, please see the additional notes at Appendix to Instructions to Tenderers.
Page 6
6
TABLE OF PARAGRAPHS ON INSTRUCTIONS TO TENDERERS
Paragraph No. Headings Page No.
3.1 Definitions…………………………………………..…….……7
3.2 Eligible Tenderers………………………………………...…….7
3.3 Eligible Goods ………………………………………….…..….7
3.4 Cost of Tendering ………………………………………...…….8
3.5 Contents of Tender Document………………………………….8
3.6 Clarification of Documents………………………………...……8
3.7 Amendment of Documents……………………………….……..9
3.8 Language of Tender.……………………………………...….….9
3.9 Documents Comprising the Tender.……………………...……..9
3.10 Tender Form……………………………………………...……...10
3.11 Tender Prices ……………………………………………...…….10
3.12 Tender Currencies……………………………………….…..…...10
3.13 Tenderer’s Eligibility and Qualifications……………….…..…...10
3.14 Tender Secuity……………………………………….…….……10
3.15 Validity of Tenders …………………………………….…..…. 11
3.16 Viewing of Tender Items …………………………….…….….11
3.17 Number of Sets and Tender Format…………………..…….. 12
3.18 Preparation and Signing of The Tender…………………..…….12
3.19 Sealing and Outer Marking of Tenders…………………..……..12
3.20 General Provisions of the Tender ……………………………….13
3.21 Deadline for Submission of Tender ..…………………….….….13
3.22 Modification and Withdrawal of Tenders……………….………13
3.23 Opening of Tenders………………………………………….….14
3.24 Process to be confidential……………………………………….14
3.25 Clarification of Tenders…………………………………………14
3.26 Preliminary Tender Evaluation………………………………….14
3.27 Errors or Oversights……………………………………………..15
3.28 Evaluation and Comparison of Tenders ………………………..15
3.29 Tender Evaluation Period………………………………………..15
3.30 Debarment of a Tenderer………………………………….…… 15
3.31 Contacting KPLC……………………………..………………….15
3.32 Award of Contract….………………………………………..…. 15
3.33 Performance Security…………………………………………….16
3.34 Termination of Procurement Proceedings………………………..16
3.35 Notification of Award……………………………………………16
3.36 Signing of Contract ……………………………………….……..17
3.37 Corrupt or Fraudulent Practices……..……………………………17
3.38 Visit To the Bidder’s Premises ……..…………………………….18
3.39 Collection of Awarded Scrap Items ……..……………………….18
3.40 Sorting of awarded scrap items……………………………………18
Page 7
7
SECTION III - INSTRUCTIONS TO TENDERERS
3.1 Definitions
In this tender, unless the context or express provision otherwise requires: -
a) “The Disposing Entity” means The Kenya Power and Lighting Company Limited or
its successor(s) and assign(s) where the context so admits (hereinafter abbreviated
as KPLC).
b) “The Tenderer” means the person(s) submitting its Tender for the purchase of the
equipment as per the Tender name in response to the Invitation to Tender.
c) Reference to “the tender” or the “Tender Document” includes its appendices and
documents mentioned hereunder and any reference to this tender or to any other
document includes a reference to the other document as varied supplemented and/or
replaced in any manner from time to time.
d) Any reference to any Act shall include any statutory extension, amendment,
modification, re-amendment or replacement of such Act and any rule, regulation or
order made thereunder.
e) Words importing the masculine gender only, include the feminine gender or (as the
case may be) the neutral gender.
f) words importing the singular number only include the plural number and vice-versa
and where there are two or more persons included in the expression the “Tenderer”
the covenants, agreements and obligations expressed to be made or performed by
the Tenderer shall be deemed to be made or performed by such persons jointly and
severally.
g) where there are two or more persons included in the expression the “Tenderer”, any
act, default or omission by the Tenderer shall be deemed to be an act, default or
omission by any one or more of such persons.
3.2 Eligible Tenderers
3.2.1 This Invitation to tender is open to any public, private company or individual described in
the Appendix to Instructions to Tenderers. Successful Tenderers shall purchase the stores
and equipment in accordance with this tender and the ensuing contract.
3.2.2 KPLC’s employees, committee members, board members and their relatives (spouse(s) and
children) are not eligible to participate in the tender.
3.2.4 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent
practices.
3.3 Eligible Goods
3.3.1 All stores and equipment to be purchased under this tender shall be of the unserviceable,
obsolete or surplus nature.
Page 8
8
3.4 Cost of Tendering
3.4.1 The Tenderer shall bear all costs associated with the preparation and submission of its
Tender, and KPLC will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the tendering process.
3.4.2 The price to be charged for the Tender Document shall be as indicated in the Appendix to
Instructions to Tenderers but in any case not exceeding KSh 5,000/=.
3.5 Contents of the Tender Document
3.5.1 The Tender Document comprises the documents listed below and Addendum (where
applicable) issued in accordance with clause 3.7 of these Instructions to Tenderers: -
a) Invitation to Tender
b) Tender Submission Checklist
c) Instructions to Tenderers
d) Appendix to Instructions to Tenderers
e) Schedule of Items
f) Price Schedule for Items
g) Summary of the Evaluation Process
h) General Conditions of Sale
i) Special Conditions of Sale
j) Tender Form
k) Confidential Business Questionnaire Form
l) Tender Deposit Commitment Declaration Form
n) Contract Form
3.5.2 The Tenderer is expected to examine all instructions, forms, provisions, terms and
specifications in the Tender Document. Failure to furnish all information required by the
Tender Document or to submit a tender not substantially responsive to the Tender
Document in every respect will be at the Tenderer’s risk and may result in the rejection of
its Tender.
3.5.3 All recipients of the documents for the proposed Contract for the purpose of submitting a
tender (whether they submit a tender or not) shall treat the details of the documents as
“Private and Confidential”.
3.6 Clarification of Documents
3.6.1 A prospective Tenderer requiring any clarification of the Tender Document may notify the
Stores and Stock Control Manager in writing or by post at KPLC’s address indicated in the
Invitation to Tender. KPLC will respond in writing to any request for clarification of the
Tender documents, which it receives not later than seven (7) days prior to the deadline for
the submission of Tenders, prescribed by KPLC. Written copies of KPLC’s response
Page 9
9
(including an explanation of the query but without identifying the source of inquiry) will be
sent to all prospective Tenderers that have duly received the Tender Document.
3.6.2 KPLC shall reply to any clarifications sought by the Tenderer within three (3) days of
receiving the request to enable the Tenderer make timely submission of its Tender.
3.6.3 If a prospective Tenderer sends an inquiry after the stated days or the inquiry is received by
KPLC after the stated days, KPLC shall have the option of responding to the inquiry and
extension of the date of submission of tenders or ignoring it.
3.7 Amendment of Documents
3.7.1 At any time prior to the deadline for submission of Tenders, KPLC, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
Tenderer, may modify the tender documents by amendment.
3.7.2 All prospective Tenderers that have received the tender documents will be notified of the
amendment(s) (hereinafter referred to or otherwise known as addendum) in writing and
will be binding on them.
3.7.3 In order to allow prospective Tenderers reasonable time in which to take the amendment
into account in preparing their Tenders, KPLC, at its discretion, may extend the deadline
for the submission of Tenders.
3.8 Language of Tender
The Tender prepared by the Tenderer, as well as all correspondence and documents relating
to the tender, exchanged between the Tenderer and KPLC, shall be written in English
language, provided that any printed literature furnished by the Tenderer may be written in
another language provide they are accompanied by an accurate English translation of the
relevant passages in which case, for purposes of interpretation of the Tender, the English
translation shall govern. The English translation shall be on the Tenderer’s letterhead and
shall be signed by the duly authorized signatory signing the Tender and stamped with the
Tenderer’s stamp.
3.9 Documents Comprising the Tender
The Tender prepared and submitted by the Tenderers shall include but not be limited to all
the following components: -
a) Tender Form and a Price Schedule completed in accordance with paragraphs 3.10,
3.11 and 3.12 below.
b) Documentary evidence established in accordance with paragraph 3.13 that the
Tenderer is eligible to tender and is qualified to perform the contract if its tender is
accepted.
d) Tender Deposit paid in accordance with paragraph 3.14
Page 10
10
3.10 Tender Form
The Tenderer shall complete the Tender Form, the appropriate Price Schedule and all other
documents furnished in the Tender Document, indicating the items it proposes to purchase,
quantity and prices amongst other information required.
3.11 Tender Prices
3.11.1 The Tenderer shall indicate on the appropriate Price Schedule, the unit prices and total
tender price of the items it proposes to purchase under the contract.
3.11.2 Prices indicated on the Price Schedule shall include all costs including any foreign currency
exchange costs, bank remittance charges, taxes and collection from the premises of KPLC
(where applicable) or other specified site.
3.11.3. For the avoidance of doubt, Tenderers shall quote on an all inclusive basis including Value
Added Tax (V.A.T.). No other basis shall be accepted for evaluation, award or otherwise.
3.11.4 Tender prices to be submitted (quoted) by the Tenderer shall remain fixed for the contract
duration.
3.12 Tender Currencies
3.12.1 For the items that the Tenderer will purchase the prices shall be quoted in Kenya Shillings,
or in another freely convertible currency. The currency quoted must be indicated clearly on
the Price Schedule for Items.
3.12.2 The exchange rate to be used for currency conversion shall be the Central Bank of Kenya
selling rate ruling on the Tender closing date.
3.13 Tenderer’s Eligibility and Qualifications
3.13.1 Pursuant to paragraph 3.2, the Tenderer shall furnish, as part of its Tender, documents
establishing the Tenderer’s eligibility to tender and its qualifications to perform the
contract if its Tender is accepted.
3.13.4 Tenderers with a record of unsatisfactory or default in performance obligations in any
contract pending for more than three (3) months shall not be considered for evaluation,
award or otherwise.
3.13.5 Tenderers with delayed collection in any other contract shall not be considered for
evaluation, award or otherwise.
3.13.6 The Tenderer will furnish KPLC with a copy of the recognition certificate or license as
applicable. KPLC reserves the right to subject the certificate or license to authentication.
3.14 Tender DEPOSIT
3.14.1 The Tenderer shall furnish, as part of its Tender, a Tender deposit in the amount as stated
in the Appendix to Instructions to Tenderers.
3.14.2 The Tender deposit shall be paid before the tender closing time at the following places:-
Page 11
11
a) any of KPLC’s Finance offices countrywide quoting the Tender Number, Name and
specific item(s) tendered for, or,
b) by telegraphic transfer into KPLC’s account quoting the Tender Number, Name and
specific item(s) tendered for.
3.14.3 The Tenderer shall attach original receipt of payment of the Tender deposit with his
Tender.
3.14.5 Any Tender not secured in accordance with this paragraph will be rejected by KPLC as
non-responsive for that item(s), pursuant to paragraph 3.26.
3.14.6 The Tender deposit is required to protect KPLC against the risk of the Tenderer’s conduct
which would warrant the tender security’s forfeiture pursuant to paragraph 3.16.8
3.14.6 The unsuccessful Tenderer’s Tender deposit will be released as promptly as possible, but
not later than fourteen (14) days after the expiration of the period of tender validity in any
of the following circumstances: -
a) the disposal proceedings are terminated
b) KPLC determines that none of the submitted Tenders is responsive
c) the notification of award has been issued.
3.14.7 Subject to paragraph 3.17, the Tender deposit shall be forfeited in any of the following
circumstances –
a) if the Tenderer withdraws its Tender after the deadline for submitting Tenders but
before the expiry of the period during which the Tenders must remain valid
b) if the Tenderer rejects a correction of an arithmetic error
c) if the Tenderer fails to enter into a written contract in accordance with paragraph
3.38
d) in the case of a successful Tenderer, if the Tenderer fails to pay the balance of the
bid price.
3.15 Validity of Tenders
3.15.1 Tenders shall remain valid for ninety (90) days after the date of tender opening as specified
in the Invitation to Tender or as otherwise may be prescribed by KPLC, pursuant to
paragraph 3.23. A Tender that is valid for a shorter period shall be rejected by KPLC as
non-responsive.
3.15.2 In exceptional circumstances, KPLC may extend the Tender validity period. The extension
shall be made in writing.
3.15.3 Notwithstanding any other provisions of this tender, the Tender Deposit provided under
paragraph 3.16 may also be extended at the option of the Tenderer where KPLC extends
the validity of the tender.
3.15.3 Where a Tenderer opts to withdraw his tender where the tender validity is extended, the
Tender Deposit shall not be forfeited but shall be refunded in accordance with paragraph
3.16.
3.15.4 A Tenderer shall not be required nor permitted to modify its tender during the extended
period.
Page 12
12
3.16 Viewing of Tender Items
3.16.1 Prospective Tenderers are advised to view the items, stores/equipment in liaison with
KPLC before biding. This will enable them to arrive at the most reasonable and
competitive bids. Bids are based on AS IS WHERE IS CONDITION and the conditions of
the items are not warranted by the KPLC.
3.16.2 For the avoidance of doubt, viewing of items or failure to do so shall be the responsibility
of the Tenderer and KPLC shall not be liable in any manner howsoever for matters arising
relating to this clause.
3.16.3 Location of viewing of the items shall be as prescribed in the Appendix to Instructions to
Tenderers.
3.16.4 Tenderers shall submit Proof of having viewed the items .The viewing form MUST be
signed and stamped by the Station in –charge.
