Professional Documents
Culture Documents
___________________________
TENDER DOCUMENT
FOR
PROVISION OF MOTOR VEHICLES INSURANCE
BROKERAGE SERVICES
Table of Contents
SECTION I INVITATION FOR TENDERS ............................................................... 2
SECTION II INSTRUCTIONS TO TENDERERS ....................................................... 3
SECTION IIIGENERAL CONDITIONS OF CONTRACT ........................................ 23
SECTION IV SPECIAL CONDITIONS OF CONTRACT ......................................... 27
SECTION V SCHEDULE OF REQUIREMENTS ..................................................... 28
SECTION VI DESCRIPTION OF SERVICES............................................................ 37
SECTION VII STANDARD FORMS .......................................................................... 40
SECTION I
INVITATION FOR TENDERS
TENDER REF. NO.:
TENDER NAME:
CGS/OT/2014-2015/ 152
1.1
1.2
1.3
1.4
1.5
The County Government of Siaya invites sealed tenders from eligible candidates for Provision
of Motor Vehicle Insurance Brokerage Servicesfor a period of twelve (12) months with an option
of renewal annually upto a maximum of three (3) years subject to satisfactory performance.
A complete set of tender documents may be obtained by interested candidates from Supply Chain
Management Office, The County Government of Siaya, during normal working hours or can be
Downloaded from the CountyWebsite.www.Siaya.go.ke at no cost.
Prices quoted should be net inclusive of all taxes, and delivery costs, must be in Kenya Shillings and
shall remain valid for 120 days from the closing date of the tender.
Tenders must be accompanied by a tender security of Kenya shillings Two Hundred
Thousand (200,000). in form of a guarantee from a reputable bank or aninsurance
company approved by the Public Procurement Oversight Authority, payable to the County
Secretary , County Government of Siaya .
Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked
with the tender number and be deposited in the TENDER BOX provided at ALEGO
USONGA OFFICE addressed and posted to:
THE COUNTY SECRETARY
COUNTY GOVERNMENT OF SIAYA
P.O. BOX 803-40600
SIAYA
SECTION II
2.1.
INSTRUCTIONS TO TENDERERS
Eligible Tenderers
2.1.1 This Invitation for Tenders is open to all tenderers eligible as described in the
Appendix to Instructions to Tenderers. Successful tenderers shall provide the
services for the stipulated duration from the date of commencement (hereinafter
referred to as the term) specified in the tender documents.
2.1.2
The County Government of Siayas employees, committeemembers, board members and their
relatives (spouse and children) are not eligible to participate in the tender unless where
specially allowed under section 131 of the Act.
2.1.3 Tenderers shall provide the qualification information statement that the tenderer
(including all members of a joint venture and subcontractors) is not associated, or
have been associated in the past, directly or indirectly, with a firm or any of its affiliates which
have been engaged by the County Government of Siaya to provide consulting services for the
preparation of the design, specifications, and other documents to be used for
the procurement of the services under this Invitation for tenders.
2.1.4 Tenderers involved in the corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible.
2.2
Cost of Tendering
2.2.1 The Tenderer shall bear all costs associated with the preparation and submission of
its tender, and the County Government of Siaya, will in no case be responsible or liable for those
costs. Regardless of the conduct or outcome of the tendering process
2.2.3 The County Government of Siaya shall allow the tenderer to review the tender document free of
charge before purchase.
2.3
2.3.1 The tender documents comprise the documents listed below and addenda issued in
accordance with clause 2.5 of these instructions to tenderers.
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
Instructions to Tenderers
General Conditions of Contract
Special Conditions of Contract
Schedule of Requirements
Details of Insurance Cover
Form of Tender
Price Schedules
(viii)
(ix)
(x)
(xi)
(xii)
(xiii)
(xiv)
Contract Form
Confidential Business Questionnaire Form
Tender security Form
Performance security Form
Insurance Companys Authorization Form
Declaration Form
Request for Review Form
2.3.2 The Tenderer is expected to examine all instructions, forms, terms and specification
in the tender documents. Failure to furnish all information required by the tender
documents or to submit a tender not substantially responsive to the tender
documents in every respect will be at the tenderers risk and may result in the
rejection of its tender.
2.4
2.4.1A Candidate making inquiriesof the tender documents may notify the County Government of
Siaya
by post, fax or by email at the County Government of Siayas address indicated in
the Invitation for tenders. The County Government of Siaya 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 the tenders, prescribed by the County
Government of Siaya. Written copies of the Procuring entities response (including an
explanation of the query but without identifying the source of inquiry) will be sent to all
candidates who have
received the tender documents.
2.4.2 The County Government of Siaya shall reply to any clarifications sought by the tenderer within 3
days of receiving the request to enable the tenderer to make timely submission of its tender.
2.4.3 Preference where allowed in the evaluation of tenders shall not exceed 15%
2.5 Amendment of Tender Documents
2.5.1 At any time prior to the deadline for submission of tenders, the County Government of Siaya,
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 issuing and addendum.
2.5.2 All prospective tenderers who have obtained the tender documents will be notified
of the amendment by post, fax or email and such amendment will be binding on
them.
2.5.3
2.6
Language of Tenders
2.6.1 The tender prepared by the tenderer, as well as all correspondence and documents
relating to the tender exchanged by the tenderer and the County Government of Siaya, shall
be written in English language. Any printed literature furnished by the tenderer may
be written in another language provided 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.
2.7.
