TENDER NO. K/T/07/2020-21 - KEPHIS



31813500KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS)HEADQUARTERS - Oloolua Ridge, KarenP. O. Box 49592 00100 GPO Nairobi, Kenya, Tel: 0206618000 / 0709891000 E-mails:director@ Website: TENDER DOCUMENTFORTENDER NO. K/T/07/2020-21PROVISION OF MAINTENANCE & REPAIR SERVICES FOR KEPHIS MOTOR VEHICLES, TRACTORS & MOTORCYCLYES – ONE (1) YEAR FRAMEWORK CONTRACT(OPEN NATIONAL TENDER)May 2021CLOSING DATE: 31st May 2021TIME: 10.30. AM CHECKLIST FORMThis form has been provided to help bidders in preparation of their bids ensuring that all the tender mandatory requirements are in place. Bidders are therefore required to tick once they attach or fill/sign the documents that the tender has requested for.S/No.ITEM DESCRIPTIONMandatory1Valid Certificate of Incorporation/Registration 2Latest CR12 for Limited Companies 3Copy of valid Tax Compliance Certificate4Copy Valid VAT registration certificate5Dully filled, signed and stamped Confidential Business Questionnaire6Duly filled and signed Form of tender7Business Permit8Valid Insurance Against Fire and Theft (attach copy)9Bidders should have their documents paginated (serialized) to ensure compliance with section 74 (1) (i) of the Public Procurement and Asset Disposal Act, 2015. This should be in the format 1,2,3,4,5 ……. up to Last Page). Contents TOC \o "1-3" \h \z \u TENDER NO. K/T/07/2020-21 PAGEREF _Toc67661934 \h 1SECTION I: INVITATION TO TENDER PAGEREF _Toc67661935 \h 5SECTION II: INSTRUCTION TO TENDERERS PAGEREF _Toc67661936 \h 72.1 Eligible Tenderers PAGEREF _Toc67661937 \h 72.2 Cost of Tendering PAGEREF _Toc67661938 \h 7Contents of Tender Document PAGEREF _Toc67661939 \h 82.3Clarification of Tender Documents PAGEREF _Toc67661940 \h 82.4Amendment of Tender Documents PAGEREF _Toc67661941 \h 92.5Language of Tenders PAGEREF _Toc67661942 \h 92.7.Documents Comprising the Tender PAGEREF _Toc67661943 \h 102.8.Form of Tender PAGEREF _Toc67661944 \h 102.9.Tender Prices PAGEREF _Toc67661945 \h 102.10.Tender Currencies PAGEREF _Toc67661946 \h 112.11.Tenderers Eligibility and Qualifications PAGEREF _Toc67661947 \h 112.12.Tender Security PAGEREF _Toc67661948 \h 112.13.Validity of Tenders PAGEREF _Toc67661949 \h 122.14.Format and Signing of Tenders PAGEREF _Toc67661950 \h 132.15.Sealing and Marking of Tenders PAGEREF _Toc67661951 \h 132.16.Deadline for Submission of Tenders PAGEREF _Toc67661952 \h 132.17.Modification and Withdrawal of Tenders. PAGEREF _Toc67661953 \h 142.18.Opening of Tenders PAGEREF _Toc67661954 \h 142.19.Clarification of Tenders PAGEREF _Toc67661955 \h 152.20.Preliminary Examination and Responsiveness PAGEREF _Toc67661956 \h 152.21.Conversion to single currency PAGEREF _Toc67661957 \h 162.22.Evaluation and Comparison of Tenders PAGEREF _Toc67661958 \h 162.23.Contacting the Procuring entity PAGEREF _Toc67661959 \h 172.24.Post-qualification PAGEREF _Toc67661960 \h 172.25Award PAGEREF _Toc67661961 \h 182.26.Procuring Entity’s Right to Accept or Reject any or All Tenders PAGEREF _Toc67661962 \h 182.27Notification of Intention for Award PAGEREF _Toc67661963 \h 192.27Signing of Contract PAGEREF _Toc67661964 \h 192.29Performance Security PAGEREF _Toc67661965 \h 202.30.Corrupt or Fraudulent Practices PAGEREF _Toc67661966 \h 20No Performance Security is required for this particular tender PAGEREF _Toc67661967 \h 23SECTION III: GENERAL CONDITIONS OF CONTRACT PAGEREF _Toc67661968 \h 253.2Application PAGEREF _Toc67661969 \h 263.3Standards PAGEREF _Toc67661970 \h 263.4Use of Contract Documents and Information PAGEREF _Toc67661971 \h 263.5Patent Rights PAGEREF _Toc67661972 \h 273.7.Delivery of services and Documents PAGEREF _Toc67661973 \h 273.7.2Indemnity PAGEREF _Toc67661974 \h 283.8.Payment PAGEREF _Toc67661975 \h 283.9.Prices PAGEREF _Toc67661976 \h 283.10.Assignment PAGEREF _Toc67661977 \h 293.11.Termination for Default PAGEREF _Toc67661978 \h 293.12.Termination for Insolvency PAGEREF _Toc67661979 \h 293.13.Termination for any other reason PAGEREF _Toc67661980 \h 303.14Resolution of Disputes PAGEREF _Toc67661981 \h 303.erning Language PAGEREF _Toc67661982 \h 303.16.Applicable Law PAGEREF _Toc67661983 \h 313.17Force Majeure PAGEREF _Toc67661984 \h 313.18Notices PAGEREF _Toc67661985 \h 31SECTION IV: SPECIAL CONDITIONS OF CONTRACT PAGEREF _Toc67661986 \h 32SECTION V: SCHEDULE OF REQUIREMENTS PAGEREF _Toc67661987 \h 34MOTOR VEHICLE MAINTENANCE SERVICE AND REPAIRS CHECKLIST PAGEREF _Toc67661988 \h 34SECTION VI: DESCRIPTION OF SERVICES PAGEREF _Toc67661989 \h 38PRICE SCHEDULE PAGEREF _Toc67661990 \h 38TABLE 3AI: TOYOTA MODEL PAGEREF _Toc67661991 \h 55TABLE 3B: NISSAN MODEL PAGEREF _Toc67661992 \h 72TABLE 3D: FORD MODEL PAGEREF _Toc67661993 \h 88TABLE 3E: MITSUBISHI MODEL PAGEREF _Toc67661994 \h 97TABLE 3F: SUZUKI VITARA MODEL PAGEREF _Toc67661995 \h 106TABLE 3G: TRACTOR MODEL PAGEREF _Toc67661996 \h 115SECTION VII: STANDARD FORMS PAGEREF _Toc67661997 \h 124Notes on the standard Forms PAGEREF _Toc67661998 \h 124Contract Form PAGEREF _Toc67661999 \h 127Confidential Business Questionnaire PAGEREF _Toc67662000 \h 129Performance Security Form PAGEREF _Toc67662001 \h 1358.1BANK GUARANTEE FOR ADVANCE PAYMENT FORM PAGEREF _Toc67662002 \h 137SECTION II: INSTRUCTION TO TENDERERS2.1 Eligible TenderersThis Invitation to Tender is open to all eligible bidders. 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.Kenya Plant Health Inspectorate Service(KEPHIS) employees, committee members, 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.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 KEPHIS 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 to Tender.Tenderers involved in the corrupt or fraudulent practices or debarred from participating in public procurement shall not be eligible.2.2 Cost of TenderingThe Tenderer shall bear all costs associated with the preparation and submission of its tender, and KEPHIS, will in no case be responsible or liable for those costs regardless of the conduct or outcome of the tendering process.The bid document shall be downloaded from the KEPHIS website free of charge.Contents of Tender DocumentThe tender document comprises the documents listed below and addenda issued in accordance with clause 2.5 of these instructions to tenderers.Invitation to tenderInstructions to TenderersGeneral Conditions of ContractSpecial Conditions of ContractSchedule of RequirementsDescription of Services/Price ScheduleStandard formForm of tendersContract FormConfidential Business Questionnaire FormTender Security FormPerformance Security FormThe 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.Clarification of Tender DocumentsA Candidate making inquiries of the tender documents may notify KEPHIS by post, or by email at the KEPHIS’s address indicated in the Invitation to Tender. KEPHIS 