3.17 Number of Sets and Tender Format
3.17.1 The Tenderer shall prepare three complete and identical sets of its Tender, identifying and
clearly marking the “ORIGINAL TENDER”, “COPY 1 OF TENDER”, and “COPY 2
OF TENDER” as appropriate. Each set shall be properly bound. The copies shall be a
replica of the Original. Each copy will be deemed to contain the same information as the
Original.
3.17.2 Notwithstanding the contents of sub-paragraph 3.19.1, where there is any discrepancy
between the Original and any Copy of the Tenderer’s documents, the Original shall govern.
3.17.3 The Tender shall be bound and divided clearly in descending order as listed in the Tender
Submission Checklist. The divisions are for clear identification and marking of the
respective documents or information that are serially numbered in the Checklist.
3.17.4 The order and arrangement as indicated in the Tender Submission Checklist will be
considered as the Tender Format.
3.18 Preparation and Signing of the Tender
3.18.1 The Original and all copies of the Tender shall be typed or written in indelible ink. They
shall be signed by the Tenderer or a person or persons duly authorized to bind the Tenderer
to the contract.
3.18.2 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.
3.19 Sealing and Outer Marking of Tenders
3.19.1 The Tenderer shall seal the Original and the Copy of the Tender in separate envelopes or
packages, duly marking the envelopes or packages as “ORIGINAL”, and “COPY OF
TENDER”. The envelopes or packages shall then be sealed in an outer envelope or
package.
3.19.2 The inner and outer envelopes or packages shall -
Page 13
13
a) be addressed to KPLC at the address given in the Invitation to Tender,
b) bear the tender number and name as per the Invitation to Tender and the words,
“DO NOT OPEN BEFORE ……………………. as specified in the Invitation to Tender.
3.19.3 The inner envelopes or packages shall also indicate the name and address of the Tenderer
to enable the Tender to be returned unopened in circumstances necessitating such return
including where Tenders are received late or disposal proceedings are terminated before
tenders are opened.
3.19.4 If the envelopes or packages are not sealed and marked as required by this paragraph,
KPLC will assume no responsibility whatsoever for the Tender’s misplacement or
premature opening. A tender opened prematurely for this cause will be rejected by KPLC
and promptly returned to the Tenderer.
3.20 General Provisions of Tender
3.20.1 A Tenderer may tender for each item or each lot and may tender for as many items or lots
as it wishes.
3.20.2 Tenderers who will be awarded contracts will be required to pay for the items after fourteen
(14) days from the date of notification of award but not later than thirty (30) days from that
date failure to which the contract award will be cancelled and the Tender Deposit forfeited.
3.20.3 Successful Tenderers will be required to collect the items they have paid for within the
prescribed period as indicated in the Appendix to Instructions to Tenderers after making the
required payment.
3.20.4 KPLC shall charge storage charges from the Tenderers for failure to collect the items they
have paid for within the prescribed period. The storage charges are as indicated in the
Appendix to Instructions to Tenderers.
3.21 Deadline for Submission of Tenders
3.21.1 Tenders must be received by KPLC by the time and at the place specified in the Invitation
to Tender.
3.21.2 KPLC may, at its discretion, extend this deadline for submission of Tenders by amending
the tender documents in accordance with paragraph 3.7, in which case all rights and
obligations of KPLC and the Tenderer’s previously subject to the initial deadline, will
therefore be subject to the deadline as extended.
3.22 Modification and Withdrawal of Tenders
3.22.1 The Tenderer may modify or withdraw its Tender after it has submitted it, provided that
written notice of the modification, including substitution or withdrawal of the Tender is
received by KPLC prior to the deadline prescribed for submission of tenders.
3.22.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and
dispatched in accordance with the provisions of paragraphs 3.19, 3.20 and 3.21. A
withdrawal notice may also be sent by facsimile, electronic mail, cable or telex but
followed by an original signed confirmation copy, postmarked not later than the deadline
for submission of Tenders.
Page 14
14
3.22.3 No Tender may be modified after the deadline for submission of Tenders.
3.22.4 No Tender may be withdrawn in the interval between the deadline for submission of
tenders and the expiration of the period during which the Tender must remain valid.
Withdrawal of a Tender during this interval shall result in forfeiture of the Tenderer’s
Tender Security.
3.23 Opening of Tenders
3.23.1 KPLC shall open all Tenders promptly after the close of submission at the location
specified in the Invitation to Tender or as may otherwise be indicated. The Tenderers or
their representatives may attend the opening and those present shall sign a register
evidencing their attendance.
3.23.2 The Tenderer’s names, tender modifications or withdrawals, tender prices, discounts, the
presence or absence of requisite Tender Deposit and such other details as KPLC, at its
discretion, may consider appropriate, will be announced at the opening.
3.23.3 KPLC will prepare Minutes of the tender opening.
3.23.4 Tenders not opened and read out at tender opening shall not be considered further
for evaluation, award or otherwise irrespective of the circumstances.
3.24 Process to be Confidential
3.24.1 After the public opening of tenders, information relating to the examination, clarification,
evaluation and comparisons of tenders and recommendations concerning the award of
Contract shall not be disclosed to Tenderers or other persons not officially concerned with
such process until the award of Contract is announced.
3.24.2 KPLC will retain confidential reserve prices for all the items. Items tendered for below the
reserve price will be retained by KPLC.
3.24.2 Any effort by a Tenderer to influence KPLC or any of its staff members in the process of
examination, evaluation and comparison of tenders and information or decisions
concerning award of Contract may result in the rejection of the Tenderer’s tender.
3.25 Clarification of Tenders
3.25.1 To assist in the examination, evaluation and comparison of Tenders KPLC may, at its
discretion, ask the Tenderer for a clarification of its Tender. The request for clarification
and the response shall be in writing, and no change in the prices or substance of the Tender
shall be sought, offered, or permitted.
3.25.2 Failure to provide timely clarification or substantiation of the information that is essential
for effective evaluation of the Tenderer’s qualifications shall result in the Tenderer’s
disqualification.
3.26 Preliminary TENDER EVALUATION
3.26.1 Upon opening of the tenders, KPLC will determine the substantial responsiveness of each
Tender. For purposes of this tender, a substantially responsive Tender is one that conforms
to the requirements of Preliminary Evaluation. KPLC’s determination of a Tender’s
Page 15
15
responsiveness is to be based on the contents of the Tender itself without recourse to
extrinsic evidence.
3.26.2 KPLC will examine the Tenders to determine whether they conform to the Preliminary
Examination Criteria set out in the Summary of Evaluation Process as set out in this Tender
Document.
3.26.3 If a Tender is not substantially responsive, it will be rejected at the earliest stage of
evaluation by KPLC and can not subsequently be made responsive by the Tenderer by
correction of any non–conformity.
3.27 Errors or Oversights
KPLC may waive errors and oversights that can be corrected without affecting the
substance of the Tender.
3.28 Evaluation and Comparison of Tenders
3.28.1 KPLC will further evaluate and compare the Tenders that have been determined to be
substantially responsive, in compliance to the Evaluation Criteria as prescribed in the
Summary of Evaluation Process.
3.28.2 The comparison shall be of the price including all costs as well as duties and taxes payable
on all the items to be purchased.
3.28.2 Where other currencies are used, KPLC will convert those currencies to the same currency
using the selling exchange rate ruling on the date of tender closing provided by the Central
Bank of Kenya.
3.28.3 Arithmetical errors will be rectified on the following basis - if there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail, and the total price shall be corrected. If there is a
discrepancy between words and figures, the amount in words will prevail.
3.28.4 If the Tenderer does not accept the correction of the errors, its Tender will be rejected, and
its Tender Deposit forfeited.
3.29 Tender Evaluation Period
The tender evaluation committee shall evaluate the tender within thirty (30) days of the
validity period from the date of the opening the tender.
3.30 Debarment of a Tenderer
A Tenderer who gives false information in the Tender about its qualification or who refuses
to enter into a contract after notification of contract award shall be considered for
debarment from participating in future public disposal and procurement.
3.31 Contacting KPLC
Subject to paragraph 3.25 no Tenderer shall contact KPLC on any matter related to its
Tender, from the time of the tender opening to the time the contract is awarded.
3.32 Award of Contract
Page 16
16
3.32.1 KPLC will award the contract to the successful Tenderer whose Tender has been
determined to be substantially responsive, and has been determined to be the highest
evaluated tender, and further, subject to the reserve price where applicable.
3.32.2 Award will be done as indicated in the Appendix to Instructions to Tenderers.
3.33 Performance Security
3.33.1 Within seven (7) days of the date of notification of award from KPLC, the successful
Tenderer shall furnish KPLC with a Performance Security which must be an original Bank
Guarantee that is strictly in the form and content as prescribed in the Performance Security
Form (Bank Guarantee) in the Tender Document.
3.33.2 The Performance Security shall be denominated in Kenya Shillings or in another freely
convertible currency in Kenya. A Performance Security in form of a Bank Guarantee
should be from a commercial bank licensed by the Central Bank of Kenya.
3.33.3 The successful Tenderer shall furnish a Performance Security being the sum of ten percent
(10%) of the contract price.
3.33.4 KPLC shall seek authentication of the Performance Security from the issuing bank. It is the
responsibility of the successful Tenderer to sensitize its issuing bank on the need to respond
directly and expeditiously to queries from KPLC. The period for response shall not exceed
three (3) days from the date of KPLC’s query. Should there be no conclusive response by
the Bank within this period, such successful Tenderer’s Performance Security may be
deemed as invalid.
3.33.5 Failure of the successful Tenderer to furnish an authentic Performance Security, the award
shall be annulled and the Tender Security forfeited, in which event KPLC may notify the
next lowest evaluated Tenderer that its Tender has been accepted.
3.33.6 Paragraph 3.37, 3.38 together with the provisions of this paragraph 3.39 will apply with
necessary modifications, and as far as circumstances permit, with respect to the Tenderer
notified under sub-paragraph 3.33
3. 34 Termination of Disposal Proceedings
3.34.1 KPLC may at any time terminate disposal proceedings before contract award and shall not
be liable to any person for the termination.
3.34.2 KPLC shall give prompt notice of the termination to the Tenderers.
3.35 Notification of Award
3.35.1 Prior to the expiration of the period of tender validity, KPLC shall notify the successful
Tenderer in writing that its Tender has been accepted.
3.35.2 The notification of award shall not constitute the formation of the contract until one is
finally signed by both parties.
3.35.3 Simultaneously, on issuance of Notification of Award to the successful Tenderer, KPLC
shall notify each unsuccessful Tenderer.
3.35.4 A notification of the tender outcome does not reduce the validity period for any Tender
Deposit whether the Tenderer is successful or not.
Page 17
17
3.35.5 KPLC’s Right to Vary Quantities
3.35.6 KPLC reserves the right at the time of contract award to increase or decrease the quantity of
items originally specified in the Schedule of Items offered for sale without any change in
unit price or other terms and conditions of the Tender.
3.36 Signing of Contract
3.36.1 At the same time as KPLC notifies the successful Tenderer that its Tender has been
accepted, KPLC will send the Tenderer the Contract Agreement provided in the Tender
Document together with any other necessary documents incorporating all agreements
between the Parties.
3.36.2 Within seven (7) days of the date of notification of award, the successful Tenderer shall
only sign the Contract Form and all the documents specified in that Form and return them
to KPLC within that period of seven (7) days.
3.36.3 KPLC shall sign and date the Contract in the period between not earlier than seven (7) days
from the date of notification of contract award and not later than thirty (30) days after
expiry of tender validity. Further, KPLC shall not sign
the contract until and unless the authentic performance security is received in accordance
with paragraph 3.33.
3.36.4 Failure of the successful Tenderer to sign the Contract, the award shall be annulled and its
Tender Deposit forfeited in which event KPLC shall notify the next highest evaluated
Tenderer that its Tender has been accepted.
3.36.5 Paragraph 3.37 together with the provisions of this paragraph 3.38 will apply with
necessary modifications with respect to the Tenderer notified under sub-paragraph 3.38.1.
3.37 Corrupt or Fraudulent Practices
3.37.1 KPLC requires that Tenderers observe the highest standard of ethics during the disposal
process and execution of contracts. When used in the present regulations, the following
terms are defined as follows: -
a) “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of
value to influence the action of public official in the procurement process or in
contract execution;
b) “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of KPLC, and
includes collusive practice among Tenderers (prior to or after Tender submission)
designed to establish tender prices at artificial non-competitive levels and to deprive
KPLC of the benefits of free and open competition.
3.37.2 KPLC will reject a proposal for award if it determines that the Tenderer recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question.
Page 18
18
3.37.3 Further, A Bidder shall not be eligible to participate in this bidding or in the
performance of the contract under consideration if such Bidder or any of its employees,
executives, managers, directors, agents, servants, hirelings or associate whichever has
been reasonably suspected to have committed an offence related to vandalism against
/theft of any utility’s property, whether convicted in a court of law
3.38 Visit To the Bidder’s Premises
Tender evaluation committee shall visit bidder’s premises to ascertain that they
are smelters and own smelting furnace (s).
3.39 Collection of Awarded Obsolete items
Successful bidders shall be required to make payment and collect all the SCRAP items
within 30 days from the date the contract is signed.
3.40 Sorting Of Awarded Items
The items shall be awarded on the “as is where is basis” therefore sorting and segregation
shall NOT be allowed on Kenya Power grounds.