2.7.1 The tender prepared by the tenderer shall comprise the following components:
(a)
A Tender Form and a Price Schedule completed in accordance with
paragraph 2.8, 2.9 and 2.10 below
(b)
Documentary evidence established in accordance with paragraph 2.1.2
that the tenderer is eligible to tender and is qualified to perform the
contract if its tender is accepted;
(c)
Tender security furnished in accordance with paragraph 2.12 (if
applicable)
(d)
Declaration Form.
2.8.
Form of Tender
2.8.1 The tenderer shall complete the Tender Form and the Price Schedule furnished in
the tender documents, indicating the services to be provided.
2.9.
Tender Prices
2.9.1 The tenderer shall indicate on the form of tender and the appropriate Price
Schedule the unit prices and total tender price of the services it proposes to provide
under the contract.
2.9.2 Prices indicated on the Price Schedule shall be the cost of the services quoted
including all customs duties and VAT and other taxes payable.
2.9.3 Prices quoted by the tenderer shall remain fixed during the Term of the contract
unless otherwise agreed by the parties.A tender submitted with an adjustable price
quotation will be treated as non-responsive and will be rejected, pursuant to
paragraph 2.20.5
2.10. Tender Currencies
2.10.1 Prices shall be quoted in Kenya Shillings
(i)
(ii)
(c)
The original and all copies of the tender shall be typed or written in indelible ink
and shall be signed by the tenderer or a person or persons duly authorized to bind
the tenderer to the contract. All pages of the tender, except for un-amended
printed literature, shall be initialed by the person or persons signing the tender.
2.14.3
2.15
2.15.1 The tenderer shall seal the original and the copy of the tender in separate
envelopes, duly marking the envelopes as ORIGINAL TENDER and COPY
OF TENDER. The envelopes shall then be sealed in an outer envelope.
2.15.2 The inner and outer envelopes shall:
(a) be addressed to the County Government of Siaya at the address given in the Invitation to
Tender.
(b) bear tender number and name in the invitation to tender and the words, DO NOT OPEN
BEFORE ,FRIDAY 10TH /JULY/ 2015 at 12.00 PM.
2.15.3 The inner envelopes shall also indicate the name and address of the tenderer to
enable the tender to be returned unopened in case it is declared late.
7
2.15.4 If the outer envelope is not sealed and marked as required by paragraph 2.15.2, the County
Government of Siaya will assume no responsibility for the tenders misplacement or
premature opening.
2.16.
2.16.1 Tenders must be received by the County Government of Siaya at the address
specified under paragraph 2.15.2 not later than FRIDAY 10TH /JULY/ 2015 at
12.00 PM
2.16.2 The County Government of Siaya may, at its discretion, extend this deadline for the
submission of tenders by amending the tender documents in accordance with paragraph
2.5.3 in which case all rights and obligations of the County Government of Siaya and
candidates previously subject to the deadline will thereafter be subject to the deadline as
extended.
2.16.3 Bulky tenders which will not fit the tender box shall be received by the County
Government of Siaya as provided for in the appendix.
2.17. Modification and Withdrawal of Tenders
2.17.1 The tenderer may modify or withdraw its tender after the tenders submission,
provided that written notice of the modification, including substitution or
withdrawal of the tenders, is received by the County Government of Siaya prior
to the deadline prescribed for submission of tenders.
2.17.2 The tenderers modification or withdrawal notice shall be prepared, sealed,
marked and dispatched in accordance with the provisions of paragraph 2.15.
a
withdrawal notice may also be sent by fax or email but followed by a signed
confirmation copy, postmarked not later than the deadline for submission of
tenders.
2.17.3
2.17.4
No tender may be withdrawn in the interval between the deadline for submission
of tenders and the expiration of the period of tender validity. Withdrawal of a
tender during this interval may result in the Tenderers forfeiture of its tender
security, pursuant to paragraph 2.12.7.
2.18. Opening of Tenders
2.18.1 The County Government of Siaya will open all tenders in the presence of tenderers
representatives who choose to attend, at 12.00 hours on FRIDAY 10TH /JULY/ 2015
and in the location specified in the invitation for tenders. The tenderers
representatives who are present shall sign a register evidencing their attendance
2.22.1 The County Government of Siaya will evaluate and compare the tenders which have been
determined to be substantially responsive, pursuant to paragraph 2.20
2.22.2 The County Government of Siayas evaluation of a tender will take into account, in
addition to the tender price, the following factors, in the manner and to the extent indicated
in paragraph 2.22.3.
(a)operational plan proposed in the tender;
(b) deviations in payment schedule from that specified in the Special Conditions
of Contract
2.22.3 Pursuant to paragraph 2.22.2. the following evaluation methods will be applied.
(a) Operational Plan
(i) The County Government of Siaya requires that the services under the Invitation for
Tenders shall be performed at the time specified in the Schedule of
Requirements. Tenders offering to perform longer than the County Government of
Siayas required delivery time will be treated as non-responsive and rejected.
(b)
(i) Tenderers shall state their tender price for the payment on schedule
outlined in the special conditions of contract.Tenders will be evaluated on the basis
of this base price. Tenderers are, however, permitted to state an alternative
payment schedule and indicate the reduction in tender price they wish to offer
for such alternative payment schedule. The County Government of Siaya may
consider the alternative payment schedule offered by the selected tenderer.
2.22.4 The tender evaluation committee shall evaluate the tender within 30 days from the
date of opening the tender.