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 KEPHIS. Written copies of the KEPHIS’s response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers.KEPHIS shall reply to any clarifications sought by the tenderer within 7 daysof receiving the request to enable the tenderers to make timely submission of its tender.No preference shall be allowed during evaluation of tendersAmendment of Tender DocumentsAt any time prior to the deadline for submission of tenders, KEPHIS, 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.All prospective tenderers who will have obtained the tender documents will be notified of the amendment by post, fax or email and such amendment will be binding on them.In order to allow prospective tenderers reasonable time in which to take the amendment into account in preparing their tenders, KEPHIS, at its discretion, may extend the deadline for the submission of tenders.Language of TendersThe tender prepared by the tenderer, as well as all correspondence and documents relating to the tender exchanged by the tenderer and KEPHIS, 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.Documents Comprising the TenderThe tender prepared by the tenderer shall comprise the following components:A Tender Form and a Price Schedule completed in accordance with paragraph 2.8, 2.9 and 2.10 belowDocumentary 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;Tender security furnished in accordance with paragraph 2.12 (if applicable)Declaration Form.Form of TenderThe tenderer shall complete the Tender Form and the Price Schedule furnished in the tender documents, indicating the services to be provided.Tender PricesThe 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.Prices indicated on the Price Schedule shall be the cost of the services quoted including all duties, VAT and other taxes payable.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 2.20.5The validity period of the tender shall be 120 days from the date of opening of the tenderTender CurrenciesPrices shall be quoted in Kenya Shillings.Tenderers Eligibility and QualificationsPursuant to paragraph 2.1 the tenderer shall furnish, as part of its tender, documents establishing the tenderers eligibility to tender and its qualifications to perform the contract if it’s tender is accepted.The documentary evidence of the tenderer’s qualifications to perform the contract if its tender is accepted shall establish to KEPHIS’s satisfaction that the tenderer has the financial and technical capability necessary to perform the contract.Tender Security.The tenderer shall furnish, as part of its tender, a tender security for the amount and form specified in the Appendix to Instructions to Tenderers.The tender security shall not exceed 2 per cent of the tender price. Bidders are required to submit a duly signed Tender Securing Declaration Form and must be valid for 365 days from the date the tender closes.The tender security is required to protect the KEPHIS against the risk of Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to paragraph 2.12.7The tender security shall be a Bank guarantee issued by a commercial bank operating in Kenya, a deposit taking micro-finance Institution, Sacco Society, The Youth Enterprise Development Fund, approved Insurance Companies or Women Enterprise Fund.Any tender not secured in accordance with paragraph 2.12.1. and 2.12.3 shall be rejected by KEPHIS as non- responsive, pursuant to paragraph 2.20.5.Unsuccessful Tenderer’s tender security will be discharged or returned as promptly as possible as but not later than thirty (30) days after the expiration of the period of tender validity.The successful Tenderer’s tender security will be discharged upon the tenderer signing the contract, pursuant to paragraph 2.29, and furnishing the performance security, pursuant to paragraph 2.30.The tender security may be forfeited:If a tenderer withdraws its tender during the period of tender validity.In the case of a successful tenderer, if the tenderer fails:to sign the contract in accordance with paragraph 2.29 orto furnish performance security in accordance with paragraph 2.30.If the tenderer reject correction of an arithmetic error in the tender.Validity of TendersTenders shall remain valid for 120 days after date of tender opening pursuant to paragraph 2.18. A tender validity for a shorter period shall be rejected by KEPHIS as non-responsive.In exceptional circumstances, KEPHIS may solicit the Tenderer’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The tender security provided under paragraph 2.12 shall also be suitably extended. A tenderer granting the request will not be required nor permitted to modify its tender.Format and Signing of TendersThis is combined bid. (Technical and Financial Combined). The tenderer shall prepare one copy of the tender clearly marked “ORIGINAL TENDER” as appropriate and be submitted at the KEPHIS Tender Box.The tender document 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. All pages of the tender shall be pagenated.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. Sealing and Marking of TendersThe tenderer shall seal the original of the tender in an envelope, duly marking the envelope as “ORIGINAL” The envelope shall:Be addressed to KEPHIS at the address given in the invitation to tenderBear, tender number and name in the invitation to tender and the words: “DONOT OPEN BEFORE 10:30. A.M on ,Monday 31st May 2021.The envelope shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared “late”.If the envelope is not sealed and marked as required by paragraph 2.15.1, KEPHIS will assume no responsibility for the tender’s misplacement or premature opening.Deadline for Submission of TendersTenders must be submitted to KEPHIS through the Tender Box not later than 31st May, 2021 at 10.30 am. No bids will be accepted after the said time.KEPHIS may, at its discretion, extend this deadline for the submission of tenders by amending the tender documents in accordance with paragraph 2.6, in which case all rights and obligations of KEPHIS and candidates previously subject to the deadline will therefore be subject to the deadline as extended.Modification and Withdrawal of Tenders.The tenderer may modify or withdraw its tender after the tender’s submission, provided that written notice of the modification, including substitution or withdrawal of the tender’s is received by KEPHIS prior to the deadline prescribed for the submission of tenders.The Tenderers may withdraw their submissions prior to the tender closing date and time through the supplier portal. A tender once withdrawn cannot be resubmitted.Opening of TendersKEPHIS will open all tenders in the presence of tenderers’ representatives who choose to attend, on 31st May 2021 at 10.30 am and in the location specified in the invitation for tenders. The tenderers’ representatives who are present shall sign a register evidencing their attendance.The tenderers’ names, tender modifications or withdrawals, tender prices, discounts, and the presence or absence of requisite tender security and such other details as KEPHIS, at its discretion, may consider appropriate, will be announced at the opening.KEPHIS will prepare minutes of the tender opening, which will be submitted to tenderers that signed the tender opening register and will have made the request.Clarification of TenderTo assist in the examination, evaluation and comparison of tenders KEPHIS 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.Any effort by the tenderer to influence KEPHIS in tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers’ tender.Preliminary Examination and ResponsivenessKEPHIS will examine the tenders to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the tenders are generally in order.