Page 19
19
APPENDIX TO INSTRUCTIONS TO TENDERERS
The following information regarding the particulars of the tender shall complement and or amend
the provisions of the Instructions to Tenderers hereinafter abbreviated as ITT. Wherever there is a
conflict between the provisions of the ITT and the Appendix, the provisions of the Appendix herein
shall prevail over those of the ITT.
No. ITT Reference Clause Particulars of Appendix
1. 3.2.1 Eligible Tenderers Any individual, public or private company
2. 3.13.6 Documentary
evidence of eligibility
1.Individual Bidders
Copy of personal identification number
Copy of National Identification card
2.Firms
Copy of firms PIN Certificate.
Copy of firm’s valid VAT compliance Certificate.
Copy of company or Firm’s registration certificate.
Valid City Council /Municipal council license
Any other document or item required by the Tender
Document. (The Tenderer shall specify such other
documents or items it has submitted)
3. 3.14. Tender
Security/Tender Deposit
Tender security for the amount of Kshs.30, 000.00 (Thirty
thousand) paid to KP in form of cash or Banker’s Cheque.
Original receipt or original Banker’s Cheque must be
submitted together with the Tender Document.
Tender security shall be reimbursed 14 days after signing of
contract with compliant bidders
4. 3.16. Viewing of the Items Obsolete items “As is where is” shall be viewed in the in the
respective lots as indicated on the schedule of items attached
to this tender.
5 3.16. 4 Proof of viewing
the Obsolete items.
Stores shall stamp and sign the schedule of viewing of the
items form as a proof that the items were viewed.
The original form signed and stamped by the stores –in
charges must be submitted together with the tender
Page 20
20
6
3.20.3 General Provisions of
Tender -Collection Period
Payment and Removal of the awarded obsolete items from
the stores will be as follows:
1) Payment period A time duration of 15 working days after signing the
contract will be provided for the full payment of the
contract prices.
2) Collection period
A time duration of 30 working days after a release letter
is sent to the store, (Copy will be issued to the buyer) will
be provided for the removal of the Obsolete items from
the store.
7. 3.20.4 General Provisions of
Tender – Storage Charges
Failure to remove the Obsolete items from the store within 30
working days after a release letter is sent to the store will
attract storage charges at the rate of Kshs. 5,000 per week
until the items are collected.
8. 3.36 Mode of Award The award will be per lot basis.
9. 3.3.1 Eligible goods Obsolete power line items.
They shall be disposed as they are where they are and no
sorting whatsoever shall be allowed within the KP premises.
10. 3.38 Performance bond Within seven (7) days of the date of notification of award
from KPLC, the successful Tenderer shall furnish KPLC with
a Performance Security amounting 10 % of the tendered price.
10
3.40 Sorting Of Awarded
Items
The items shall be awarded on the “as is where is basis”
therefore sorting and segregation shall NOT be
allowed on Kenya Power grounds.
Page 21
21
SCHEDULE OF SCRAP ITEMS
AS IS WHERE IS BASIS”.
KENYA POWER & LIGHTING COMPANY
LOT ONE (1) METER STORE
Item
No.
Item code Item Description Total
Quantities
(pcs)
LOT NO.
1 136926 DIRECT PRINT KODAK 3 1
2 140731 PLUG 4/CURVE KA216 MES G/TRIP 24 1
3 140732 PLUG KA216 3/CURVE MES G/TRIP 24 1
4 140733 PLUG KA216 6 CURVE MES G/TRIP 20 1
5 140747 MOVING CONTACT STUD R 2034 25 1
6 140828 RECTIFIER VALVE MAZDA 9 1
7 148101 HIGH&LOW LAMPSHOLDER 12 1
8 148102 NEUTRALLAMP HOLDERRZZI 6 1
9 148103 EXTERNALPOWERSUPPLYSW1 2 1
10 148115 POWERCIRCUITBRENCHER 1 1
11 148118 DELAY DELAY RHEOSTAT R2204 2 1
12 174905
LOADLIMITING MCB 400V12A 3P+N CMD 7.5KVA 114 1
13 174906
LOADLIMITING MCB 400V15A 3P+N CMD 10kVA 98 1
14 174907
LOADLIMITING MCB 400V23A 3P+N CMD 15kVA 17 1
15 174908
LOADLIMITING MCB 400V30A 3P+N CMD 20kVA 5 1
16 174909
LOADLIMITING MCB 400V38A 3P+N CMD 25kVA 32 1
17 174918
LOADLIMITING MCB 230V7A 1P+N CMD 1.5kVA 2 1
18 174920
LOADLIMITING MCB 230V21A 1P+N CMD 4.5kVA 252 1
19 174921
LOADLIMITING MCB 230V28A 1P+N CMD 6kVA 302 1
20 174922
LOADLIMITING MCB 230V35A 1P+N CMD 7.5kVA 39 1
21 174923
LOADLIMITING MCB 230V42A 1P+N CMD 9kVA 303 1
22 512764 PRI MAXIGRAPH A110 4 C 1 1
23 512795 RECORDER INK FILLER 18 1
24 535009 SWITCHES TIME 15A 240V 97 1
25 540897 REGULATOR MODULE 7L0286 4 1
Page 22
22
26 540898 REGULATOR MODULE 5N7287 5 1
27 540899 RECTIFIER MODULE5N8005 4 1
28 540992 COIL STANDARD VAA30 12 1
29 553046 TRANSFORMER CARDNER 23 1
Page 23
23
LOT TWO (2) METER STORE
Item
No.
Item code Item Description Total
Quantities
(pcs)
LOT NO.
1 112635 PVC TRUNKING 1X2METRES 26 2
2 140831 THYRATRONBT4 TYPEBT17 6 2
3 512703 RECORD CHART MAR 2 CURR.0-25 22 2
4 512704 RECORD CHART MAR 2 CURR.0-10 167 2
5 512705 CHART MAINS MARH 3 VOL 94 2
6 512709 CHART MARH 6 VOLTAGE 47 2
7 512710 EVERETT EDGECUMBE 0600 9 2
8 512713 CHART RECORDER RUSTRAK 29 2
9 512731 RECORDER CHART 272110 5 2
10 512738 RECORD CHART MURD 176 22 2
11 512742 RECORD CHART MULTRANGE 30 2
12 512743 RECORDER CHART 050 40 2
13 512744 RECORD CHART 24848 50 2
14 512746 RECORD CHART 23458 39 2
15 512747 RECORDER CHART 23460 1 10 2
16 512748 CHART REF 32198/1 60 2
17 512760 GRAPH-TAR 471-259 73 2
18 512761 RECORDING PAPER ROLL 32 2
19 528704 AMMETER 5A 6" 8 2
20 528705 AMMETER 1A 8" 2 2
21 528706 AMMETER 5A 8" 18 2
22 528708 AMMETER 5A 4" 0-300A 4 2
23 528709 AMMETER 5A 4 1/2" 26 2
24 528711 AMMETER 5A 6"0-50A 5 2
25 528712 AMMETER 50-0-100 6" 1 2
26 528713 AMMETER 5A 6"J.G STATTER 26 2
27 528722 IRON AMMETER 50/5 2 2
28 528726 VOLTMETER 4E 33000/110V 50HZ 1 2
29 528737 POWER F METER 5A/230V 3 PHASE 6" 1 2
30 528738 ROTARY SYNCROSCOPE 4E 50HZ 110V 2 2
31 528741 INSTRUMENT SYNCROSCOPE 110V 8" 4 2
32 528742 INSTRUMENT SYNCROSCOPE 415V 8" 2 2
33 528746 TAP INDICATOR FULLER 110V 1 2
34 528750 VOLTMETER 110V 9" SECTOR 2 2
35 528757 VOLTMETER 110V 8" MV 2 2
36 528760 VOLTMETER CP. DC. 15MA 6" 1 2
37 528765 VOLTMETER 0-200V D.C. 2 1/2" 4 2
38 528770 WATTMETER 230V 5A 8" 6 2
39 528771 WATTMETER 110V 5A 8" 11 2
Page 24
24
40 528772 WATTMETER 110V 5A 8"0-250 1 2
41 528773 WATTMETER 110V 5A 6" 1 2
42 528778 WATTMETER 110V 5A 4" 2 2
43 528782 TEMPERATURE CONTROLLER ARIC 1 2
44 528783 TEMPERATURE INDICATOR 1 2
45 528786 METER FREQUENCY 007 110V 8" 1 2
46 528791 METER 45-55110V 240DSC 4 2
47 528792 VARMETER 0-25 MVAR 1200 1A 3 2
48 528797 TELEMETERING EQUIP 2 2
49 533415 METER 50/5 AMPS 3PHASE 5 2
50 533416 METER 3 PHASE 43 B/M/00/5-2000/5 7 2
51 533417 METER YLII 100/5A 3PHASE 13 2
52 533428
METER FMMX5A FNA 34Q5A 200/5 3 PHASE 1 2
53 533459 MDI EE110V C61B INTR5A 1 2
54 533466 MDI 40-100A KVA 1 2
55 533469 MDI D63B-D 415VEE7 5A 8 2
56 533471
MDI METER C61B2-D,C61BD/M 240V 100/5A 29 2
57 533487 SWITCHES TIME 20A 240V 9 2
58 533502 TRIVECTOR TV 240V 8415.100/5A 5 2
59 533503 TRIVECTOR 240V/415 2000/5A 2 2
60 533508 TRIVECTOR 33KV 110V-100/5A 1 2
61 533511 TREVECTOR 415V CT RATIO 500A/5A 2 2
62 533515 TRIVECTOR 33KV/110V 120/5A 1 2
63 533538 M.D.I 1500/5A KVA 10 2
64 533539 3PHASE 4WIRE 240V 2000A 21 2
65 535004 TIME SWITCH HV. METERING 110V 14 2
66 535006 SWITCHES TIME 110V&240V 3 2
67 535010 SWITCH 240V 2 2
68 535013
METER 3/PHASE 300/5A KWH 4WIRE 240V 50HZ 4 2
69 535014 METER 3PHASE YL11 500/5A 11 2
70 535015 METER 3PHASE YL 1000/5A 1 2
71 535017 3QM KWH 50HZ YL11 2000 25 2
72 535090 RIP.CON.R.103-21,103-22(FAULTY) 3 2
73 535096 1500 RING TYPE 15 VA (FAULTY) 12 2
74 540901 RELAY TYPE 1500 RH 1 2
75 540917 INTER RELAY TYPE VANA 6 2
76 540921 TRIP CIRC RELAY 220V 2 2
77 540931 VOLT SELECTION RELAY 110 50HZ 3 2
78 540936
AUTO RECLOSE RELAY VAR 22A T.RAGE5-60S 1 2
79 540940 DISPLACEMENT RELAY VDG 14 5 2
80 540945 RELAY VAT 11 30V DC 9 2
Page 25
25
81 540947 RELAY VAT 11 22 OV 9 2
82 540988 RELAY TYPE 1A 50HZ 2 2
83 541018 RELAY PBO O/C 3 POLE 5A 2 2
84 541037
RELAY SPP11A 'GE' UNDER FREQUENCY 1 2
85 541066 2 TRANSLAY RELAY HOA4 5 AMPS 3 2
86 541076 RELAY SENSITIVE E/F CFI 8 2
87 541102
3NEUTRAL VILTAGE DISPLASEMENT VDG 2 2
88 541107 RELAY 1POLE INSTANTANEOUS CDV 61 3 2
89 541109 POTENTIAL SELEC RELAY 110V 1-4A 3 2
90 541119 VAT TIMER 30V 1 2
91 541120 RELAY NRJ REVERSE VAR 6 2
92 541121 RELAY ES REVERSE POWER 63,5V 2 2
93 541122 RELAY NA2 REVERSE POWER 240V 2 2
94 541124 OVERCURRENT RELAY02-08 2 2
95 541140 RELAY VAT 2 2
96 541148 RELAY VAT 11 6 2
97 541162 TRANSISTORISED TIMERS 3 2
98 541172 TYPE HSA08 AUX 30V 1 2
99 541180 INDICATING RELAYCV2DMB 9 2
100 541183 RELAY VAAA 1 2
101 541184 RELAY TYPE F2 12 2
102 541488 CDD21 DIR IMT O/L RE. 1 2
103 541710 R.S.350-759 240VDC 3P0LE RELAY 20 2
104 553043 METER 15VG 3000/5 11 2
105 597000 D/M 66000/110V MDL 3 2
106 597001 KWH E 42 B/W 50/5 2 2
107 597002 D/M 33000/110V MDL 3 2
108 597003 KWH E 42 B/W 40/5 3 2
109 597010 SWITCHES TIME VA MK 110V 5 2
Page 26
26
SCHEDULE OF SCRAP ITEMS -NAKURU STORE
“AS IS WHERE IS BASIS”.
LOT ONE (1) NAKURU STORE
Item
No.
Item code Item Description Total Quantities
(pcs)
LOT NO.