10
Post-qualification
2.24.1 The County Government of Siaya will verify and determine to its satisfaction whether the
tenderer that is selected as having submitted the lowest evaluated responsive tender is qualified to
perform the contract satisfactorily.
2.24.2 The determination will take into account the tenderer financial and technical capabilities.
It will be based upon an examination of the documentary evidence of the tenderers qualifications
submitted by the tenderer, pursuant to paragraph 2.11.2 , as well as such other information as the
County Government of Siaya deems necessary and appropriate
2.24.3 An affirmative determination will be a prerequisite for award of the contract to the tenderer. A
negative determination will result in rejection of the Tenderers tender, in which event the County
Government of Siaya will proceed to the next lowest evaluated tender to make a similar
determination of that Tendererscapabilities to perform satisfactorily.
2.25
Award Criteria
2.25.1 Subject to paragraph 2.29 the County Government of Siaya will award the contract to the
successful tenderer whose tender has been determined to be substantially responsive and has been
determined to be the lowest evaluated tender, provided further that the tenderer is determined to
be qualified to perform the contract satisfactorily.
2.25.2 To qualify for contract awards, the tenderer shall have the following:(a) Necessary qualifications, capability experience, services, equipment and
facilities to provide what is being procured.
(b) Legal capacity to enter into a contract for procurement
(c) Shall not be insolvent, in receivership, bankrupt or in the process of being
wound up and is not the subject of legal proceedings relating to the foregoing.
(d)
11
2.26.
2.26.1 The County Government of Siaya reserves the right to accept or reject any tender, and to
annul the tendering process and reject all tenders at any time prior to contract award, without thereby
incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected
tenderer or tenderers of the grounds for the County Government of Siayas action. If the County
Government of Siaya determines that non of the tenders is responsive, the County Government of
Siaya shall notify each tenderer who submitted a tender.
2.26.2 The County Government of Siaya shall give prompt notice of the termination to the tenderers and
on request give its reasons for termination within 14 days of receiving the request from any tenderer.
2.26.3 A tenderer who gives false information in the tender document about is qualifica
tion or who refuses to enter into a contract after notification of contract award shall be considered
for debarment from participating in future public
procurement.
2.27 Notification of Award
2.27.1 Prior to the expiration of the period of tender validity, the County Government of Siaya will notify
the successful tenderer in writing that its tender has been accepted.
2.27.2 The notification of award will signify the formation of the contract subject to the signing of the
contract between the tenderer and the County Government of Siaya pursuant to clause 2.9.
Simultaneously the other tenderers shall be notified that their tenders were not successful.
2.27.3 Upon the successful Tenderers furnishing of the performance security pursuant to paragraph 2.29
the County Government of Siaya will promptly notify each unsuccessful Tenderer and will discharge its
tender security, pursuant to paragraph 2.12
2.28 Signing of Contract
2.28.1 At the same time as the County Government of Siaya notifies the successful tenderer that its
tender has been accepted, the County Government of Siaya will simultaneously inform the other
tenderers that their tenders have not been successful.
2.28.2 Within fourteen (14) days of receipt of the Contract Form, the successful tenderer shall sign and
date the contract and return it to the County Government of Siaya.
2.28.3The contract will be definitive upon its signature by the two parties.
2.28.4 The parties to the contract shall have it signed within 30 days from the date of
notification of contract award unless there is anadministrative review request.
12
2.29
Performance Security
2.29.1 The successful tenderer shall furnish the performance security in accordance with the Conditions
of Contract, in a form acceptable to the County Government of Siaya.
2.29.2 Failure by the successful tenderer to comply with the requirement of paragraph 2.29 or
paragraph 2.30.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the
tender security, in which event the County Government of Siaya may make the award to the next lowest
evaluated tender or call for new tenders.
2.30 Corrupt or Fraudulent Practices
2.30.1 The County Government of Siaya requires that tenderers observe the highest standard of ethics
during the procurement process and execution of contracts. A tenderer shall sign a declaration
that he has not and will not be involved in corrupt or fraudulent practices.
2.30.2 The County Government of Siaya 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
2.30.3 Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being
debarred from participating in public Procurement in Kenya.
13
2.1
2.10
2.11
2.12
2.12.2
2.12.4
2.13
2.14.1
2.16.3
2.20.1
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
14)
15
15)
16)
17)
18)
19)
16
17
The underwriter must provide a list of at least 5 major clients and indicate the
clients premium for the year 2013 and 2014 together with their references and
contacts.
AT THIS STAGE, THE TENDERERS SUBMISSION WILL EITHER
BE RESPONSIVE OR NON RESPONSIVE. THE NON RESPONSIVE
SUBMISSIONS WILL BE ELIMINATED FROM THE ENTIRE
EVALUATION PROCESS AND WILL NOT BE CONSIDERED
FURTHER.
Evaluation and Comparison of Tenders
The following evaluation criteria shall be applied not withstanding any other
requirement in the tender documents.
SELECTION PROCESS
STEP 1: PRELIMINARY EVALUATION
Below is a description of the evaluation steps that will be adopted.
2.22 This will be an elimination stage where each vendors submission will be
checked for completeness and compliance to the stated tender submission
requirements which include documents specified in paragraph 2.20.1 above.
At this stage, the vendor submission will either be compliant or
non-compliant. The non-compliant submissions will be eliminated from the
entire evaluation process and will not be considered further.
STEP 2: TECHNICAL EVALUATION
In order to be technically evaluated, tenderers should submit technical
proposals comprising the following information:(a) Firms Past experience:
A brief description of the firms organization and an outline of experience on
provision of insurance services of a similar nature for the last 5 years.