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 the candidate does not accept the correction of the errors, its tender will be rejected, and its tender security forfeited. If there is a discrepancy between words and figures, the amount in words will prevail.KEPHIS may waive any minor informality or non-conformity or irregularity in a tender which does not constitute a material deviation provided such waiver does not prejudice or affect the relative ranking of any tenderer.Prior to the detailed evaluation, pursuant to paragraph 2.20, KEPHIS will determine the substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one which conforms to all the terms and conditions of the tender documents without material deviations KEPHIS’s determination of a tender’s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.If a tender is not substantially responsive, it will be rejected by KEPHIS and may not subsequently be made responsive by the tenderer by correction of the nonconformity.Conversion to single currencyWhere other currencies are used, KEPHIS will convert those currencies to Kenya Shillings using the selling exchange rate on the date of tender closing provided by the Central Bank of Kenya.Evaluation and Comparison of TendersThe procuring entity will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph 2.20The comparison shall be of the price including all costs as well as duties and taxes payable on all the materials to be used in the provision of the services.The Procuring entity’s 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 paragraphand in the technical specifications:Operational plan proposed in the tender;Deviations in payment schedule from that specified in the Special Conditions of Contract;Pursuant to paragraph 2.22.3 the following evaluation methods will be applied:Operational Plan.The Procuring entity 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 procuring entity’s required delivery time will be treated as non- responsive and rejected.Deviation in payment schedule.Tenderers shall state their tender price for the payment on a 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 Procuring entity may consider the alternative payment schedule offered by the selected tenderer.The tender evaluation committee shall evaluate the tender within 30 days from the date of opening the tender.To qualify for contract awards, the tenderer shall have the following: -Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured.Legal capacity to enter into a contract for procurementShall 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 foregoingShall not be debarred from participating in public procurement.Contacting the Procuring entitySubject to paragraph 2.19 no tenderer shall contact KEPHIS on any matter relating to its tender, from the time of the tender opening to the time the contract is awarded.Any effort by a tenderer to influence KEPHIS in its decisions on tender evaluation, tender comparison, or contract award may result in the rejection of the Tenderers’ tender.Post-qualificationKEPHIS 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.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 KEPHIS deems necessary and appropriate.An affirmative determination will be a prerequisite for award of the contract to the tenderer. A negative determination will result in rejection of the Tenderer’s tender, in which event KEPHIS will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer’s capabilities to perform satisfactorily.AwardSubject to paragraph 2.29 KEPHIS 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.To qualify for contract awards, the tenderer shall have the following : -Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured.Legal capacity to enter into a contract for procurementShall 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.Shall not be debarred from participating in public procurement.Procuring Entity’s Right to Accept or Reject any or All TendersKEPHIS 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 KEPHIS’s action. If KEPHIS determines that none of the tenders is responsive, KEPHIS shall notify each tenderer who submitted a tender.KEPHIS 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.A tenderer who gives false information in the tender document about his qualification or who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.Notification of Intention for AwardPrior to the expiration of the period of tender validity, KEPHIS will notify the successful tenderer in writing that its tender has been accepted.The notification of award will signify the formation of the contract subject to the signing of the contract between the tenderer and KEPHIS pursuant to clause 2.9. Simultaneously the other tenderers shall be notified that their tenders were not successful.Upon the successful Tenderer’s furnishing of the performance security pursuant to paragraph 2.29 KEPHIS will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph 2.12.Signing of ContractSigning of the contract will include the required attachments being the technical specifications, general and special conditions, form of tender, price schedule, notification of award, acceptance, delivery schedule and any teaming agreements if any.At the same time as KEPHIS notifies the successful tenderer that its tender has been accepted, KEPHIS will simultaneously inform the other tenderers that their tenders have not been successful.Within fourteen (14) days of receipt of the Contract Form, the successful tenderer shall sign and date the contract and return it to KEPHIS.The contract will be definitive upon its signature by the two partiesThe parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request.Performance SecurityThe successful tenderer may be requested to furnish the performance security in accordance with the Conditions of Contract, in a form acceptable to KEPHIS.