1 103522 TRANSFORMER DING DONG BELL 1 1
2 105123 SINGLE PHASE METER BOARD 5 1
3 105139
METERBOX 30 METALLIC WOODEN 12X12" 5
1
4 105519 BOLT & NUT 3/8X1 1800 1
5 111639
FUSE HANDLE CONTACT WEDGE S50054 2
1
6 113539 CLEAT WOOD 2 1/2" 144 1
7 113541 CLEAT WOOD 4" 9 1
8 113707 HEAVY GAUGE 50MM PVC 195 1
9 113757 WIRING CLIP PLASTIC 1.5" 10 1
10 113758 WIRING CLIP PLASTIC 2" 10 1
11 113759 WIRING CLIP PLASTIC 2 1/2" 10 1
12 117609 SURGE DIVERTOR ASEA 30 1 1
13 117610 SURGE DIVERTOR 40KV 1 1
14 117612 SURGE DIVERTOR ACA30 3 1
15 117614 LIGHTING ARRESTORS 13KV XCA13 2 1
16 123037 FUSE CATRIDGE 30A FC 23 1
17 123040
FUSE CARTRIDGE 100AMPS PC100 CUT OUT 100
1
18 123048 FUSE PLUNGER 35A HRC 11KV 12 1
19 123101 FUSE CART 15A 415V EERH 33 1
20 124157
CONNECTOR COMPRESSION VCAT 5:1 500
1
21 124408 GLASS HURRICAN LAMR 20 1
22 125526 CAPACITOR RATING 250V/50HZ 7 1
23 128611
8ZONE 24V GENTS FIRE ALAR IND. X240V 1
1
24 129617
STRAIGHT THROUGH JOINT 11522 11KV 2
1
25 131048 BULB PIGMY 15WX250V 1 1
26 132605 LIQUID FUSES 6 1
27 132621 POLISH BRASSO NO 6 9 1
28 132811 PADLOCK YALE 1" 40 815 MASTER 2 1
29 132814 PADLOCK NON-STANDARD LARGE 1 1
30 135138 NUT LOCK BRASS 20MM 200 1
31 138602 POLISH CARDINAL RED 8 1
32 140750 SPRING ASS R 2042NO19 1 1
33 140751 DRIVER REF NOR 2043 NO19 1 1
Page 27
27
34 140752 GEAR REF NOR 2044 NO19 2 1
35 140753 GEAR REF NOR 2045 FIG 19 2 1
36 140760 IMPELLER REF NOR 2053 1 1
37 141209 RESISTANCE SUITABLE 7.5MW 1 1
38 141809 ROD WELD BRASS 1/16 IN 39 1
39 141845 ROD WELDING C4 1/16 IN 5 1
40 142806 SADDLE CONDUIT 11/4IN 3 1
41 142823 HOSE CLIP 5" 3 1
42 142836 SADDLE STEEL 32MM2 2 1
43 146218
CONNECTOR LUG BRASS SOLDER 35MM2 (6D) 5
1
44 146221
CONNECTOR LUG BRASS SOLDER 95MM2(10D) 2
1
45 146223
CONNECTOR LUG BRASS SOLDER 185MM2(13D) 19
1
46 146224
CONNECTOR LUG BRASS SOLDER 240MM2(14D) 44
1
47 146226
CONNECTOR LUG BRASS SOLDER 500MM2(17D) 5
1
48 148413 TRIPCOIL 280A SERIES 1 1
49 149333 CURRENT COIL 15AMP OYT 2 1
50 149339 CURRENT COIL 50AMPS OYS 2 1
51 149340 RATED SERIES OVERCURRENT 30A 10 1
52 149353 CONTACT MOVING 141A2648 1 1
53 149372 COIL 25AMPS OYS 3 1
54 149402 ROTARY AUXILLIARY SWITCH ASSY 2 1
55 149523 COIL SOLENOID 25AMP 5 1
56 149711
TAPE COPPER BINDING 12MMx0.36MM 50
1
57 152422 ROUND METAL CUTTER 32MM 2 1
58 152423 ROUND METAL CUTTER 20MM(UK) 4 1
59 152600 LAMP HURRICANE 9 1
60 153439 JOINT STRAIGHT LV H/S 70MM2 XLPE 10 1
61 154723 LV UNIT FUSE 400AMPS 2 1
62 181213 BRACKET HSE SERVICE TEE TYPE 20 1
63 181217 BRACKET ROOF 15 1
64 181238 BOTTOM BRACKET 42 1
65 181239 FUSE BASES EXPULSION 33 1
66 182701 FIXED CONTACTS 2 1
67 182724
CONTACT BOTTOM 11KV EXP.FUSE SWITCH 27
1
68 182725
TOP CONT.FOR 11KV 2SPEXP.FUSE SWITCH 27
1
69 184609 HORN T 1 ARCING 9 1
70 184611 ARCING HORN STANDARD 4 1
71 184822 INSULATOR PIN 33KV LAPP 14 1
Page 28
28
72 184889 INSULATOR DISC 1 1
73 186901 TRUSSING FOR H POLE 1 1
74 187433 SLEEVE JOINT 0.025 SCA (MCINTYRE) 17 1
75 187439 SLEEVE JOINT 0.10 SCA (MCINTYRE) 5 1
76 188105 STRAPS WOODEN X-ARMS 64 1
77 188442 WEIGHT OPER 33KV ISOL 1 1
78 188443 SWITCH FAULT THRO 33KV 1 1
79 188446 SWITCH AIRBRAKE 11KV 1 1
80 189609 WASHER L.V FELT L.T SHACKLE 267 1
81 199022 CLOSING SELONOID FUSE 1 1
82 512742 RECORD CHART MULTRANGE 3 1
83 533466 MDI 40-100A KVA 1 1
84 533471
MDI METER C61B2-D,C61BD/M 240V 100/5A 9
1
85 533535 M.D.I. 300/5 KVA 9 1
86 533536 M.D.I. 500/5A KVA 1 1
87 535006 SWITCHES TIME 110V&240V 3 1
88 535009 SWITCHES TIME 15A 240V 2 1
89 800022 CLEAR EYE GOGGLES 5 1
90 800265
BRACKET-33KV SURGE DIVERTOR COMPLETE
25 1
Page 29
29
LOT TWO (2) NAKURU STORE
Total Quantities
(pcs)
Lot No.
1 901608 FUEL PUMP ASSY (D/1200) 1 2
2 901614 REAR WHEEL CYLINDER ASSY (D/1200) 11 2
3 901638 SHAFT ASSY PROP (D/1200) 5 2
4 902101 air cleaner isuzu 8 2
5 902905 AIR CLEANER ELEMENT (ISUZU 3.3) 6 2
6 903124 AIR CLEANER - INNER (ISUZU FSR) 2 2
7 903403 AIR CLEANER ELEMENT (HIACE) 3 2
8 903407 FUEL FILTER (HIACE) 1 2
9 903916 Fuel filter P/504 2 2
10 903917 OIL FILTERS P/504 25 2
11 905018 Air filters (suzuki) 9 2
12 905202 FUEL FILTER (SUZUKI SIERRA) 4 2
13 905919 OIL FILTER (EE100/110) 1 2
14 906412 REAR WHEEL CYLINDER (HILUX) 4 2
15 906501 DISTRIBUTOR ASSY (HILUX) 1 2
16 906508 FUEL PUMP (HILUX) 2 2
17 906616 BRAKE PADS (YN 85) 1 2
18 906618 AIR CLEANER ELEMENT (HILUX) 4 2
19 906912 BRAKE MASTER CYL ASSY (L/ CRUISER) 1 2
20 906975 OIL FILTER(T/L/C HZJ 70R) 1 2
21 907238 FUEL FILTER BY-PASS (T/L/CRUISER) 16 2
22 907511 REAR SPRING ASSY (T/L/C HZJ79) 1 2
23 909914 INTERIOR MIRROR (D/1200) 1 2
24 909920 FUEL TANK CAP (D/1200) 1 2
25 909926 REAR VIEW MIRROR (D/1200) 2 2
26 909929 WINDOW WINDER MACHINE (D/1200) 2 2
27 909930 WINDOW WINDER HANDLE (D/1200) 5 2
28 913806 WINDOW WINDER MACHINE LHS (T/HILUX) 2 2
29 925714 REAR WHEEL STUDS C/W NUTS (B12) 10 2
30 926002 ABSORBER FRONT (D/1200) 4 2
31 926006 STEADY BAR BUSH (D/1200) 4 2
32 926009 BEARING INNER FRONT WHEEL (D/1200) 1 2
33 926014 BEARING OUTER WHEEL FRONT (D/1200) 1 2
34 926018 GEAR BOX MOUNTING (D/1200) 4 2
35 926019 ENGINE MOUNTING (D/1200) 14 2
36 926023 TIE ROD END INNER (D/1200) 1 2
37 926025 FRONT WHEEL CYL REPAIR KIT (D/1200) 4 2
38 926029 FAN BLADE (D/1200) 3 2
39 926044 TRUCK CENTRE ROD-GENUINE (D/1200) 2 2
40 926052 STABILIZER LINK BUSH (D1200) 20 2
41 926054 STUD NUT FRONT WHEEL (D/1200) 10 2
42 926055 STABILIZER LINK ROD ASSEMBLY (D/1200) 4 2
43 926058 WHEEL STUD & NUT (D/1200) 3 2
Page 30
30
44 926061 REAR SPRING BUSH (D/1200) 14 2
45 926067 FRONT WISHBONE BUSH (D/1200) 9 2
46 926534 STEERING RELAY BUSH (D/1200) 10 2
47 926544 DROP ARM (D/1200) 1 2
48 926545 DROP ARM BUSH (D/1200) 38 2
49 926846 CABLE HANDBRAKE (ISUZU TXD 55) 2 2
50 930063 FRONT SUSPENSION STRUT--T/C EE100 2 2
51 930065 FRONT BRAKE PAD (COROLLA) 2 2
52 931010 HAND BRAKE CABLE REAR (HILUX) 3 2
53 931021 WHEEL STUD C/W NUTS (YN55) 6 2
54 931024
LOWER WISHBONE BALL JOINT (HILUX YN55) 2
2
55 931027 REAR SPRING U-BOLT (HILUX) 1 2
56 931028 REAR SPRING BUSH (HILUX) 3 2
57 931036 SET TIE ROD (HILUX) 1 2
58 931061 BRAKE MASTER CYLINDER (HILUX) 4 2
59 931063 REAR WHEEL CYLINDER RUBBER (HILUX) 7 2
60 931258 REAR BRAKE SHOE RETURN SPRING (HILUX) 1 2
61 931294 PROPELLER SHAFT CENTRE BOLT (HILUX) 25 2
62 931539
TRACTOR JOINT SLEEVES (T/L/CRUISER HJ75)
2 2
63 932536 IGNITION SWITCH 1 2
64 932816 STARTER BUSH (D/1200) 16 2
65 933710 LEFT HAND INDICATOR LIGHT (D/1200) 1 2
66 933713 FRONT INDICATOR LENSE (D/1200) 7 2
67 933716 SET BRUSHES (D/1200) 23 2
68 933723 condensor d/1200 5 2
69 933727 OIL PRESSURE SWITCH (D/1200) 5 2
70 933733 STARTER ASSY (D/1200) 1 2
71 933739 HORN RELAY (D/1200) 9 2
72 933743 FRONT INDICATOR ASSY RHS (D1200) 1 2
73 933786 DISTRIBUTOR ASSY (D/1200) 1 2
74 933791 NEAR SIDE WING INDICATOR (D/1200) 4 2
75 935244 SEALED BEAM H/LIGHT12V (L/ ROVER) 2 2
76 936841 OIL PRESSURE SWITCH (HILUX) 4 2
77 936877 BUMPER INDICATOR (T/HILUX YN85) 2 2
78 937009 STARTER BRUSHE (HILUX) 7 2
79 937014 BRUSH HOLDER ASSY (HILUX) 2 2
80 937023 REGULATOR (HILUX) 3 2
81 937032
FRONT INDICATOR LENSE LEFT/RIGHT (HILUX) 2
2
82 937039 BRAKE LIGHT ASSY LHS (T/HILUX YN85) 2 2
83 937052 SPEEDO METER SCREW (YN85) 3 2
84 937054 HEADLIGHT RELAY HILUX 1 2
85 937079 DASHBOARD PRINTED CIRCUITS (YN55) 1 2
Page 31
31
86 937589
TRACTOR JOINT WASHER T/L/CRUISER HJ75) 8
2
87 937711 SETS C B POINTS P/504 2 2
88 937712 CONDENSER P/504 1 2
89 937830 PUISER COIL(YAMAHA RX100) 2 2
90 948720 PISTON RING (D/1200) 1 2
91 949004 RELEASE BEARING (D/1200) 3 2
92 949021 CLUTCH CABLE (D/1200) 2 2
93 949037 STEERING IDLER ARM (D/1200) 4 2
94 949039 RADIATOR T HOSE (D/1200) 1 2
95 949045 OIL PUMP (D/1200) 2 2
96 949048 TIMING CHAIN (D/1200) 1 2
97 949049 TIMING TENSION (D/1200) 1 2
98 949059 ENGINE MOUNTING (D/1200) 1 2
99 949060 GEAR BOX OIL SEAL(D/1200) 1 2
100 949101 PISTON C/W RING STANDARD (D/1200) 2 2
101 949129 CONNECTING ROD BEARING (D/1200) 8 2
102 949134 CYLINDER HEAD GASKET (D/1200) 2 2
103 949177 MAIN BEARING 025M (D/1200) 10 2
104 952612 CLUTCH CENTER PLATE (SUZUKI SIERA) 2 2
105 952613 CLUTCH PRESSURE PLATE (SUZUKI SIERA) 2 2
106 952815 CLUTCH RELEASE BEARING (DAIHATSU) 1 2
107 953424 ENGINE MOUNTING (T/COROLLA) 2 2
108 953626 SPEEDOMETER SENSOR (T/H YN 85) 2 2
109 953627 CABLE ACC (HILUX) 2 2
110 953638 COOLING FAN(HILUX) 2 2
111 953663 CLUTCH MASTER CYCLIDER (HILUX) 1 2
112 953665 OIL PUMP ASSY (HILUX) 1 2
113 953668 CONROD BEARING (HILUX) 1 2
114 953675 PISTON RING STD (HILUX) 1 2
115 953676 ROCKER SHAFT ASSY (HILUX YN 55) 2 2
116 953680 FLYWHEEL RING GEAR (YN55) 1 2
117 953810 ENGINE OIL FILLER CAP (HILUX) 2 2
118 953827 ACCELERATOR CABLE (HILUX) 5 2
119 953833 MAIN BEARING SIZE 0.25MM (T/HILUX ) 1 2
120 953836 SPEEDO SENSOR (HILUX) 1 2
121 954006 CLUTCH PLATE (HILUX) 1 2
122 954006 SPIGOT BEARING (L/CRUISER) 1 2
123 954007 CLUTCH PRESSURE PLATE (HILUX) 1 2
124 954410 INJECTOR NOZZLE LEAK OFF PIPE(T/L/C) 1 2
125 954538 ENGINE MOUNTING (T/L/C HZJ75) 2 2
126 954605 SET THRUST WASHER (L/CRUISER) 1 2
127 954609 CONROD BEARING STD (L/CRUISER) 1 2
Page 32
32
128 954614 VALVE LIFTER SHIMS SIZE3.00MM L/C HZJ75
5 2
129 954642
INJECTOR NOZZEL SEAT WASHER (L/CRUISER) 20
2
130 954668 CYLINDER HEAD GASKET (L/CRUISER) 4 2
131 954675 PISTON RING SET (L/CRUISER) 2 2
132 956514 PUSH TYPE FUSES7.5AMPS 50 2
133 959098
MAIN BEARING SIZE 0.50MM SET(T/L/C HJ75) 1
2
134 959099
CON. BEARING SIZE 0.50MM SET(T/L/CHJZ75) 1
2
135 959571 INJECTOR PUMP ROTOR HEAD (T/CRUISER) 2 2
136 959704 SPEED CABLE (HILUX) 1 2
137 965067 FLASHER UNIT 24V 2PIN 10 2
138 965069 FLASHER 2 2
139 965535 SPEEDO GEAR DRIVE 4 2
140 972507 tyre 155x12 D1200 9 2
141 973506 RETREAD TYRE SIZE 175X14 1 2
142 973527 retread tyres 750x16 1 2
143 973536 RETREAD TYRE 5185 2 2
Page 33
33
PRICE SCHEDULE FOR SCRAP ITEMS
LOT ONE (1)-METER STORE
Item
No.