18
19
20
2.24 (a)
2.24.4
The County Government of Siaya may carry out post vendor Evaluation of
the recommended bidder to validate the Information provided in the tender
l prior to signing of a contract pursuant to the provisions of the Public
Procurement and Disposal Regulations.
Award Criteria: Recommendation of the Lowest Evaluated Bidder
The Lowest evaluated bid will be the one that obtains the highest combined
technical and financial scores.
21
2.27
Others as
necessary
SECTION III
3.1. Definitions
3.1.1
(a) The Contract means the agreement entered into between the County Government of
Siaya and the tenderer, 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 tenderer under the Contract
for the full and proper performance of its contractual obligations
(c) The Services means services to be provided by the tenderer including any
documents, which the tenderer is required to provide to the County Government of
Siaya under the Contract.
(d)
The County Government of Siaya means the organization procuring the services
under this Contract
(e)
(g)
(f)
The Contractor means the organization or firm providing the services under this
Contract.
GCC means the General Conditions of Contract contained in this section.
SCC means the Special Conditions of Contract
(h)
3.2.1 These General Conditions shall apply to the extent that they are not superceded by provisions of
other part of the contract
3.3. Standards
3.3.1 The services provided under this Contract shall conform to the standards mentioned
in the schedule of requirements.
3.4. Use of Contract Documents and Information
3.4.1 The Contractor shall not, without the County Government of Siayas prior written consent,
disclose the Contract, or any provision thereof, or any specification, plan, drawing,
pattern, sample
or information furnished by or on behalf of the County Government of Siaya in connection
therewith, to any person other than a person employed by the contractor in the performance
of the Contract.
23
3.4.2 The Contractor shall not, without the County Government of Siayas prior written consent,
make use of any document or information enumerated in paragraph 2.4.1 above.
3.4.3 Any document, other than the Contract itself, enumerated in paragraph 2.4.1 shall remain the
property of the County Government of Siaya and shall be returned (all copies) to the
County Government of Siaya on completion of the contracts or performance under the Contract
if so required by the County Government of Siaya.
3.5. Patent Rights
3.5.1 The Contractor shall indemnify the County Government of Siaya against all third-party
claims of infringement of patent, trademark, or industrial design rights arising from use of the
services under the contract or any part thereof.
3.6 Performance Security
3.6.1 Within twenty eight (28) days of receipt of the notification of Contract award, the successful
tenderer shall furnish to the County Government of Siaya the performance security where
applicable in the amount specified in SCC
3.6.2 The proceeds of the performance security shall be payable to the County government
of siaya as compensation for any loss resulting from the Tenderers failure to complete its
obligations under the Contract.
3.6.3 The performance security shall be denominated in the currency of the Contract,
Or in a freely convertible currency acceptable to the County Government of Siaya and shall be
in the form of:
a) Cash.
b) A bank guarantee.
c) Such insurance guarantee approved by the Authority.
d) Letter of credit.
3.6.4 The performance security will be discharged by the County Government of Siaya and returned
to the Candidate not later than thirty (30) days following the date of completion of the
Contractors performance of obligations under the Contract, including any warranty
obligations, under the Contract.
Delivery of services and Documents
3.7.
3.7.1 Delivery of the services shall be made by the Contractor
in accordance with the terms
specified by the County Government of Siaya in the schedule of requirements and the
special conditions of contract
3.8. Payment
3.81. The method and conditions of payment to be made to the contractor under this Contract
shall be specified in SCC
3.82. Payment shall be made promptly by the County Government of Siaya, but in no case later than
sixty (60) days after submission of an invoice or claim by the contractor
24
3.9. Prices
3.9.1 Prices charges by the contractor for Services performed under the Contract shall not, with the
exception of any price adjustments authorized in SCC vary from the prices quoted by the tenderer
in its tender or in the County Government of Siayas request for tender validity extension the case
may be. No variation in or modification to the terms of the contract shall be made except by
written amendments signed by the parties.
3.9.2 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
3.9.3 Where contract price variation is allowed the variation shall not exceed 10% of the original
contract price
3.9.4 Price variation requests shall be processed by the County Government of Siaya within 30
days of receiving the request.
3.10. Assignment
3.10.1 The Contractor shall not assign, in whole or in part, its obligations to perform under this Contract,
except with the County Government of Siayas prior written consent.
3.11. Termination for Default
3.11.1 The County Government of Siaya may, without prejudice to any other remedy for breach of
Contract, by written notice of default sent to the Contractor terminate this Contract in whole or in
part:
(a) if the Contractor fails to provide any or all of the services within the period(s) specified in
the Contract, or within any extension thereof granted by the County Government of
Siaya.
(b) If the Contractor fails to perform any other obligation(s) under the Contract
(c) If the Contract in the judgment of the County Government of Siaya has engaged in
corrupt or fraudulent practices in competing for or in executing the contract
3.11.2 In the event the County Government of Siaya terminates the contract in whole or in part,
it may procure, upon such terms and in such manner as it deems appropriate, services
similar to those un-delivered, and the Contractor shall be liable to the County Government of
Siaya for any excess costs for such similar services. However the contractor shall continue
performance of the contract to extent not terminated.
3.12. Termination for Insolvency
3.12.1 The County Government of Siaya may at any time terminate the contract by giving written
notice to the Contractor if the contractor becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the contractor, provided that such termination will
not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter
to the County Government of Siaya.