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 KEPHIS may make the award to the next lowest evaluated tender or call for new tenders.Corrupt or Fraudulent PracticesKEPHIS 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.KEPHIS 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.Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public Procurement in Kenya.Appendix to Instructions to TenderersThe following information for the procurement of Provision of maintenance and repair services for KEPHIS motor vehicles, tractors and motorcycles - one (1) year service framework contract shall complement, supplement, or amend, the provisions on the instructions to tenderers. Wherever there is a conflict between the provisions of the instructions to tenderers and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to tenderers.ReferenceParticulars of Appendix to instructions to tenderers2.1The tender is open to all Eligible bidders2.9.2Taxes: The Tenderer will pay for all the local taxes, duties, fees, levies and other charges applicable in Kenya. The financial proposal should therefore include any taxes payable in Kenya.2.12,2.12.1-2.12.8No tender security is required for this particular tender2.13Tenders shall remain valid for 120 days2.14.22.15The bidder shall submit Combined technical and financial proposals in one document physically at the KEPHIS tender box clearly labeled with the tender name and tender reference number. The Tender shall open on 31st May, 2021 at 10:30am hours, local time,Place: KEPHIS Headquarters, Oloolua Ridge-KarenCity: Nairobi 2.15.1(b)Deadline for submission is 31st May, 2021 at 10.30 a.m.2.24.1Particulars of post – qualification if applicable. KEPHIS Evaluation Committee shall conduct post-qualification as it deems necessary in accordance with ‘’The Public Procurement & Disposal Act 2015 Section 83 (1), which provides that ‘’An evaluation committee may, after tender evaluation, but prior to the award of the tender, conduct due diligence and present the report in writing to confirm and verify the qualifications of the tenderer who submitted the lowest evaluated responsive tender to be awarded the contract in accordance with this Act’’ 2.25Award Criteria: Award will be made to twenty lowest evaluated bidders in Nairobi and at least one in every other regions who will attain the following;the lowest evaluated bidders who attains 60 % of the minimum qualifying marks and with the lowest financial score on the service price list under classes A,B & C.( TABLE 2)2.25.1Biddersareexpectedtoexamineallinstructions,forms,terms, specifications, and other information in the Bidding Documents.Failure to furnish all information required by the Bidding Documents or to submit a bid not substantially responsive to the Bidding Documents inevery respect will be at the Bidder’s risk and may result in the rejection of its bid.2.29No Performance Security is required for this particular tenderEVALUATION CRITERIAEvaluation shall be carried out in 3 (Three) stages namely: Preliminary, Technical and FinancialStage One: Preliminary Evaluation These are mandatory requirements. This shall include Submission and confirmation of the following: -S/No.ITEM DESCRIPTIONMandatoryYES/NO1Valid Certificate of Incorporation/Registration 2Latest CR12 for Limited Companies 3Copy of valid Tax Compliance Certificate4Copy Valid VAT registration certificate5Dully filled, signed and stamped Confidential Business Questionnaire6Duly filled and signed Form of tender (Please indicate the total prices in the service price list) 7Business Permit8Valid Insurance Against Fire and Theft (attach copy)9Bidders should have their documents paginated (serialized) to ensure compliance with section 74 (1) (i) of the Public Procurement and Asset Disposal Act, 2015. This should be in the format 1,2,3,4,5 ……. up to Last Page). Bidders must meet all the above requirements to be considered for technical stage.Stage Two: Technical EvaluationCRITERIATotalExperience of the firmThe firm should provide at least (3) reference or evidence of service to other reputable institutions (Attach LPOS/Contract agreement or reference letters).(5 Marks for each LPO/Contract provided)15Services Offered:Service Mechanical repairsPanel beating and spray paintingElectrical wiringOther (specify………………)(6 marks for each service offered )30Equipment: State/itemize the Equipment and tools available in your premises. ( 5 marks per equipment provided)15 Security: IndicateEnclosure (Perimeter Fence or Indoor) ………………………….Name Security guard provider …………………………………......Other security measures……………………………………(3 marks per each security indicated )15Willingness to offer services on Credit/ LPO…………………..(Provide a write up)05Qualification, competence and experience of key staff (Mechanical, Automotive and electrical-Attach CV/Certificate)Diploma…………………….... (10 marks)Craft……………………………. ( 5 marks )Other………………. ( 5 marks )20Bidders must attain at least 60 points in Technical Evaluation to proceed to Financial Evaluation. 100Stage Three: Financial evaluation Bids that pass the above stages shall be compared on the unit price quoted for all classes per lot. At least seven (7) overall lowest priced per lot in all the three classes of service i.e. A, B and C for Nairobi and at least one (1) from each of the other regions will be considered lowest evaluated and subsequently recommended for award for that lot in all the classes of the service.Prevailing market prices and the make of the vehicle, tractor or motor bike and dealership where applicable shall also be factored to determine the responsiveness of the bidders. Bidders who will have passed stage 1 and 2 of the evaluation will automatically be prequalified and engaged on call-off basis or invited to quote for any motor vehicle repair or services when need arises.SECTION III: GENERAL CONDITIONS OF CONTRACTDefinitionsIn this Contract, the following terms shall be interpreted as indicated:“The Contract” means the agreement entered into between KEPHIS 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.“The Contract Price” means the price payable to the tenderer under the Contract for the full and proper performance of its contractual obligations“The Services” means services to be provided by the tenderer including any documents, which the tenderer is required to provide to KEPHIS under the Contract.