Item code Item Description Total
Quantities
(pcs) UNIT PRICE VAT EXCL. VAT
UNIT PRICE VAT INCL.
1 136926 DIRECT PRINT KODAK 3
2 140731 PLUG 4/CURVE KA216 MES G/TRIP 24
3 140732 PLUG KA216 3/CURVE MES G/TRIP 24
4 140733 PLUG KA216 6 CURVE MES G/TRIP 20
5 140747 MOVING CONTACT STUD R 2034 25
6 140828 RECTIFIER VALVE MAZDA 9
7 148101 HIGH&LOW LAMPSHOLDER 12
8 148102 NEUTRALLAMP HOLDERRZZI 6
9 148103 EXTERNALPOWERSUPPLYSW1 2
10 148115 POWERCIRCUITBRENCHER 1
11 148118 DELAY DELAY RHEOSTAT R2204 2
12 174905 LOADLIMITING MCB 400V12A 3P+N CMD 7.5KVA 114
13 174906 LOADLIMITING MCB 400V15A 3P+N CMD 10kVA 98
14 174907 LOADLIMITING MCB 400V23A 3P+N CMD 15kVA 17
15 174908 LOADLIMITING MCB 400V30A 3P+N CMD 20kVA 5
16 174909 LOADLIMITING MCB 400V38A 3P+N CMD 25kVA 32
17 174918 LOADLIMITING MCB 230V7A 1P+N CMD 1.5kVA 2
18 174920 LOADLIMITING MCB 230V21A 1P+N CMD 4.5kVA 252
19 174921 LOADLIMITING MCB 230V28A 1P+N CMD 6kVA 302
20 174922 LOADLIMITING MCB 230V35A 1P+N CMD 7.5kVA 39
21 174923 LOADLIMITING MCB 230V42A 1P+N CMD 9kVA 303
22 512764 PRI MAXIGRAPH A110 4 C 1
23 512795 RECORDER INK FILLER 18
24 535009 SWITCHES TIME 15A 240V 97
25 540897 REGULATOR MODULE 7L0286 4
26 540898 REGULATOR MODULE 5N7287 5
27 540899 RECTIFIER MODULE5N8005 4
28 540992 COIL STANDARD VAA30 12
29 553046 TRANSFORMER CARDNER 23
TOTAL
Page 34
34
PRICE SCHEDULE OF SCRAP ITEMS -METER STORE
LOT TWO (2)
Item
No.
Item
code
Item Description Total
Quantities
(pcs)
UNIT PRICE VAT EXCL. VAT
UNIT PRICE VAT INCL.
1 112635 PVC TRUNKING 1X2METRES 26
2 140831 THYRATRONBT4 TYPEBT17 6
3 512703 RECORD CHART MAR 2 CURR.0-25 22
4 512704 RECORD CHART MAR 2 CURR.0-10 167
5 512705 CHART MAINS MARH 3 VOL 94
6 512709 CHART MARH 6 VOLTAGE 47
7 512710 EVERETT EDGECUMBE 0600 9
8 512713 CHART RECORDER RUSTRAK 29
9 512731 RECORDER CHART 272110 5
10 512738 RECORD CHART MURD 176 22
11 512742 RECORD CHART MULTRANGE 30
12 512743 RECORDER CHART 050 40
13 512744 RECORD CHART 24848 50
14 512746 RECORD CHART 23458 39
15 512747 RECORDER CHART 23460 1 10
16 512748 CHART REF 32198/1 60
17 512760 GRAPH-TAR 471-259 73
18 512761 RECORDING PAPER ROLL 32
19 528704 AMMETER 5A 6" 8
20 528705 AMMETER 1A 8" 2
21 528706 AMMETER 5A 8" 18
22 528708 AMMETER 5A 4" 0-300A 4
23 528709 AMMETER 5A 4 1/2" 26
24 528711 AMMETER 5A 6"0-50A 5
25 528712 AMMETER 50-0-100 6" 1
26 528713 AMMETER 5A 6"J.G STATTER 26
27 528722 IRON AMMETER 50/5 2
28 528726 VOLTMETER 4E 33000/110V 50HZ 1
29 528737
POWER F METER 5A/230V 3 PHASE 6" 1
30 528738
ROTARY SYNCROSCOPE 4E 50HZ 110V 2
31 528741
INSTRUMENT SYNCROSCOPE 110V 8" 4
Page 35
35
32 528742
INSTRUMENT SYNCROSCOPE 415V 8" 2
33 528746 TAP INDICATOR FULLER 110V 1
34 528750 VOLTMETER 110V 9" SECTOR 2
35 528757 VOLTMETER 110V 8" MV 2
36 528760 VOLTMETER CP. DC. 15MA 6" 1
37 528765 VOLTMETER 0-200V D.C. 2 1/2" 4
38 528770 WATTMETER 230V 5A 8" 6
39 528771 WATTMETER 110V 5A 8" 11
40 528772 WATTMETER 110V 5A 8"0-250 1
41 528773 WATTMETER 110V 5A 6" 1
42 528778 WATTMETER 110V 5A 4" 2
43 528782 TEMPERATURE CONTROLLER ARIC 1
44 528783 TEMPERATURE INDICATOR 1
45 528786 METER FREQUENCY 007 110V 8" 1
46 528791 METER 45-55110V 240DSC 4
47 528792 VARMETER 0-25 MVAR 1200 1A 3
48 528797 TELEMETERING EQUIP 2
49 533415 METER 50/5 AMPS 3PHASE 5
50 533416
METER 3 PHASE 43 B/M/00/5-2000/5 7
51 533417 METER YLII 100/5A 3PHASE 13
52 533428
METER FMMX5A FNA 34Q5A 200/5 3 PHASE 1
53 533459 MDI EE110V C61B INTR5A 1
54 533466 MDI 40-100A KVA 1
55 533469 MDI D63B-D 415VEE7 5A 8
56 533471
MDI METER C61B2-D,C61BD/M 240V 100/5A 29
57 533487 SWITCHES TIME 20A 240V 9
58 533502 TRIVECTOR TV 240V 8415.100/5A 5
59 533503 TRIVECTOR 240V/415 2000/5A 2
60 533508 TRIVECTOR 33KV 110V-100/5A 1
61 533511
TREVECTOR 415V CT RATIO 500A/5A 2
62 533515 TRIVECTOR 33KV/110V 120/5A 1
63 533538 M.D.I 1500/5A KVA 10
64 533539 3PHASE 4WIRE 240V 2000A 21
65 535004 TIME SWITCH HV. METERING 110V 14
66 535006 SWITCHES TIME 110V&240V 3
67 535010 SWITCH 240V 2
Page 36
36
68 535013
METER 3/PHASE 300/5A KWH 4WIRE 240V 50HZ 4
69 535014 METER 3PHASE YL11 500/5A 11
70 535015 METER 3PHASE YL 1000/5A 1
71 535017 3QM KWH 50HZ YL11 2000 25
72 535090 RIP.CON.R.103-21,103-22(FAULTY) 3
73 535096 1500 RING TYPE 15 VA (FAULTY) 12
74 540901 RELAY TYPE 1500 RH 1
75 540917 INTER RELAY TYPE VANA 6
76 540921 TRIP CIRC RELAY 220V 2
77 540931 VOLT SELECTION RELAY 110 50HZ 3
78 540936
AUTO RECLOSE RELAY VAR 22A T.RAGE5-60S 1
79 540940 DISPLACEMENT RELAY VDG 14 5
80 540945 RELAY VAT 11 30V DC 9
81 540947 RELAY VAT 11 22 OV 9
82 540988 RELAY TYPE 1A 50HZ 2
83 541018 RELAY PBO O/C 3 POLE 5A 2
84 541037
RELAY SPP11A 'GE' UNDER FREQUENCY 1
85 541066 2 TRANSLAY RELAY HOA4 5 AMPS 3
86 541076 RELAY SENSITIVE E/F CFI 8
87 541102
3NEUTRAL VILTAGE DISPLASEMENT VDG 2
88 541107
RELAY 1POLE INSTANTANEOUS CDV 61 3
89 541109 POTENTIAL SELEC RELAY 110V 1-4A 3
90 541119 VAT TIMER 30V 1
91 541120 RELAY NRJ REVERSE VAR 6
92 541121 RELAY ES REVERSE POWER 63,5V 2
93 541122 RELAY NA2 REVERSE POWER 240V 2
94 541124 OVERCURRENT RELAY02-08 2
95 541140 RELAY VAT 2
96 541148 RELAY VAT 11 6
97 541162 TRANSISTORISED TIMERS 3
98 541172 TYPE HSA08 AUX 30V 1
99 541180 INDICATING RELAYCV2DMB 9
100 541183 RELAY VAAA 1
101 541184 RELAY TYPE F2 12
102 541488 CDD21 DIR IMT O/L RE. 1
103 541710 R.S.350-759 240VDC 3P0LE RELAY 20
Page 37
37
104 553043 METER 15VG 3000/5 11
105 597000 D/M 66000/110V MDL 3
106 597001 KWH E 42 B/W 50/5 2
107 597002 D/M 33000/110V MDL 3
108 597003 KWH E 42 B/W 40/5 3
109 597010 SWITCHES TIME VA MK 110V 5
TOTAL
Page 38
38
PRICE SCHEDULE OF SCRAP ITEMS- NAKURU STORE
“AS IS WHERE IS”.
LOT ONE (1)
Item
No.
Item
code
Item Description Total
Quantities
(pcs)
UNIT PRICE VAT
EXCL.
(KSH.) VAT
UNIT
PRICE
VAT INCL.
(KSH).
1 103522 TRANSFORMER DING DONG BELL 1
2 105123 SINGLE PHASE METER BOARD 5
3 105139
METERBOX 30 METALLIC WOODEN
12X12" 5
4 105519 BOLT & NUT 3/8X1 1800
5 111639
FUSE HANDLE CONTACT WEDGE
S50054 2
6 113539 CLEAT WOOD 2 1/2" 144
7 113541 CLEAT WOOD 4" 9
8 113707 HEAVY GAUGE 50MM PVC 195
9 113757 WIRING CLIP PLASTIC 1.5" 10
10 113758 WIRING CLIP PLASTIC 2" 10
11 113759 WIRING CLIP PLASTIC 2 1/2" 10
12 117609 SURGE DIVERTOR ASEA 30 1
13 117610 SURGE DIVERTOR 40KV 1
14 117612 SURGE DIVERTOR ACA30 3
15 117614 LIGHTING ARRESTORS 13KV XCA13 2
16 123037 FUSE CATRIDGE 30A FC 23
17 123040
FUSE CARTRIDGE 100AMPS PC100
CUT OUT 100
18 123048 FUSE PLUNGER 35A HRC 11KV 12
Page 39
39
19 123101 FUSE CART 15A 415V EERH 33
20 124157 CONNECTOR COMPRESSION VCAT 5:1 500
21 124408 GLASS HURRICAN LAMR 20
22 125526 CAPACITOR RATING 250V/50HZ 7
23 128611
8ZONE 24V GENTS FIRE ALAR IND.