25
A notice shall be effective when delivered or on the notices effective date, whichever
is later.
26
General conditions
of contract reference
3.5
3.7
3.8
3.14
3.16
3.18
Others as
necessary
27
SECTION V
(1)
SCHEDULE OF REQUIREMENTS
GENERAL
The County Government of Siaya seeks to engage an Insurance Broker to provide insurance brokerage
services for motor vehicle insurance as per the details provided in section VI Description of
services:The contract will be for an initial period of one year from the date of renewable annually
upto to maximum of three (3) years subject to satisfactory performance. During this period,
the insurer will be required to maintain all the required licenses.
Annex Attached at the Back of the Document ,gives the location of the
Motor Vehicles to be insured and Prospective underwriters are expected to
visit the Locations and ascertain the Exact values of the Vehicles before
giving their Quotations. The number will however fluctuate during the
contract period.
28
The vehicles will be valued by reputable motor vehicle valuers agreed on by both parties and the
premiums payable will be based on the current values calculated using the percentages (% es)
given by the tenderers.
(2) OTHERS DETAILS
The scope of services for the Broker will include and not limited to the following: i) Structuring and obtaining optimum policy covers from the Underwriters in accordance with the
tenders submitted.
ii) Analyze, Review, Scrutinize the policy documents and any endorsements therein. The cover provided by
the underwriter should be as in the tender document and should not berestricted, by way of warranties,
endorsements or special conditions subject to award. If theentire policy document is found to be
satisfactory, such document to be deposited with The County Government of Siaya not later than fifteen
(15) days from the inception of cover.
iii) Remit to the Underwriters all premiums paid by The County Government of Siaya or County
Government of Siaya appointed agent in accordance with the provisions and requirements of the
Insurance Act.
iv) Ensure proper claims administration by fully coordinating prudent requirements between The County
Government of Siaya and the selected Underwriter.
v) Ensure all fully documented claims are settled within twenty-one (21) days.
vi) Ensure preparation of monthly claims bordereaux reports, which must be submitted to The County
Government of Siaya by the 15 of the following month.
vii) Negotiate amicably with the qualified Underwriter on any other pertinent aspects of the policy that
may arise during the term of policy.
viii) Ensure motor certificates are received in County Government of Siaya offices, within 12 hours
Upon request.
ix) Arrange quarterly meetings to review performance of the policy by 15 th of the following quarter.
x) Carry out loss control surveys and make appropriate risk improvement recommendation.
xi) Ensure that the sums insured under the policy will be adjustable accordingly by suitablemeans at the
discretion of The County Government of Siaya from time to time.
xii) Assign a messenger to collect/deliver insurance mail on daily basis or as need arises.
xiii) Such other service as may be related or ancillary to the due performance of the above work.
29
(3)
30
EXCESS
CANCELLATION
NOTICE
EXTENSIVE
CLAUSES
Geographical Area
(2)
POLICY
PERIOD
SCOPE OF COVER
31
EXCESS
CANCELLATION NOTICE
EXTENSIVE CLAUSES
Geographical Area
(3)
POLICY
PERIOD
SCOPE OF
COVER
INTEREST AND
SUM INSURED
LIMITS OF
LIABILITY
EXCESS
CANCELLATION
NOTICE
EXTENSIVE
CLAUSES
Geographical Area
32
(4)
POLICY
PERIOD
SCOPE OF
COVER
INTEREST AND
SUM INSURED
LIMITS OF
LIABILITY
EXCESS
CANCELLATION
NOTICE
EXTENSIVE
CLAUSES
1.
2.
3.
4.
Geographical
Area
East Africa
Note: The County Government of Siaya is at liberty to select either a comprehensive insurance
policy or a third party insurance policy for all or part of the motor vehicles listed in the price
schedule.
33
Form of Tender
The form of Tender must be completed by the
tenderer and submitted with the tender documents. It must also be duly signed by
duly authorized representatives of the tenderer.
7.2
7.3
Contract Form The contract form shall not be completed by the tenderer at
the time of submitting the tender. The contract form shall be completed after
contract award and should incorporate the accepted contract price.
7.4
7.5
7.6
7.7
7.8
34
TABLE OF CONTENTS
Page
7.1
Form of tender
36
7.2
Price schedules
37
7.3
Contract form
38
7.4
39
40
41
7.7
42
7.8
..
35
50
7.1
To:
Date____________________________
Tender No.CGS/MVIBS/2015-2016/
Form of Tender
The County Government of Siaya
P. O. Box 803-40600
SIAYA
Sir/Madam:
Having examined the Tender documents including Addenda Nos.[..], the receipt of
which is hereby duly acknowledged, we, the undersigned, offer to Provide Motor Vehicle
Insurance Brokerages Services in conformity with the said Tender documents in the
percentages indicated here below or such other sums as may be ascertained in accordance
with the Schedule of Prices attached herewith and made part of this Tender.
No.
Cover
% Rate Premium
We undertake, if our Tender is accepted, to deliver the Services in accordance with the
delivery schedule specified in the Schedule of Requirements.
We agree to abide by this Tender for the Tender validity period specified in Clause 2.13
of the Appendix to Instructions to Tenderers, and it shall remain binding upon us and
may be accepted at any time before the expiration of that period.
We are not participating, as Tenderers, in more than one Tender in this Tendering
process.
Our firm, its affiliates or subsidiaries including any subcontractors or suppliers for any
part of the contract has not been declared ineligible by the Government of Kenya under
Kenyan laws.