“The Procuring entity” means the organization procuring the services under this Contract“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“Day” means calendar day.ApplicationThese General Conditions shall apply to the extent that they are not superseded by provisions of other part of the contract.StandardsThe services provided under this Contract shall conform to the standards mentioned in the schedule of requirements.Use of Contract Documents and InformationThe Contractor shall not, without KEPHIS’s 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 KEPHIS in connection therewith, to any person other than a person employed by the contractor in the performance of the Contract.The Contractor shall not, without KEPHIS’s prior written consent, make use of any document or information enumerated in paragraph 3.4.1 above.Any document, other than the Contract itself, enumerated in paragraph 3.4.1 shall remain the property of KEPHIS and shall be returned (all copies) to KEPHIS on completion of the contract’s or performance under the Contract if so required by KEPHIS. Patent RightsThe Contractor shall indemnify KEPHIS 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.Performance SecurityWithin ten (10) days of receipt of the notification of Contract award, the successful tenderer shall furnish to KEPHIS the performance security where applicable in the amount specified in SCC.The proceeds of the performance security shall be payable to KEPHIS as compensation for any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.The performance security shall be in the form of a Bank guarantee issued by a commercial bank operation in Kenya. The performance guarantee shall be submitted within 10 days of notification of award.The performance security will be discharged by the KEPHIS and returned to the Candidate not later than thirty (30) days following the date of completion of the Contractor’s performance of obligations under the Contract, including any warranty obligations, under the Contract.Delivery of services and DocumentsDelivery of the services shall be made by the Contractor in accordance with the terms specified by KEPHIS in the schedule of requirements and the special conditions of contract.IndemnityThe Procuring Entity agrees to indemnify and hold harmless Contractor and its affiliates and each of their respective directors, officers, agents, employees and sub-contractors (each an “indemnitee”), and defend them from and against any and all claims ( whether during or after the term) that may arise or result from the performance of obligations under the contract by or on behalf of Contractor, except to the extent any such claims result from a breach of this contract directly attributable to the gross negligence or willful misconduct of such indemniteePaymentThe method and conditions of payment to be made to the contractor under this Contract shall be specified in SCC.Payment shall be made promptly by KEPHIS, but in no case later than thirty (30) days after submission of an invoice or claim by the contractor.PricesPrice charged 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 procuring entity’s request for tender validity extension as 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.Contract price variations shall not be allowed for contracts not exceeding one (1 year).Where contract variation is allowed the variation shall not exceed 25% of the original contract price.Price variation requests shall be processed by KEPHIS 30 days of receiving the request.AssignmentThe Contractor shall not assign, in whole or in part, its obligations to perform under this Contract, except with KEPHIS’s prior written consent.Termination for DefaultKEPHIS 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: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 KEPHIS.If the Contractor fails to perform any other obligation(s) under the Contract.If the Contractor in the judgment of KEPHIS has engaged in corrupt or fraudulent practices in competing for or in executing the contract.In the event KEPHIS 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 KEPHIS for any excess costs for such similar services. However the contractor shall continue performance of the contract to extent not terminated.Termination for InsolvencyKEPHIS may at any time terminate the contract by giving written notice of 30 days 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 KEPHIS.Termination for any other reasonKEPHIS by written notice sent to the contractor, may terminate the contract in whole or in part, at any time for its convenience. The notice of termination shall specify that the termination is for KEPHIS’s convenience, the extent to which performance of the contractor of the contract is terminated and the date on which such termination becomes effective.For the remaining part of the contract after termination KEPHIS may elect to cancel the services and pay to the contractor an agreed amount for partially completed services.Resolution of DisputesAny dispute, controversy or claim between the parties arising out of this contract or the breach, termination or invalidity thereof, unless settled amicably within thirty (30) days after receipt by one party of the other party’s request for such amicable settlement shall be settled by arbitration.Such arbitration shall be conducted in Nairobi in accordance with the provisions of the Nairobi Centre for International Arbitration Act No. 26 of 2013 and the Nairobi center for International Arbitration (Arbitration) Rules,2015 as they may be amended from time to time.To the extent permissible by law, the determination of the Arbitrator shall be final conclusive and binding upon the parties hereto.The Arbitrator shall have no authority to award punitive damages or erning LanguageThe contract shall be written in the English language. All correspondence and other documents pertaining to the contract, which are exchanged by the parties shall be written in the same language.Applicable Law3.16.1The contract shall be interpreted in accordance with the laws of Kenya.Force MajeureThe Contractor shall not be liable for forfeiture of its performance security, or termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.NoticesAny notices given by one party to the other pursuant to this contract shall be sent to the other party by post or by Fax or Email and confirmed in writing to the other party’s address specified in the SCC.A notice shall be effective when delivered or on the notices effective date, whichever is later.SECTION IV: SPECIAL CONDITIONS OF CONTRACTSpecial Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, between the GCC and the SCC, the provisions of the SCC herein shall prevail over these in the GCC.Special conditions of contract as relates to the GCC.REFERENCE OF GCCSPECIAL CONDITIONS OF CONTRACT3.6Performance SecurityNo Performance Security is required for this particular tender.N/A3.7DeliveryConditions of delivery for the Provision of Maintenance and Repair Services for KEPHIS Motor Vehicles, Tractors and Motorcycle will be in the Local Purchase Order and contract within the period indicated by the successful bidder(s) from the date of receiving the Local Purchase Order (LPO). Requirements