X240V 1
24 129617
STRAIGHT THROUGH JOINT 11522
11KV 2
25 131048 BULB PIGMY 15WX250V
1
26 132605 LIQUID FUSES 6
27 132621 POLISH BRASSO NO 6 9
28 132811 PADLOCK YALE 1" 40 815 MASTER 2
29 132814 PADLOCK NON-STANDARD LARGE 1
30 135138 NUT LOCK BRASS 20MM 200
31 138602 POLISH CARDINAL RED 8
32 140750 SPRING ASS R 2042NO19 1
33 140751 DRIVER REF NOR 2043 NO19 1
34 140752 GEAR REF NOR 2044 NO19 2
35 140753 GEAR REF NOR 2045 FIG 19 2
36 140760 IMPELLER REF NOR 2053 1
37 141209 RESISTANCE SUITABLE 7.5MW 1
38 141809 ROD WELD BRASS 1/16 IN 39
39 141845 ROD WELDING C4 1/16 IN 5
40 142806 SADDLE CONDUIT 11/4IN 3
41 142823 HOSE CLIP 5" 3
42 142836 SADDLE STEEL 32MM2 2
Page 40
40
43 146218
CONNECTOR LUG BRASS SOLDER
35MM2 (6D) 5
44 146221
CONNECTOR LUG BRASS SOLDER
95MM2(10D) 2
45 146223
CONNECTOR LUG BRASS SOLDER
185MM2(13D) 19
46 146224
CONNECTOR LUG BRASS SOLDER
240MM2(14D) 44
47 146226
CONNECTOR LUG BRASS SOLDER
500MM2(17D) 5
48 148413 TRIPCOIL 280A SERIES 1
49 149333 CURRENT COIL 15AMP OYT 2
50 149339 CURRENT COIL 50AMPS OYS 2
51 149340 RATED SERIES OVERCURRENT 30A 10
52 149353 CONTACT MOVING 141A2648 1
53 149372 COIL 25AMPS OYS 3
54 149402 ROTARY AUXILLIARY SWITCH ASSY 2
55 149523 COIL SOLENOID 25AMP 5
56 149711
TAPE COPPER BINDING
12MMx0.36MM 50
57 152422 ROUND METAL CUTTER 32MM 2
58 152423 ROUND METAL CUTTER 20MM(UK) 4
59 152600 LAMP HURRICANE 9
60 153439 JOINT STRAIGHT LV H/S 70MM2 XLPE 10
61 154723 LV UNIT FUSE 400AMPS 2
62 181213 BRACKET HSE SERVICE TEE TYPE 20
63 181217 BRACKET ROOF 15
64 181238 BOTTOM BRACKET 42
Page 41
41
65 181239 FUSE BASES EXPULSION 33
66 182701 FIXED CONTACTS 2
67 182724
CONTACT BOTTOM 11KV EXP.FUSE
SWITCH 27
68 182725
TOP CONT.FOR 11KV 2SPEXP.FUSE
SWITCH 27
69 184609 HORN T 1 ARCING 9
70 184611 ARCING HORN STANDARD 4
71 184822 INSULATOR PIN 33KV LAPP 14
72 184889 INSULATOR DISC 1
73 186901 TRUSSING FOR H POLE 1
74 187433 SLEEVE JOINT 0.025 SCA (MCINTYRE) 17
75 187439 SLEEVE JOINT 0.10 SCA (MCINTYRE) 5
76 188105 STRAPS WOODEN X-ARMS 64
77 188442 WEIGHT OPER 33KV ISOL 1
78 188443 SWITCH FAULT THRO 33KV 1
79 188446 SWITCH AIRBRAKE 11KV 1
80 189609 WASHER L.V FELT L.T SHACKLE 267
81 199022 CLOSING SELONOID FUSE 1
82 512742 RECORD CHART MULTRANGE 3
83 533466 MDI 40-100A KVA 1
84 533471
MDI METER C61B2-D,C61BD/M 240V
100/5A 9
85 533535 M.D.I. 300/5 KVA 9
86 533536 M.D.I. 500/5A KVA 1
87 535006 SWITCHES TIME 110V&240V 3
88 535009 SWITCHES TIME 15A 240V 2
Page 42
42
89 800022 CLEAR EYE GOGGLES 5
90 800265
BRACKET-33KV SURGE DIVERTOR
COMPLETE 25
TOTAL
Page 43
43
PRICE SCHEDULE OF SCRAP ITEMS- NAKURU STORE
“AS IS WHERE IS”.
LOT TWO (2)
Item
No.
Item code Item Description Total
Quantities
(pcs)
UNIT PRICE VAT EXCL. (KSH.) VAT
UNIT PRICE VAT INCL. (KSH).
1 901608 FUEL PUMP ASSY (D/1200) 1
2 901614
REAR WHEEL CYLINDER ASSY (D/1200) 11
3 901638 SHAFT ASSY PROP (D/1200) 5
4 902101 air cleaner isuzu 8
5 902905 AIR CLEANER ELEMENT (ISUZU 3.3) 6
6 903124 AIR CLEANER - INNER (ISUZU FSR) 2
7 903403 AIR CLEANER ELEMENT (HIACE) 3
8 903407 FUEL FILTER (HIACE) 1
9 903916 Fuel filter P/504 2
10 903917 OIL FILTERS P/504 25
11 905018 Air filters (suzuki) 9
12 905202 FUEL FILTER (SUZUKI SIERRA) 4
13 905919 OIL FILTER (EE100/110) 1
14 906412 REAR WHEEL CYLINDER (HILUX) 4
15 906501 DISTRIBUTOR ASSY (HILUX) 1
16 906508 FUEL PUMP (HILUX) 2
17 906616 BRAKE PADS (YN 85) 1
18 906618 AIR CLEANER ELEMENT (HILUX) 4
19 906912
BRAKE MASTER CYL ASSY (L/ CRUISER) 1
20 906975 OIL FILTER(T/L/C HZJ 70R) 1
21 907238 FUEL FILTER BY-PASS (T/L/CRUISER) 16
22 907511 REAR SPRING ASSY (T/L/C HZJ79) 1
23 909914 INTERIOR MIRROR (D/1200) 1
24 909920 FUEL TANK CAP (D/1200) 1
25 909926 REAR VIEW MIRROR (D/1200) 2
26 909929
WINDOW WINDER MACHINE (D/1200)
2
27 909930
WINDOW WINDER HANDLE (D/1200) 5
28 913806
WINDOW WINDER MACHINE LHS (T/HILUX) 2
Page 44
44
29 925714
REAR WHEEL STUDS C/W NUTS (B12) 10
30 926002 ABSORBER FRONT (D/1200) 4
31 926006 STEADY BAR BUSH (D/1200) 4
32 926009
BEARING INNER FRONT WHEEL (D/1200)
1
33 926014
BEARING OUTER WHEEL FRONT (D/1200)
1
34 926018 GEAR BOX MOUNTING (D/1200) 4
35 926019 ENGINE MOUNTING (D/1200) 14
36 926023 TIE ROD END INNER (D/1200) 1
37 926025
FRONT WHEEL CYL REPAIR KIT (D/1200)
4
38 926029 FAN BLADE (D/1200) 3
39 926044
TRUCK CENTRE ROD-GENUINE (D/1200) 2
40 926052 STABILIZER LINK BUSH (D1200) 20
41 926054 STUD NUT FRONT WHEEL (D/1200) 10
42 926055
STABILIZER LINK ROD ASSEMBLY (D/1200) 4
43 926058 WHEEL STUD & NUT (D/1200) 3
44 926061 REAR SPRING BUSH (D/1200) 14
45 926067 FRONT WISHBONE BUSH (D/1200) 9
46 926534 STEERING RELAY BUSH (D/1200) 10
47 926544 DROP ARM (D/1200) 1
48 926545 DROP ARM BUSH (D/1200) 38
49 926846 CABLE HANDBRAKE (ISUZU TXD 55) 2
50 930063
FRONT SUSPENSION STRUT--T/C EE100 2
51 930065 FRONT BRAKE PAD (COROLLA) 2
52 931010 HAND BRAKE CABLE REAR (HILUX) 3
53 931021 WHEEL STUD C/W NUTS (YN55) 6
54 931024
LOWER WISHBONE BALL JOINT (HILUX YN55) 2
55 931027 REAR SPRING U-BOLT (HILUX) 1
56 931028 REAR SPRING BUSH (HILUX) 3
57 931036 SET TIE ROD (HILUX) 1
58 931061 BRAKE MASTER CYLINDER (HILUX) 4
59 931063
REAR WHEEL CYLINDER RUBBER (HILUX)
7
60 931258
REAR BRAKE SHOE RETURN SPRING (HILUX) 1
61 931294 PROPELLER SHAFT CENTRE BOLT 25
Page 45
45
(HILUX)
62 931539
TRACTOR JOINT SLEEVES (T/L/CRUISER HJ75)
2
63 932536 IGNITION SWITCH 1
64 932816 STARTER BUSH (D/1200) 16
65 933710
LEFT HAND INDICATOR LIGHT (D/1200) 1
66 933713 FRONT INDICATOR LENSE (D/1200) 7
67 933716 SET BRUSHES (D/1200) 23
68 933723 Condensor d/1200 5
69 933727 OIL PRESSURE SWITCH (D/1200) 5
70 933733 STARTER ASSY (D/1200) 1
71 933739 HORN RELAY (D/1200) 9
72 933743
FRONT INDICATOR ASSY RHS (D1200) 1
73 933786 DISTRIBUTOR ASSY (D/1200) 1
74 933791
NEAR SIDE WING INDICATOR (D/1200) 4
75 935244
SEALED BEAM H/LIGHT12V (L/ ROVER) 2
76 936841 OIL PRESSURE SWITCH (HILUX) 4
77 936877 BUMPER INDICATOR (T/HILUX YN85) 2
78 937009 STARTER BRUSHE (HILUX) 7
79 937014 BRUSH HOLDER ASSY (HILUX) 2
80 937023 REGULATOR (HILUX) 3
81 937032
FRONT INDICATOR LENSE LEFT/RIGHT (HILUX) 2
82 937039
BRAKE LIGHT ASSY LHS (T/HILUX YN85) 2
83 937052 SPEEDO METER SCREW (YN85) 3
84 937054 HEADLIGHT RELAY HILUX 1
85 937079
DASHBOARD PRINTED CIRCUITS (YN55) 1
86 937589
TRACTOR JOINT WASHER T/L/CRUISER HJ75) 8
87 937711 SETS C B POINTS P/504 2
88 937712 CONDENSER P/504 1
89 937830 PUISER COIL(YAMAHA RX100) 2
90 948720 PISTON RING (D/1200) 1
91 949004 RELEASE BEARING (D/1200) 3
92 949021 CLUTCH CABLE (D/1200) 2
93 949037 STEERING IDLER ARM (D/1200) 4
Page 46
46
94 949039 RADIATOR T HOSE (D/1200) 1
95 949045 OIL PUMP (D/1200) 2
96 949048 TIMING CHAIN (D/1200) 1
97 949049 TIMING TENSION (D/1200) 1
98 949059 ENGINE MOUNTING (D/1200) 1
99 949060 GEAR BOX OIL SEAL(D/1200) 1
100 949101
PISTON C/W RING STANDARD (D/1200)
2
101 949129
CONNECTING ROD BEARING (D/1200)
8
102 949134 CYLINDER HEAD GASKET (D/1200) 2
103 949177 MAIN BEARING 025M (D/1200) 10
104 952612
CLUTCH CENTER PLATE (SUZUKI SIERA) 2
105 952613
CLUTCH PRESSURE PLATE (SUZUKI SIERA) 2
106 952815
CLUTCH RELEASE BEARING (DAIHATSU) 1
107 953424 ENGINE MOUNTING (T/COROLLA) 2
108 953626 SPEEDOMETER SENSOR (T/H YN 85) 2
109 953627 CABLE ACC (HILUX) 2
110 953638 COOLING FAN(HILUX) 2
111 953663 CLUTCH MASTER CYCLIDER (HILUX) 1
112 953665 OIL PUMP ASSY (HILUX) 1
113 953668 CONROD BEARING (HILUX) 1
114 953675 PISTON RING STD (HILUX) 1
115 953676 ROCKER SHAFT ASSY (HILUX YN 55) 2
116 953680 FLYWHEEL RING GEAR (YN55) 1
117 953810 ENGINE OIL FILLER CAP (HILUX) 2
118 953827 ACCELERATOR CABLE (HILUX) 5
119 953833
MAIN BEARING SIZE 0.25MM (T/HILUX ) 1
120 953836 SPEEDO SENSOR (HILUX) 1
121 954006 CLUTCH PLATE (HILUX) 1
122 954006 SPIGOT BEARING (L/CRUISER) 1
123 954007 CLUTCH PRESSURE PLATE (HILUX) 1
124 954410
INJECTOR NOZZLE LEAK OFF PIPE(T/L/C) 1
125 954538 ENGINE MOUNTING (T/L/C HZJ75) 2
126 954605 SET THRUST WASHER (L/CRUISER) 1
127 954609 CONROD BEARING STD (L/CRUISER) 1
128 954614 VALVE LIFTER SHIMS SIZE3.00MM 5
Page 47
47
PAYMENT TERMS:
Cash or Bankers cheque before collecting the goods.