Until a formal Contract is prepared and executed, this Tender, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract
between us.
We understand that you are not bound to accept the lowest or any Tender you may
receive.
We certify/confirm that we comply with the eligibility requirements as per ITT Clause
2.11 of the Tender documents
Dated this ________________ day of ________________ 20______.
(Name)
[signature]
[in the capacity of]
Duly authorized to sign Tender for and on behalf of ______________________________
_________________
__________________________
36
No.
1
2
3
4
Cover
Motor Private
% Rate
Comprehensive
Recommended
Underwriter
Premium
Motor Commercial
Comprehensive Cover
Motor Private Third Party
Cover-Saloon Cars
Motor Commercial Third Party
cover
Note:
(1) The County Government of Siaya is at liberty to select either a comprehensive
insurance policy or a third party insurance policy for all or part of its fleet of motor
vehicles.
(2) The vehicles will be valued and the percentages used to calculate the premiums.
(3) The successful bidders and the County Government of Siaya will agree on who
to carry out valuation among reputable firms / Government Institutions.
37
7.3
the
38
Part 1 General
Business Name ..........................................................................................................................................
Location of Business Premises .................................................................................................................
Plot No,.................................................................... Street/Road ..............................................................
Postal address .............................. ..Tel No. .....
Fax No. . Email ............... ......................................................
Nature of Business ....................................................................................................................................
Registration Certificate No. .......................................................................................................................
Maximum value of business which you can handle at any one time Kshs. ............................................
Name of your bankers ...............................................................................................................................
Branch .......................................................................................................................................................
Part 2 (a) Sole Proprietor
Your name in full...Age...
Nationality..Country of Origin....
Citizenship details ...
Part 2 (b) Partnership
Given details of partners as follows
Name
Nationality
Citizenship details
Shares
...
1.
2.
3.
4.
Private or Public
- 39 -
Bank/insurance co letterhead
Whereas . [name of the tenderer]
(hereinafter called the tenderer) has submitted its tender dated . [date of
submission of tender] for the supply, installation and commissioning of
[name and/or description of the equipment] (hereinafter called the
Tender) .. KNOW ALL PEOPLE by these presents
that WE of . having our registered office at
(hereinafter called the Bank/Insurance Company), are bound
unto .. [name of County Government of Siaya} (hereinafter called the County
Government of Siaya) in the sum of
.. for which payment well and truly to be made to the said County Government of
Siaya,
the Bank/Insurance Company binds itself, its successors, and assigns by these presents.
Sealed with the Common Seal of the said Bank/Insurance Company this ____day of20
.
THE CONDITIONS of this obligation are:1. If the tenderer withdraws its Tender during the period of tender validity
specified by the tenderer on the Tender Form; or
2. If the tenderer, having been notified of the acceptance of its Tender by the
County Government of Siaya during the period of tender validity:
fails or refuses to execute the Contract Form, if required; or
fails or refuses to furnish the performance security in accordance with the
Instructions to tenderers;
We undertake to pay to the County Government of Siaya up to the above amount upon receipt of
its first
written demand, without the County Government of Siaya having to substantiate its demand, provided
that in
its demand the County Government of Siaya will note that the amount claimed by it is due to it, owing
to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This tender guarantee will remain in force up to and including thirty (30) days after the
period of tender validity, and any demand in respect thereof should reach the
Bank/Insurance Company not later than the above date.
[signature of the Bank/Insurance Company]____________________________
[seal]
40
day of
[Address]
[Name of bank of financial institution]
[Date]
(Amend accordingly if provided by Insurance Company)
41
20
42
No.
9
10
11
12
13
14
15
16
17
18
Submitted /
Not Submitted
Parameters / Requirements
from the Kenya Revenue Authority (KRA) for the Broker and the
proposed Underwriter(s).
Tender Form duly Completed, Signed and Stamped by the Tenderer
in the format provided.
Price Schedule duly Completed, Signed and Stamped by the
Tenderer in the format provided.
Must Submit a Tender Security of Kshs. 200,000in its original form
valid for an additional thirty (30) days after the expiry of the tender
validity period i.e. upto 28th August, 2015. The Tender Security shall be
in form of a guarantee from a reputable bank incorporated in Kenya
or an insurance company approved by the Public Procurement
Oversight Authority (PPOA)
Must submit a duly completed and signed Confidential Business
Questionnaire in format provided
Must submit their latest audited financial statements for the last two
years (i.e. either 2012 and 2013 or 2013 and 2014) for determining
solvency and liquidity.
Must have compliance certificate from NSSF or submit evidence of
remittance for the last three (3) Months.
Must have Compliance certificate from NHIF or submit evidence of
remittance for the last three (3) Months.
A disclosure of ALL the public procurement entities that have
engaged your services in the last 3 years. The listing of public
procurement entities must include their location, period of service,
type of policy and the underwriter, amount insured, and claims
turnaround time based on the experience.
The CVs/resumes of the four (4) Key professional staff named
under section 2.22 of Appendix to Instructions to Tenderers [Step 2
Technical evaluation (b) -Staff qualifications and experience]
A written declaration signed by the Firms Principal Officer that all
information provided is accurate and that any material
misrepresentation could lead to disqualification or policy
cancellation.
43
19
Submitted /
Not Submitted
Parameters / Requirements
No.
ii
iii
iv
No.