may be adjusted by giving a short notice.3.8Payment TermsThe Kenya Plant Health Inspectorate Service (KEPHIS) payment terms are that payment shall be made within thirty (30) days from the date of delivery and signing of invoice receipt. However, KEPHIS may negotiate mutually acceptable payment terms with the successful tenderer.3.9PricesPrices charged by the tenderer for services performed under the Contract shall not, with the exception of any price adjustments authorized in Special Conditions of Contract, vary from the prices by the tenderer in its tender.3.14Resolutions of DisputesAny dispute, controversy or claim between the Parties arising out of this Contract or the breach, termination or invalidity thereof, unless settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining. The place of arbitration shall be Nairobi. The arbitral tribunal shall have no authority to award punitive damages. In addition, unless otherwise expressly provided in this Contract, the arbitral tribunal shall have no authority to award interest. The parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.3.15LanguageThe language of all correspondence and documents related to the bid is: English. Unless explicitly specified in the Technical Requirements section, the key passages of all accompanying printed literature in any other language must be translated into the above language.3.16LawThe contract shall be interpreted in accordance with the laws of Kenya.3.18NoticesAny notices given by one party to the other pursuant to this contract shall be sent to the other party by post or by fax or by E-mail and confirmed in writing to the other party’s address specified in the SCC. A notice shall be effective when delivered or on the notices effective date, whichever is later.SECTION V: SCHEDULE OF REQUIREMENTS SCOPE OFWORK FOR THE SUPPLIER/FIRMThis tender covers the Provision of Maintenance and Repair Services for KEPHIS Motor Vehicle, Tractors and Motorcycles - One (1) Year Framework ContractMOTOR VEHICLE MAINTENANCE SERVICE AND REPAIRS CHECKLISTNo.Service TypeDistance Covered (Kms)Engine Compartment1Minor Service A5,000Replace engine oilReplace oil filterClean battery terminal and Inspect gravityInspect tightness and condition of drive beltsReplace fuel Filter and Filter ElementInspect coolant level – Top up if necessaryInspect windscreen wash fluid – top up if necessaryInspect brake fluid level –top up if necessaryInspect clutch fluid level –top up if necessaryInspect power steering fluid level –top up if necessaryInspect clean air cleaner elements & pollen filterInspect tightness of nuts and bolts on engineInspect vehicle and issue defect report2Medium Service B20,000Replace engine oilReplace oil filterClean battery terminal and Inspect gravityInspect tension and condition of drive beltsReplace spark plugs where applicableReplace air cleaner elementReplace fuel Filter and Filter ElementInspect windscreen wash fluid – top up if necessaryInspect clutch fluid level –top up if necessaryInspect brake fluid level –top up if necessaryInspect power steering fluid level –top up if necessaryInspect cooling and heater system ,hoses and clampsPressure test of cooling system and radiator capInspect ignition timing, idle speed and C/O (whereapplicable)Inspect vehicle and issue defect report3Major Service C40,000Replace engine oilReplace oil filterClean battery terminal and Inspect gravityInspect tension and condition of drive beltsReplace spark plugs contact pointsClean distributor cap and rotor arm (petrol cars)Replace fuel Filter and Filter ElementInspect windscreen wash fluid – top up if necessaryInspect clutch fluid level –top up if necessary, (replace every 80,000km)Replace brake fluidInspect power steering fluid level –top up if necessary(replace every 80,000km)Replace air cleaner element & pollen filter if necessaryInspect cooling and heater system, hoses and clampsPressure test of cooling system and radiator capReplace engine coolantInspect ignition timing idle speed and C/O where applicableInspect vehicle and issue defect report4RepairsAs per schedule of parts and repairsDELIVERABLES (i) Provide a defect report for the motor vehicle before service. (ii) Submit a quotation for approval before commencement of work. (iii) Perform the task as per the quotation and approved LPO(iv) Issue a monthly statement together with supporting invoices for all the works/ service done during the respective month. Provide a defect report for the motor vehicle after service DISTRIBUTION OF SERVICE CENTRES WITHIN THE COUNTRY.NOREGIONEXACT LOCATION OF BIDDER1Nairobi2Muguga3Mombasa4Taveta5Lunga Lunga6Bura7Kitale8Eldoret9Nakuru10Naivasha11Kisumu12Embu13Timau/Nanyuki14NyeriFirms based in Nairobi must be in a radius of 40km of Karen. The bidder should demonstrate capability of providing services within any of the regions as indicated belowSECTION VI: DESCRIPTION OF SERVICESPRICE SCHEDULEBidders shall fill in the prices on the list of the items/parts needed for servicing and repair/replacement for each of the vehicles. The price list shall be the basis for pricing at each call-off order of service or repair required and thus will form part of the resulting framework contract. The prices MUST be inclusive of VAT. The quantity shown below is the estimated quantity per service which will be purchased under the contract. Supplies or Services will be purchased by call-off orders in accordance with the contract. Bidders are required to indicate, in the tables below, the prices for supplies and services required during repair and maintenance each model listed in the table above. KEPHIS shall purchase Supplies or Services with a minimum value based on prevailing Market rates.SERVICE PRICE LIST (All Motor Vehicle/Cycle and Tractor Brands & Models) TABLE 2: ALL MODELS (TOTAL PRICE FOR CLASSES A,B & C TO BE TRANSFFRED TO THE FORM OF TENDER)NOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)TOYOTA MODELS1TOYOTAPRADO (1KD) DIESEL12TOYOTAPRADO (1KZ)DIESEL13TOYOTA PRADO (5L)DIESEL14TOYOTAFORTUNER (5L) DIESEL25TOYOTA COROLLA (2ZR: ZRE- 152R)PETROL26TOYOTA COROLLA (EE105)PETROL17TOYOTA HIACE (RZH 114) PETROL18TOYOTA HIACE (2KD) DIESEL19TOYOTA D/CAB(5L - LAN 25) DIESEL510TOYOTA D/CAB(LAN 166: 3L)DIESEL211TOYOTA D/CAB (2KD: KUN25R, KUN125R)DIESEL623All prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts only NOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)NISSAN MODELS15NISSAN S/CAB (JO2)PETROL216NISSAN D/CAB (E24P) 2WDDIESEL117NISSAN VAN (E24D) TD 27DIESEL 118NISSAN VAN (Z24) PETROL2NISSAN SALOON(N16) PETROL39PROVIDE SERVICE MENU(CHECK LIST) FOR;MINOR SERVICEMEDIUM SERVICEMAJOR SERVICEAll prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts onlyNOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)ISUZU MODELS19ISUZU BUS (FRR 33L)DIESEL120ISUZU