Note: In case of discrepancy between unit price and total price, the unit price shall prevail.
Signature of tenderer
L/C HZJ75
129 954642
INJECTOR NOZZEL SEAT WASHER (L/CRUISER) 20
130 954668 CYLINDER HEAD GASKET (L/CRUISER) 4
131 954675 PISTON RING SET (L/CRUISER) 2
132 956514 PUSH TYPE FUSES7.5AMPS 50
133 959098
MAIN BEARING SIZE 0.50MM SET(T/L/C HJ75) 1
134 959099
CON. BEARING SIZE 0.50MM SET(T/L/CHJZ75) 1
135 959571
INJECTOR PUMP ROTOR HEAD (T/CRUISER) 2
136 959704 SPEED CABLE (HILUX) 1
137 965067 FLASHER UNIT 24V 2PIN 10
138 965069 FLASHER 2
139 965535 SPEEDO GEAR DRIVE 4
140 972507 tyre 155x12 D1200 9
141 973506 RETREAD TYRE SIZE 175X14 1
142 973527 retread tyres 750x16 1
143 973536 RETREAD TYRE 5185 2
TOTAL
Page 48
48
SECTION VI - SUMMARY OF EVALUATION PROCESS
Evaluation of duly submitted tenders will be conducted along the following criteria: -
6.1 This shall include confirmation of the following: -
a) Submission and verification of copy of receipt of purchase of the tender document
(where applicable)
b) Submission, verification of copy of Tender security receipt and sufficiency of the
amount paid
c) Submission and considering the Confidential Business Questionnaire fully filled
and duly signed.
d) Submission and considering the Tender Form duly completed and signed.
e) Submission of Company or Firm’s Registration Certificate, Pin Certificate (where
applicable)
f) That the Tender is valid for the period required
g) Submission of copies of Pin, VAT certificates, Scrap dealer’s certificate, city
Council/municipal council licence, furnace or foundry certificate and
Business registration certificate
h). Documentary Proof that the Tenderer owns smelting furnace
i) Proof of having viewed the items prior to quoting, rubber stamp and the signature of
the stores or power station in-charge.
All the above are mandatory
h) Confirmation of compliance of previous contract(s) in accordance with its/ their
terms and conditions where applicable.
i) Correction of arithmetical errors.
j) Conducting and comparing the prices offered.
NOTES: -
1. For purposes of evaluation, the Exchange Rate to be used for currency conversion shall be
selling exchange rate ruling on the date of tender closing provided by the Central Bank of
Kenya.
2. The successful Tenderer(s) shall be the one(s) with the highest evaluated price.
Page 49
49
TABLE OF CLAUSES ON GENERAL CONDITIONS OF CONTRACT
Clause No. Headings Page No.
7.1 Definitions……..…………………………………………….. 32
7.2 Use of Contract Documents and Information…………………32
7. 3 Transportation…………………………………………………33
7.4 Payment……………………………… ………………………33
7.5 Collection of Items ……………………………………………33
7.6 Collection Period and storage charges…………………….......33
7.7 Prices………………………………………………………….33
7.8 Variation of Contract………………………………………….33
7.9 Assignment…..………………………………………………..33
8.0 Termination of Contract………....……………………………33
8.1 Resolution of Disputes ……………..………………………...33
8.2 Language and Law……………………..…………………….34
8.3 Waiver………………..……………………………………….34
8.4 Force Majeure…………………………………………………34
Page 50
50
SECTION VII – GENERAL CONDITIONS OF CONTRACT
The General Conditions of Contract hereinafter referred abbreviated as the GCC shall form part of
the Conditions of Contract in accordance with the law and KPLC’s guidelines, practices,
procedures and working circumstances. The provisions in the GCC will apply unless an alternative
solution or amendment is made under the Special Conditions of Contract.
7.1 Definitions
7.1.1 In this contract, the following terms shall be interpreted as follows: -
a) “The Contract” means the agreements entered into between KPLC and the
Purchaser, as recorded in the Contract Form signed by the parties, including all
attachments and appendices thereto and all documents incorporated by reference
therein.
b) “The Contract Price” means the price payable to the Purchaser under the contract
for the full and proper performance of its contractual obligations.
c) Wherever used in the contract, “collection” shall be complete when the items have
been in fact removed from KPLC’s premises or other indicated site within the
period specified in the contract
d) “The Items” means the items and or other materials, which the Purchaser offered to
purchase or has paid for under the contract.
e) “The Disposing Entity” means The Kenya Power and Lighting Company Limited or
its successor(s) and assign(s) where the context so admits (hereinafter abbreviated
as KPLC).
f) “The Purchaser” means the individual or firm purchasing the items under this
contract or his/ her/ its permitted heir(s), personal representative(s), successor(s)
and permitted assign(s) where the context so admits. For the avoidance of doubt this
shall mean the successful Tenderer(s) pursuant to the tender.
7.2 Use of Contract Documents and Information
7.2.1 The Purchaser shall not, without KPLC’s prior written consent, disclose the contract, or
any provision thereof or information furnished by or on behalf of KPLC in connection
therewith, to any person other than a person employed by the Purchaser in the performance
of the contract.
7.2.2 The Purchaser shall not, without KPLC’s prior written consent, make use of any document
or information enumerated in clause 7.5.1 above.
7.2.3 Any document, other than the contract itself, enumerated in clause 7.5.1 shall remain the
property of KPLC.
Page 51
51
7.3 Transportation
7.3.1 In all cases after payment by the Purchaser of the items, transportation of the items shall be
the responsibility of the Purchaser and KPLC shall accept no liability for the transportation
or any matters arising thereafter.
7.40 Payment
7.4.1 The Purchaser will be required to pay for the items after fourteen (14) days from the date of
notification of award but not later than thirty (30) days from that date failure to which the
contract will be cancelled and the Tender Deposit forfeited.
7.4.2 The Purchase Price less the Tender Deposit earlier paid (hereinafter referred to as the
“Balance”) shall be paid at the following places:-
a) any of KPLC’s Finance offices countrywide quoting the Tender Number, Name and
specific item(s) awarded, or,
b) by telegraphic transfer into KPLC’s account quoting the Tender Number, Name and
specific item(s) awarded.
7.5 Collection of Items
7.5.1 Before release of the items purchased and paid for, the Tenderer shall present the following
documents:-
a) The original receipt of payment of the Tender Deposit.
b) The original receipt of payment of the balance of the Purchase Price
c) The Letter of Notification of Award
d) KPLC’s original release letter signed by an authorized person, where applicable
e) Any other document required
7.6 Collection Period and Storage Charges
7.6.1 The Purchaser shall be required to collect the items they have paid for within the prescribed
period as indicated in the Special Conditions of Contract after making the required
payment.
7.6.2 KPLC shall charge storage charges from the Purchaser for failure to collect the items they
have paid for within the prescribed period. The storage charges are as indicated in the
Special Conditions of Contract.
7.7 Prices
Prices offered by the Purchaser for the items under the contract shall be fixed for the period
of the contract with no variations.
7.8 Variation of Contract
KPLC reserves the right to increase or decrease the quantity of items originally tendered
for or awarded without any change in unit price or other terms and conditions of the
Contract. Save as is variable herein all other terms and conditions of the contract shall
remain the same.
7.9 Assignment
7.91 The Purchaser shall not assign in whole or in part any of its rights to perform under this
contract, except with KPLC’s prior written consent.
Page 52
52
8.0 Termination of Contract
8.1 KPLC may, without prejudice to any other remedy for breach of contract, by written notice
sent to the Purchaser, terminate this contract in whole or in part due to any of the
following: -
a) if the Purchaser fails to collect any or all of the items within the period(s) specified
in the contract, or within any extension thereof granted by KPLC.
b) if the Purchaser fails to perform any other obligation(s) under the contract.
c) if the Purchaser, in the judgment of KPLC has engaged in corrupt or fraudulent
practices in competing for or in executing the contract.
d) by an act of force majeure.
e) if the Purchaser abandons or repudiates the Contract.
8.1 Resolution of Disputes
8.1.1 KPLC and the Purchaser may make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with
the contract.
8.1.2 If, after thirty (30) days from the commencement of such informal negotiations both parties
have been unable to resolve amicably a contract dispute, either party may require
adjudication in a national forum.
8.2 Language and Law
The language of the contract and the law governing the contract shall be the English
language and the laws of Kenya respectively unless otherwise stated.
8.3 Waiver
Any omission or failure by KPLC to exercise any of its rights or enforce any of the
penalties arising from the obligations imposed on the Purchaser shall in no way, manner or
otherwise howsoever, alter, amend, prejudice, vary, waive or be deemed to alter, amend,
prejudice, vary, waive or otherwise whatsoever any of KPLC’s powers and rights as
expressly provided in and regards this contract.
8.4 Force Majeure
Force majeure means any circumstances beyond the control of the parties, including but not
limited to:
a) War and other hostilities (whether war be declared or not), invasion, act of foreign
enemies, mobilization, requisition or embargo;
b) Ionizing radiation or contamination by radio-activity from any nuclear fuel or from
any nuclear waste from the combustion of nuclear fuel, radioactive toxic explosives
or other hazardous properties of any explosive nuclear assembly or nuclear
components thereof;
c) Rebellion, revolution, insurrection, military or usurped power & civil war;
d) Riot, commotion or disorder except where solely restricted to employees servants or
agents of the parties;
e) Un-navigable storm or tempest at sea.
Page 53
53
SECTION VIII – SPECIAL CONDITIONS OF CONTRACT
The Special Conditions of Contract hereinafter abbreviated as SCC shall form part of the
Conditions of Contract. They are made in accordance with the law and KPLC’s guidelines,
practices, procedures and working circumstances. They shall amend, add to and vary the GCC.
The clauses in this section need not therefore, be completed but must be completed by KPLC if
any changes to the GCC provisions are deemed necessary. Whenever there is a conflict between
the GCC and SCC, the provisions of the SCC shall prevail over those in the GCC.
No. GCC Reference Clause Particulars of SCC
1. 7.6.1 Collection Period
Time duration of 30 days after payment for the scrap
items is provided for the removal of the scraps from the
stores.
2. 7.6.2 Storage Charges Failure to collect items within the allowed duration shall
attract storage charges at the rate of Kshs. 5,000 per
week until all the awarded items are fully collected.
Page 54
54
SECTION IX - TENDER FORM
Date: ------------------
Tender No. KP1/9BA/PT/2/14-15
To:
The Kenya Power & Lighting Company Limited,
Stima Plaza,
Kolobot Road, Parklands,
P.O Box 30099 – 00100,
Nairobi, Kenya.
Ladies and Gentlemen,
1. Having read, examined and understood the Tender Document including all Addenda, the
receipt of which is hereby duly acknowledged, we, the undersigned Tenderer, offer to purchase
and collect all the items offered to us in accordance and conformity with the said tender
document for the sum of ………………………(total tender amount in words and figures) or
such other sums as may be ascertained in accordance with the Price Schedule attached
herewith and made part of this Tender.
2. We undertake, if our Tender is accepted, to pay for and collect the items in accordance with the
requirements of the Tender.
3. We agree to abide by this Tender for a period of…………..days from the date fixed for tender
opening as per the Tender Document, and it shall remain binding upon us and may be accepted
at any time before the expiration of that period.
4. This Tender, together with your written acceptance thereof and your notification of award,
shall not constitute a contract, between us. The contract shall be formed between us when both
parties duly sign the written contract.
5. We understand that you are not bound to accept the highest or any Tender you may receive.
Yours sincerely,
_____________________
Name of Tenderer
_____________________________
Signature of duly authorized person signing the Tender
__________________________________
Name and Capacity of duly authorized person signing the Tender
______________________________
Stamp or Seal of Tenderer
Page 55
55
SECTION X - CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM
All Tenderers are requested to give the particulars indicated in Part 1 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 1 Section A – General
Name of Tenderer …………………………………………………………………
Location of Tenderer…………………………………………
Plot No. ……………………Street/ Road ………………………………..
Postal Address ………………………….. Postal Code …………………….
Tel No………………………………..
Facsimile..………………………………..
Mobile and/or CDMA No……………………….
E-mail:…………………………………………………
Part 1 Section 2 The following are only filled where applicable,
Nature of your business …………………………………………..
Registration Certificate No ……………………………………………………
*Names of Tenderer’s contact person(s) ………………………….
Designation/ capacity of the Tenderer’s contact person(s) ………………………………
Address, Tel, Fax and E-mail of the Tenderer’s contact person(s) ……………….
……………………………………………………………………………………...
……………………………………………………………………………………
Page 56
56
Part 2 (a) Sole Proprietor
Your name in full ………………………………………………………………….
Nationality ………………………
*Citizenship details………………………………………………………………….
Part 2 (b) Partnership
Give details of partners as follows: -
Names Nationality *Citizenship Details
1.…………………………………………………………………………
2.…………………………………………………………………………
3….………………………………………………………………………
4.………………………………………………………………………….