Parameters / Requirements
ensure that the statements are received by The County in sealed
envelopes by the tender closing date. The tenderer should
attach in their tender document a letter from the
underwriter forwarding the financial statements.
v
vi
Premium turnover
The Underwriter proposed by the Broker shall have
underwritten premiums in excess of Kshs. 1 billion for all
businesses with motor vehicle portfolio in excess of Kshs.
100 million in each of the two years.
Financial Ratios
The Underwriters proposed by the Broker must meet the
following minimum acceptable ratios: a) Claims coverage ratio= minimum acceptable ratio is one
(1) without factoring reinsurance arrangements.
Claims coverage ratio = Net liquid assets
Outstanding claims
b) Current ratio= minimum acceptable ratio is one (1) without
factoring reinsurance arrangements.
Current ratio = Current Assets
Current liabilities
vii
vii
amounts
45
Submitted /
Not Submitted
No.
Parameters / Requirements
Submitted /
addresses of clients Not Submitted
2.
Criterion
Evaluation Method
No. of years in Insurance
brokerage. Proof of satisfactory
service(recommendations from at
least five clients.
a)Principal Officer(Attach CV)
-ACII/AIIK -2points
- Relevant Degree-5points
- Postgraduate degree-2points
-Relevant experience(over 5yrs)5points
46
Max points
10
40
No.
Criterion
Officer/Managing Director is the team
leader.
iii. The senior manager shall have at least
seven (7) years experience as a senior
manager, in general management in the
insurance industry and a minimum
academic/technical qualification of a
University degree or an associate of the
chartered insurance institute.
iv. The two (2) other technical staff shall have
at least five (5) years managerial
experience in the insurance industry.
The team as a whole must comprise of at least
(2) associates of the chartered insurance
institute or equivalent (such as the Insurance
Institute of Kenya).
The Broker shall submit recent curriculum
vitae (CV) signed by the proposed professional
staff and the authorized representative submitting
the proposal. Key information should include
number of years worked for broking firm and the
degree of responsibility held in various
assignments in the insurance industry.The Broker
shall not submit a name of a professional staff
that is not in the Brokers permanent employment
and shall inform The County of changes, if any,
inproposed technical staff during the tender
validity period.
Evaluation Method
Max points
9x3=27
47
10
No.
Criterion
proposal.
(ii) Any additional information requested in the
specifications.
Evaluation Method
4.
10
Provide deatails
Liabilities
Working Capital
48
Max points
10
No.
9
Criterion
Rating by a reputable rating agency like, AIBK
or AKI within the last 18 months and a copy of
the certificate issued by the rating agency
submitted
Evaluation Method
Max points
Attach proof
100
100%
TOTAL SCORE
MAX SCORE
49
7.8
Tenderers are required to submit details of at least five (5) reputable Clients excluding The County
Government of Siayaand total client premiums under motor vehicle insurance business for the
current year in the format below. Please provide reference letters from the clients showing the
premiums under motor vehicle insurance handled and the contact address and person .The County
Government of Siaya reserves the right to verify information provided. The reference letters
must be in the organisations letterheads.
1
No.
Contact Information
Motor Vehicle Insurance
Premium (Kshs.)
Name of company
Name of contact person
Designation
Details
Telephone number
e-mail address
Motor Vehicle Insurance
Premium (Kshs.)
2
Name of company
Name of contact person
Designation
Telephone number
e-mail address
Motor Vehicle Insurance
Premium (Kshs.)
Name of company
Name of contact person
Designation
Telephone number
e-mail address
Motor Vehicle Insurance
Premium (Kshs.)
Name of company
Name of contact person
Designation
Telephone number
e-mail address
Motor Vehicle Insurance
Premium (Kshs.)
Name of company
Name of contact person
Designation
Telephone number
e-mail address
50
To:
This is to notify that the contract/s stated below under the above mentioned tender have
been awarded to you.
1. Please acknowledge receipt of this letter of notification signifying your
acceptance.
2. The contract/contracts shall be signed by the parties within 30 days of the date of
this letter but not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject
matter of this letter of notification of award.
(FULL PARTICULARS)
51
ANNEX A
NO VEHICLE REG.