BUS (NQR 66)DIESEL321ISUZU D/CAB (TFS86)DIESEL1014PROVIDE SERVICE MENU(CHECK LIST) FOR;MINOR SERVICEMEDIUM SERVICEMAJOR SERVICEAll prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts onlyNOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)FORD MODELS23FORD RANGER WLTA 2.5L D/CAB DIESEL10FORD RANGER WLTA 2.2L D/CAB DIESEL4FORD RANGER WLTA 2.5L S/CAB DIESEL115PROVIDE SERVICE MENU(CHECK LIST) FOR;MINOR SERVICEMEDIUM SERVICEMAJOR SERVICEAll prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts onlyNOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)MITSUBISHI MODEL24MITSUBISHI L200 D/CAB 2.5L DIESEL1010PROVIDE SERVICE MENU(CHECK LIST) FOR;MINOR SERVICEMEDIUM SERVICEMAJOR SERVICEAll prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts onlyNOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)YAMAHA MODELS25YAMAHA MOTOR CYCLES ( DT 175)(NAIROBI-2,KITALE 5,MOMBASA 4,NAKURU 2,KISUMU -11414PROVIDE SERVICE MENU(CHECK LIST) FOR;MINOR SERVICEMEDIUM SERVICEMAJOR SERVICEAll prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts onlyNOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)SUZUKI MODELS25SUZUKI MOTOR CYCLES ( TF125)NAKURU,MOMBASA AND NAIROBI33PROVIDE SERVICE MENU(CHECK LIST) FOR;MINOR SERVICEMEDIUM SERVICEMAJOR SERVICEAll prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts onlyNOMODELAPPROXIMATE NO. OF MOTOR VEHICLESERVICE “A” (MINOR)SERVICE “B” (MEDIUM)SERVICE “C” MAJOR)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)COST PER VEHICLEDURATION (HOURS)TRACTOR MODELS25MASSEY FERGUSONTRACTORMF290 2WD(NAKURU&KITALE)2MASSEY FERGUSONMF47089NAKURU)1CASE INTERNATIONAL 795 (2WD)(NAKURU)14PROVIDE SERVICE MENU(CHECK LIST) FOR;MINOR SERVICEMEDIUM SERVICEMAJOR SERVICEAll prices include labor, parts, consumable, lubricants and VAT(Ksh.). NB;- Mention the duration of attending to the motor vehicle or lead time use genuine parts only2. PRICING SCHEDULE FOR REPAIRS OF DIFERENT VEHICLES MODELS(NOT TO BE TRANSFFERED TO TENDER FORM).Note: The number of units (Vehicles, motor cycles and Tractors) is as indicated in Table 2 are applicable for Table 3A to 3G.Prices for commonly used spares shall be provided for each model of vehicle quoted for in the price schedule. For spares not provided during the tendering stage, KEPHIS shall request for a proforma invoice from the bidder and seek for internal approval before issue of an LPOTABLE 3A: TOYOTA MODELPART DESCRIPTIONTOYOTA PRADO (2KD,1KZ,1KD & 5L DIESELTOYOTA HIACE (2KD) DIESELTOYOTA HIACE (RZH 114) PETROLTOYOTA D/CAB(5L-LAN 25 )TOYOTA D/CAB (2KD: KUN25R, KUN125R)TOYOTA D/CAB2GD GUN125RTOYOTA D/CAB(LAN 166: 3L)YAMAHA MOTOR CYCLE(D T175)All prices include labor, parts, sundries and VAT Applicable in Ksh. (use genuine parts only)1COMPLETE BODY RESPRAY PAINTING, DENT REMOVAL,REBRANDINGAND DEBRANDING2CARRY OUT INTERIOR BODY REPAIRS:2.1Seats and upholstery repairs(quote per one seat)2.2Floor body repairs:Front cabin floor repairs:Rear floor repairsInterior side body repairs2.3Door covers replacement(quote per one door)2.4Interior body roof repairs: Front cabin roof repairs: Rear roof repairs3Complete Engine Overhaul (Excluding Replacement of Engine block & Cylinder head)4Comprehensive Top Engine Overhaul (Excluding Cylinder Replacement)5Comprehensive Bottom EngineOverhaul (Excluding Engine block & Crank shaft Replacement)6Cylinder head Replacement (Complete with accessories)7Gearbox Assembly Replacement8Replace Timing belt/Chain complete with accessories9Fitting and replacement of glassesand Wind screen:window glass(per one window:Rear wind/window shield glass:Front Windscreen 1pcREPAIR ITEMS; All prices include VAT Applicable in Ksh. (use genuine parts only)10Brake pads front (set)11Brake shoe and lining (set)12Steering dumper 1pc13Shock mounting(set)14alternator belt 1pc15Stabilizer bushes ( set)16.Headlamp assembly(1pc)17Rear tail lamp assembly(1pc)18Headlight bulbs 1pc19Spring bushes Rear (set)20Indicator bulbs 1pc21Reverse light bulbs 1pc22Tie rod ends (set)23Gearbox mounting 1pc24Wiper blade (set)25Brake discs 1pc26Brake pads rear( set)27Clutch plate 1pc28Pressure plate 1pc29Release bearing 1pc30Shock absorbers front (set)31Shock absorbers rear (set)32Ball joints (upper) set33Ball joints (lower) set34Timing chain/Belt35Tensioner 1pc36Lower control arm 1pc37Front wheel bearings (set)38Rear wheel hub bearings (set)39Alloy wheel rims 1pc40Clutch master cylinder 1pc42Brake master cylinder 1pc43Brake booster 1pc44Clutch slave cylinder 1pc45Cap, tank reserve46Crankshaft oil seal 1pc47Gearbox seal 1pc48Exhaust mounting 1pc49Exhaust pipe assembly 1pc50Fuse box 1pc51Alternator assembly1pc52Starter motor assembly 1pc53Steering rack assembly (set)54Suspension coil springs (1pc)55Radiator assembly 1pc56Radiator cap 1pc57Radiator hose pipe (set)58Differential assembly 1pc56Suspension arms (set)57u-bolt 1pc58Wheel alignment and balancing59Drive shafts (set)60.Heater plugs (set)61Spark plugs (set)62Fog lights (1pc)63Temperature gauge64Speedometer clock assembly 1pc65Pedal sensor 1pc66Throttle sensor 1pc67Turbo charger assembly 1pc68Ignition switch 1pc69Door handles (set)70Front bumper assembly71Rear bumper assembly72Air conditioner gas Refilling73Brake drum 1pc74Brake disc skimming75Water pump assembly 1pc76Wheel stud and nut 1pc77Oil pump assembly 1pc78Stabilizer links79Steering shaft assembly80Battery81Thermostat 1pc82Fender(wing, mudguard) 1pc83Central locking 1pc84Side mirror 1pc85Cooling fan motor86Cv joint ( set)87Inner and outer drive shaft boots (set)88Chevrons (set)89Speedometer cable 1pc90Electrical wiring91Power steering pump assembly92Alternator belt 1pc93Wheel hub bearing assembly 1pc94Brake calipers 1pc95Coolant reservoir 1pc96Air cooling fan 1pc97Ignition coils (1pc)98Coolant reservoir99Leaf spring( set)100Flywheel 1pc101Starter solenoid 1pc102Universal joint/cross bearing 1pc103Fuel pump assembly 1pc104Electric horn 1pc105Injector nozzles(set)106Digital speed governor 1pc107Battery terminals (set)108power steering belt 1pc109Door hinges assembly110Radiator hoses lower (set)111Round reflectors 1 Set112Door lock assembly 1pc113Round reflectors 1 Set114Temperature clock assembly 1pc115Front crankshaft pulley 1pc116Side stepTABLE 3B: NISSAN MODELPART DESCRIPTIONNISSAN URVAN E24P, E24D ,DT 27NISSAND/CAB (J44) GD22NISSAN S/CAB JO2, KA200PETROLNISSAN SALOON N16All prices include labor, parts, sundries and VAT Applicable in Ksh. (use genuine parts only)1COMPLETE BODY RESPRAY PAINTING, DENT REMOVAL,REBRANDINGAND DEBRANDING2CARRY OUT INTERIORBODY REPAIRS:2.1Seats and upholstery repairs(quote per one seat)2.2Floor body repairs:Front cabin floor repairs:Rear floor repairsInterior side body repairs2.3Door covers replacement(quote per one door)2.4Interior body roof repairs :Front cabin roof repairs: Rear roof repairs3Complete Engine Overhaul(Excluding