5………………………………………………………………………….
Part 2 (c) Registered Company
Private or Public …………………………………………………………………….
Give details of all directors as follows
Name Nationality *Citizenship Details Shares
1……………………………………………………………………………………….
2……………………………………………………………………………………….
3………………………………………………………………………………………..
4………………………………………………………………………………………..
Name of duly authorized person to sign for and on behalf of the Tenderer ..………………………..
Capacity of the duly authorized person……………………………………
Signature of the duly authorized person……………………………..
*NOTES TO THE TENDERERS ON THE QUESTIONNAIRE
1. The address and contact person of the Tenderer provided above shall at all times be used
for purposes of this tender.
2. If a Kenyan citizen, please indicate under “Citizenship Details” whether by birth,
naturalization or registration.
3. These details are essential and compulsory for all Tenderers.
Page 57
57
SECTION XI - TENDER DEPOSIT COMMITMENT DECLARATION FORM
To:
The Kenya Power & Lighting Company Limited,
Stima Plaza,
Kolobot Road, Parklands,
P.O Box 30099 – 00100,
Nairobi, Kenya.
Ladies and Gentlemen,
RE: TENDER NO.KP1/9BA/PT/2/14-15, FOR DISPOSAL OF ASSORTED
OBSOLETE ITEMS AT NAKURU STORE AND METER STORES,
NAIROBI.
As indicated in the Schedule of Items and Prices, we do confirm that we have paid deposit for the
items tendered for as supported by the attached copy of receipt or bankers cheque as follows.
Receipt number
/Bankers Cheque
number
Date of
Receipt/Bankers
Cheque
Tender Deposit
Paid .(Amount in Kshs )
Page 58
58
SECTION XII - DECLARATION FORM
Date
To:
The Kenya Power & Lighting Company Limited,
Stima Plaza,
Kolobot Road, Parklands,
P.O Box 30099 – 00100,
Nairobi,
KENYA.
Ladies and Gentlemen,
The Tenderer i.e. (full name and complete physical and postal address)
declare the following: -
a) That I/ We have not been debarred from participating in public procurement by any body,
institution or person.
b) That I/ We have not been involved in and will not be involved in corrupt and fraudulent
practices regarding public procurement anywhere.
c) That I/We or any director of the firm or company is not a person within the meaning of
paragraph 3.2 of ITT (Eligible Tenderers) of the Instruction to Bidders.
d) That I/ We are not insolvent, in receivership, bankrupt or in the process of being wound up
and is not the subject of legal proceedings relating to the foregoing.
e) That I/ We are not associated with any other Tenderer participating in this tender.
f) That I/we have not been implicated in theft cases at any time by KPLC
g) That I/ We do hereby confirm that all the information given in this Tender is accurate,
factual and true to the best of our knowledge.
Yours sincerely,
_____________________
Name of Tenderer
___________________________________
Signature of duly authorised person signing the Tender
__________________________________
Name and Capacity of duly authorised person signing the Tender
__________________________________
Stamp or Seal of Tenderer
Page 59
59
SECTION XIV – DRAFT LETTER OF NOTIFICATION OF AWARD
To: (Name and full address of the Successful Tenderer)………… Date:………………….
Dear Sirs/ Madams,
RE: NOTIFICATION OF AWARD OF TENDER NO. ……………
We refer to your Tender dated………………… and are pleased to inform you that following
evaluation, your Tender has been accepted as follows: -
………………………………………………………………………………………………
………………………………………………………………………………………………
This notification does not constitute a contract. The formal Contract Agreement, which is enclosed
herewith shall be entered into upon expiry of seven (7) days from the date hereof but not later than
thirty (30) days after expiry of tender validity pursuant to the provisions of the Public Procurement
and Disposal Act, 2005 (or as may be amended from time to time or replaced).
Kindly sign, and seal the Contract Agreement. Further, initial and stamp on all pages of the
documents forming the Contract that are forwarded to you with this letter. Thereafter return the
signed and sealed Contract together with the documents to us within seven (7) days of the date
hereof for our further action.
We take this opportunity to remind you to again note and strictly comply with the provisions as
regards the Tender Security, Signing of Contract and Performance Security as stated in the
Instructions to Tenderers.
We look forward to a cordial and mutually beneficial business relationship.
Yours faithfully,
FOR: THE KENYA POWER & LIGHTING COMPANY LIMITED
GENERAL MANAGER, SUPPLY CHAIN DIVISION
Enclosures
Page 60
60
SECTION XIV – DRAFT LETTER OF NOTIFICATION OF REGRET
To: (Name and full address of the Unsuccessful Tenderer)………… Date:
Dear Sirs/ Madams,
RE: NOTIFICATION OF REGRET IN RESPECT OF TENDER NO
KP1/9BA/PT/2/14-15
We refer to your Tender dated………………… and regret to inform you that following evaluation,
your Tender is unsuccessful. It is therefore not accepted. The brief reasons are as follows:-
1. ………………………
2. ………………………
3. ……………………… etc…
The successful bidder was _______________________.
However, this notification does not reduce the validity period of your Tender Security. In this
regard, we request you to relook at the provisions regarding the Tender Security, Signing of
Contract and Performance Security as stated in the Instructions to Tenderers.
You may collect the tender security from our Legal Department (Guarantees Section), on the 2nd
Floor, Stima Plaza, Kolobot Road, Parklands, Nairobi only after expiry of twenty five (25) days
from the date hereof. It is expected that by that time KPLC and the successful bidder will have
entered into a contract pursuant to the Public Procurement and Disposal Act, 2005 (or as may be
amended from time to time or replaced). When collecting the Security, you will be required to
produce the original of this letter.
We thank you for the interest shown in participating in this tender and wish you well in all your
future endeavours.
Yours faithfully,
FOR: THE KENYA POWER & LIGHTING COMPANY LIMITED
GENERAL MANAGER, SUPPLY CHAIN DIVISION
Page 61
61
SECTION XV - TENDER SECURITY DECLARATION FORM
(The Bidder shall complete in this form in accordance with the instructions
indicated)
Date:……………………………………………
( insert date (as day, month, year) of Bid Submission)
Tender No……………………………………….
(Insert number of bidding process)
To:
The Kenya Power & Lighting Company Limited,
Stima Plaza,
Kolobot Road, Parklands,
P.O Box 30099 – 00100,
Nairobi, Kenya.
We, the undersigned declare that.
1. We understand that, according to your conditions, bids must be supported by a
bid-securing declaration.
2. We accept that we will be automatically be suspended from being eligible for
bidding in any contract with the purchaser for the period of the time of (insert the
number of months or years) starting on (insert date), if we are in breach of our
obligation(s) under the bid conditions, because we-
a. Have withdrawn our bid during the period of bid validity specified by us in the
bidding data sheet: or
b. Having been notified of the acceptance of our bid by the purchaser during the
period of bid validity,
i. Fail or refuse the contract, if required, or
ii. Fail or refuse to finish the performance security, in accordance with the ITT
3. We understand that this bid securing declaration shall expire if we are not the
successful bidder, upon the earlier of
Page 62
62
i. Our receipt of a copy of your notification of the name of the successful bidder;
or
ii. Twenty-eight days after the expiration of our tender.
4. We understand that if we are a joint venture, the bid securing declaration must be
in the name of the joint venture that submits the bid, and the joint venture has not
been legally constituted at the time of bidding, the bid securing declaration shall be
in the names of all future partners as named in the letter of intent.
Yours sincerely,
_____________________
Name of Tenderer
___________________________________
Signature of duly authorized person signing the Tender
__________________________________
Name and Capacity of duly authorized person signing the Tender
__________________________________
Stamp or Seal of Tenderer (where applicable)
Date ……………………. Day of…………………………………
(insert date signing)
Page 63
63
SECTION XVI - CONTRACT AGREEMENT FORM
THIS AGREEMENT made this………day of………………….20…. BETWEEN THE KENYA
POWER & LIGHTING COMPANY LIMITED, a limited liability company duly incorporated
under the Companies Act, Chapter 486 of the Laws of Kenya, with its registered office situated at
Stima Plaza, Kolobot Road, Parklands, Nairobi in the Republic of Kenya and of Post Office Box
Number 30099-00100, Nairobi in the Republic aforesaid (hereinafter referred to as “KPLC”) of the
one part,
AND
……………………………….. (Purchaser’s full name and location) of Post Office Box
Number……………….(full address of Purchaser), (hereinafter referred to as the “Purchaser”) of
the other part;
WHEREAS KPLC invited tenders for disposal of certain items that is to say for Assorted Scrap
Items under Tender Number KP1/9BA/PT/2/14-15
AND WHEREAS KPLC has accepted the Tender by the Purchaser for the items in the sum of
…………………… (KPLC specify the total amount in words which should include any payable
taxes and duties including Value Added Tax (V.A.T.)) (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: -
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract and the Tender Document.
2. Unless the context or express provision otherwise requires: -
a) reference to “this Agreement” includes its recitals, any schedules and documents
mentioned hereunder and any reference to this Agreement or to any other document
includes a reference to the other document as varied supplemented and or replaced
in any manner from time to time.
b) any reference to any Act shall include any statutory extension, amendment,
modification, re-amendment or replacement of such Act and any rule, regulation or
order made thereunder.
c) words importing the masculine gender only, include the feminine gender or (as the
case may be) the neutral gender.
d) words importing the singular number only include the plural number and
Page 64
64
vice-versa and where there are two or more persons included in the expression the
“Purchaser” the covenants, agreements obligations expressed to be made or
performed by the Purchaser shall be deemed to be made or performed by such
persons jointly and severally.
e) where there are two or more persons included in the expression the “Purchaser” any
act default or omission by the Purchaser shall be deemed to be an act default or
omission by any one or more of such persons.
3. In consideration of the payment to be made by KPLC to the Purchaser as hereinafter
mentioned, the Purchaser hereby covenants with KPLC to purchase and collect the items in
conformity in all respects with the provisions of the Contract.
4. KPLC hereby covenants to release and transfer the items to the Purchaser to the Purchaser
in consideration of the Contract Price or such other sum as may become payable under the
provisions of the Contract at the times and in the manner prescribed by the Contract.
5. The following documents shall constitute the Contract between KPLC and the Supplier and
each shall be read and construed as an integral part of the Contract: -
a) this Contract Agreement
b) the Special Conditions of Contract as per the Tender Document
c) the General Conditions of Contract as per the Tender Document
d) the Price Schedules submitted by the Purchaser
e) KPLC’s Notification of Award dated…………
f) the Tender Form signed by the Purchaser
6. Any amendment, change, addition, deletion or variation howsoever to this Contract shall
only be valid and effective where expressed in writing and signed by both parties.
7. No failure or delay to exercise any power, right or remedy by KPLC shall operate as a
waiver of that right, power or remedy and no single or partial exercise of any other right,
power or remedy.
8. Any notice required to be given in writing to any Party herein shall be deemed to have been
sufficiently served, if where delivered personally, one day after such delivery; notices by
electronic mail and facsimile shall be deemed to be served one day after the date of such
transmission and delivery respectively (and proof of service shall be by way of
confirmation report of such transmission and or delivery), notices sent by post shall be
deemed served seven (7) days after posting by registered post (and proof of posting shall be
proof of service), notices sent by courier shall be deemed served two (2) days after such
receipt by the courier service for Local Purchasers and two (2) days for Foreign Purchasers.
Page 65
65
9. For the purposes of Notices, the address of KPLC shall be Company Secretary, The Kenya
Power & Lighting Company Limited, 7th
Floor, Stima Plaza, Kolobot Road, Post Office
Box Number 30099–00100, Nairobi, Kenya, Facsimile + 254-20-3514485/ 3750240. The
address for the Purchaser shall be the Purchaser’s address as stated by it in the Confidential
Business Questionnaire provided in the Tender Document.
10. A time duration of 30 days after payment is provided for the removal
of the scraps from the stores.
Failure to do so will attract storage charges at the rate of Kshs.5, 000 per week until
all the awarded items are collected.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of Kenya the day and year first above written.
SIGNED for and on behalf
of KPLC
__________________
COMPANY SECRETARY/GENERAL MANAGER, LEGAL& CORPORATE AFFAIRS
SEALED with the COMMON SEAL
of the PURCHASER
in the presence of:-
___________________ ______________________
DIRECTOR Affix Purchaser’s Seal here
________________________
DIRECTOR’S FULL NAMES
and in the presence of:-
________________________
DIRECTOR/ COMPANY SECRETARY
________________________________________________
DIRECTOR/ COMPANY SECRETARY’S FULL NAMES
OR (If an Individual or Sole Proprietor or Partnership)
SIGNED by the PURCHASER(S)
___________________
Page 66
66
SECTION XVII
PROOF OF VIEWING SCRAP ITEMS FORM - TENDER NO
KP1/9BA/PT/2/14-15
Logistics Officers In-Charges, Sign and Stamp the form after the buyer views the obsolete items in
your respective Stores:
NO STORE NAME OF THE STORES IN-CHARGE OR ASSISTANT
SIGN STAMP DATE
1 METER STORE
2 NAKURU STORE
We confirm that we have viewed ALL the scrap materials on Tender No. KP1/9BA/PT/2/14-
15 at the locations indicated above:
___________________ ___________ __________
NAME OF THE FIRM SIGN & STAMP DATE