STATION
KBY 445
GK A 806 G
GK A 170 N
GK A 877 D
GK A 477N
KBY 444 C
GK A 689
GKA 550 K
GK A 689 L
10
GK B068A
11
GKA 640
12
GK A 313 Y
CDH SIAYA
13
GK A 576 U
CDH SIAYA
14
KBY 442 C
AKALA DMOH
15
KBY 443C
AMBIRA HOSPITAL
16
GK A938B
S.T.I RARIEDA
17
KBY 393C
MADIANY HOSPITAL
18
GK B 662
19
GK A 762 G
MADIANY
20
GK A 465 S
21
GK A 460 S
YALA HOSPITAL
22
GK B114 D
DMOH SIAYA
23
KAJ 026 C
GOT AGULU
24
GK A 466 S
SIAYA HOSPITAL
25
GK A 817 S
26
GK A 661 L
D.AGRICULTURAL OFFICER
ALEGO -USONGA
D.AGRICULTURAL OFFICER
BONDO
27
GK B 452 D
ATC SIAYA
28
GK A 802 S
29
GK A 610
30
GK X 776
31
GK 811
D.AGRICULTURAL OFFICER
UGENYA
D.AGRICULTURAL OFFICER
RARIEDA
D.AGRICULTURAL OFFICER
UGENYA
ATC SIAYA
32
GK 849
33
GK M 793
34
GK A 954
35
KBY 759 C
36
KBY 754 C
37
KBY 757 C
A.M. S. TRACTOR
38
KBY 814 C
A.M. S. TRACTOR
39
KBY 816 C
A.M. S. TRACTOR
40
KBY 816 C
A.M. S. TRACTOR
41
KBY 756 C
A.M. S. TRACTOR
42
GK A 197 N
GRADER
43
GK A 929 P
A.M. S. TRACTOR
44
GK A 928 P
A.M. S. TRACTOR
45
GK A 931 P
A.M. S. TRACTOR
46
GK A 913 P
A.M. S. TRACTOR
47
GK A 075 R
A.M. S. TRACTOR
48
GK A 078 P
A.M. S. TRACTOR
49
GK B 999C
DIRECTOR CO-OPERATIVE
50
GK A 237 A
51
GK A 364 F
52
GK 957 X
53
GVN 041 A
HQ ( H.THE GOVERNOR)
54
KBY 482 C
HEADQUARTERS
55
KBY 483 C
HEADQUARTERS
56
KBY 484 C
HEADQUARTERS
57
KBY 464 C
HEADQUARTERS
AGRICULTURAL
MECHANICAL SERVICES
AGRICULTURAL.S.D
PROGRAMME
BONDO
58
KBY 465 C
HEADQUARTERS
59
KBY 788 C
HEADQUARTERS
60
KBY 790 C
HEADQUARTERS
61
KBY 791 C
HEADQUARTERS
62
KBY 789 C
HEADQUARTERS
63
64
65
GK B 785 D
KBW 369 V
KBW 375 V
HEADQUARTERS
HEADQUARTERS
PUBLIC SERVICE BOARD
67
KAW 821 Z
HEADQUARTERS
68
KAW 787 Z
HEADQUARTERS
69
KAB 396 Q
70
KAR 131 L
AT GEORGE WANGO
GARAGE
UKWALA SUB-COUNTY
71
KBJ 706 U
COUNTY HEADQUARTERS
72
KBW 370 W
COUNTY HEADQUARTERS
73
KAT 533 X
COUNTY HEADQUARTERS
74
KAM 005 T
GEM SUB-COUNTY
75
KAT 532 X
BONDO SUB-COUNTY
77
KAN 028 P
RARIEDA SUB-COUNTY
78
KBR 818 U
79
KBR 819 U
BONDO SUB-COUNTY
80
KAR 127 L
COUNTY HEADQUARTERS
81
KBY 001 C
COUNTY HEADQUARTERS
82
KBY 002 C
COUNTY HEADQUARTERS
84
KBY 770 C
COUNTY HEADQUARTERS
85
KBZ 951 D
COUNTY HEADQUARTERS
86
KBZ 952 D
COUNTY HEADQUARTERS
87
KAN 043 P
TRACTOR ( HQ)
88
KCA 950 F
MOTOR CYCLES
1
KAZ 301Y
BONDO SUB-COUNTY
KAB 476
GK A 713 K
GK A 860 N
GK 115 K
GK 767 H
GK 047 Z
GK B 586 B
KMCS 537 A
UGUNJA SUB-COUNTY
10
GK A 163 C
UGUNJA SUB-COUNTY
11
GK A 697 C
GEM SUB-COUNTY
12
GKA 580 Z
GEM SUB-COUNTY
13
GK A 733 H
GEM SUB-COUNTY
14
GK A830 T
RARIEDA SUB-COUNTY
15
GK A 338 W
RARIEDA SUB-COUNTY
16
GK A 858 L
ALEGO SUB-COUNTY
17
GK A 024 P
ALEGO SUB-COUNTY
18
GK A 873N
ALEGO SUB-COUNTY
19
GK A 287 T
ALEGO SUB-COUNTY
20
GK V 882
ALEGO SUB-COUNTY
21
GK X 109
ALEGO SUB-COUNTY
22
GK X 077
ALEGO SUB-COUNTY
23
GK 620
ALEGO SUB-COUNTY
24
GK 349 B
ALEGO SUB-COUNTY
25
GK A 882 N
ALEGO SUB-COUNTY
26
GK A 303 X
ALEGO SUB-COUNTY
27
GK A 1167 K
ALEGO SUB-COUNTY
28
GK A 744 V
ALEGO SUB-COUNTY
29
GK A394 L
ALEGO SUB-COUNTY
30
GK A 949 W
ALEGO SUB-COUNTY
31
GK A 230 X
ALEGO SUB-COUNTY
32
GK A 494 W
33
GK A 996 W
MULAHA DISPENSARY
34
GKA 391 W
35
GK A 497 Z
36
GK A 477Z
37
*GK A 477 Z
38
GK A 491 Z
RWAMBWA HEALTH
CENTRE
BARDING DISPENSARY
39
GK A 817 N
40
GK B 705 A
41
GK 231 B
42
GK B 835
43
*GK A 971 5
DPHO
44
GK 238 V
DASCO
45
GK A 742 T
MAINTENANCE
46
GK B 533 B
DPHO
47
GK A 454 Q
DRH 10
48
GK A 844 W
49
GK A 464 W
MALANGA HEALTH
CENTRE
SIREMBE DISPENSARY
50
GK A 401 W
51
GK A 973 W
52
GK A 399W
CHS CO-ORDINATOR
53
GK A 528 Z
54
GK A533Z
55
GK A 529 Z
KAMBARE HEALTH
CENTRE
RERA HEALTH CENTRE
56
GK A 510 Z
57
GK A 496 Z
TOTAL
DMLT
BORO DISPENSARY
DTLC