Replacement of Engine block & Cylinder head)4Comprehensive Top Engine Overhaul (Excluding CylinderReplacement)5Comprehensive Bottom Engine Overhaul (ExcludingEngine block & Crank shaft Replacement)6Cylinder head Replacement(Complete with accessories)7Gearbox AssemblyReplacement8Replace Timing belt/Chain/timing gears9Fitting and replacement of glassesand Wind screen:window glass(per onewindow:Rear wind/window shield glass:Front WindscreenREPAIR ITEMS; All prices include VAT Applicable in Ksh. (use genuine parts only)10Brake pads front (set)11Brake shoes12Steering dumper13Shock mounting(set)14alternator belt 1pc15Stabilizer bushes (set)16.Headlamp assembly(1pc)17Rear tail lamp assembly(1pc)18Headlight bulbs 1pc19Spring bushes Rear (set)20Indicator bulbs 1pc21Reverse light bulbs 1pc22Tie rod ends (set)23Gearbox mounting 1pc24Wiper blade (set)25Brake discs (set)26Brake pads rear( set)27Clutch plate 1pc28Pressure plate 1pc29Release bearing 1pc30Shock absorbers front (set)31Shock absorbers rear (set)32Ball joints (upper)33Ball joints (lower)34Timing chain/Belt35Tensioner 1pc36Lower control arm 1pc37Front wheel bearings(set)38Rear wheel hub bearings(set)39Alloy wheel rims 1pc40Clutch master cylinder 1pc42Brake master cylinder 1pc43Brake booster 1pc44Clutch slave cylinder 1pc45Cap, tank reserve46Crankshaft oil seal47Gearbox seal48Exhaust mounting 1pc49Exhaust pipe 1pc50Fuse box 1pc51Alternator assembly 1pc52Starter motor assembly 1pc53Steering rack assembly54Suspension coil springs (set)55Radiator assembly 1pc56Radiator cap 1pc57Radiator hoses upper (set)58Differential assembly 1pc56Suspension arms (set)57u-bolts 1pc58Wheel alignment and balancing59Drive shafts (set)60.Heater plugs(set)61Spark plugs (set)62Fog lights (set)63Temperature gauge64Speedometer clock assembly 1pc65Pedal sensor 1pc66Throttle sensor 1pc67Turbo charger assembly 1pc68Ignition switch 1pc69Door handles(set)70Front bumper assembly71Rear bumper assembly72Air conditioner gas Refilling73Brake drum74Brake disc skimming75Water pump assembly 1pc76Wheel studs and nut 1pc77Oil pump assembly 1pc78Stabilizer links set79Steering shaft assembly 1pc80Battery 1pc81Thermostat 1pc82Fender(wing, mudguard) 1pc83Central locking assembly84Side mirror 1pc85Cooling air fan motor 1pc86C v joint ( set)87Inner and outer drive shaft boots (set)88Chevrons (set)89Speedometer cable90Electrical wiring91Power steering pump 1pc92Alternator belt93Wheel hub94Brake calipers95Coolant reservoir 1pc96Air cooling fan 1pc97Ignition coils (1pc)98Coolant reservoir 1pc99Leaf spring assembly100Flywheel 1pc101Starter solenoid 1pc102Universal joint/cross bearing 1pc103Fuel pump assembly 1pc104Electric horn 1pc105Injector nozzles (set)106Digital speed governor assembly 1pc107Battery terminals (set)108Door hinges assembly109Shoe return springs 1pc110power steering belt 1pc111Radiator hoses lower (set)112Round reflectors 1 Set113Door lock assembly 1pc114Temperature clock assembly 1pc115Front crankshaft pulley 1pc116Side stepTABLE 3C: ISUZU MODELPART DESCRIPTIONISUZU BUS ( FRR 33L)ISUZU BUS (NQR 66)ISUZU D/CAB (TFS86)All prices include labor, parts, sundries and VAT Applicable in Ksh. (use genuine parts only)1COMPLETE BODY RESPRAYPAINTING,DENT REMOVAL,REBRANDING AND DEBRANDING2CARRY OUT INTERIOR BODY REPAIRS:2.1Seats and upholstery repairs(quote per one seat)2.2Floor body repairs :Frontcabin floor repairs:Rear floor repairsInterior side body repairs2.3Door covers replacement(quote per one door)2.4Interior roof repairs: Frontcabin roof repairs: Rear roof repairs3Complete Engine Overhaul(Excluding Replacement of Engine block & Cylinder head)4Comprehensive Top EngineOverhaul (Excluding Cylinder Replacement)5Comprehensive BottomEngine Overhaul (Excluding Engine block & Crank shaftReplacement)6Cylinder head Replacement(Complete with accessories)7Gearbox AssemblyReplacement8Replace Timing belt/Chain/timing gears9Fitting and replacement of glassesand Wind screen: :window glass(per one window:Rear wind/window shield glass:Front WindscreenREPAIR ITEMS; All prices include VAT Applicable in Ksh. (use genuine parts only)10Brake pads front (set)11Brake shoes (set)12Steering dumper13Shock mounting(set)14Fan and alternator belt15Stabilizer bushes16.Headlamp assembly(1pc)17Rear tail lamp assembly(1pc)18Headlight bulbs (1pc)19Spring bushes Rear (set)20Indicator bulbs (1pc)21Reverse light bulbs (1pc)22Tie rod ends (set)23Gearbox mounting (1pc)24Wiper blade (set)25Brake discs (set)26Brake pads rear( set)27Clutch plate (1pc)28Pressure plate (1pc)29Release bearing (1pc)30Shock absorbers front(set)31Shock absorbers rear(set)32Ball joints (upper) set33Ball joints (lower) set34Steering box (1pc)35Tensioner ( 1pc)36Lower control arm (1pc)37Front wheel bearings(set)38Rear wheel hub bearings(set)39Alloy wheel rims ( 1pc)40Clutch master cylinder (1pc)42Brake master cylinder (1pc)43Brake booster (1pc)44Clutch slave cylinder (1pc)45Cap, tank reserve46Crankshaft oil seal47Gearbox seal48Exhaust mounting(1pc)49Exhaust pipe (1pc)50Fuse box51Alternator assembly (1pc)52Starter motor assembly(1pc)53Steering rack assembly(1pc)54Suspension coil springs (set)55Radiator assembly (1pc)56Radiator cap (1pc)57Radiator hoses upper (1pc)58Differential assembly (1pc)56Suspension arms upper (set)57u-bolt (1pc)58Wheel alignment and balancing59Drive shafts (set)60.Heater plugs (set)61Spark plugs (set)62Fog lights (1pc)63Temperature gauge(1pc)64Speedometer clock65Pedal sensor (1pc)66Throttle sensor (1pc)67Turbo charger assembly(1PC)68Ignition switch(1pc)69Door handles (set)70Front bumper assembly (1pc)71Rear bumper assembly (1pc)72Air conditioner gas Refilling73Brake drum front (1pc)74Brake disc skimming75Water pump assembly (1pc)76Wheel studs and nut (front) 1pc77Oil pump assembly78Stabilizer links79Steering shaft (1set)80Battery (1pc)81Thermostat (1pc)82Fender(wing, mudguard) 1pc83Central locking assembly84Side mirror (1pc)85Cooling air fan motor 1pc86C v joint ( set)87Inner and outer drive shaftboots (set)88Chevrons (set)89Speedometer cable 1pc90Electrical wiring91Power steering pump 1pc92Alternator belt 1pc93Wheel hub rear (set)94Brake calipers (set)95Coolant reservoir 1pc96Air cooling fan 1pc97Ignition coils (1pc)98Coolant reservoir 1pc99Leaf spring assembly (rear)100Flywheel (1pc)101Starter solenoid 1pc102Universal joint/cross bearing 1pc103Fuel pump assembly 1pc104Electric horn 1pc105Injector nozzles(set)106Digital speed governor assembly107Battery terminals (set)108King pin kit set109Drag link assembly110Brake wheel cylinders111Shackle pin 1pc112Centre bolt 1pc113Shoe return springs 1pc114Door hinges assembly115Door lock assembly 1pc116power steering belt 1pc117Round reflectors 1 Set118Wheel hub front (set)119Temperature clock assembly 1pc120Frontcrankshaftpulley assembly 1pc121Side stepTABLE 3D: FORD MODELPART DESCRIPTIONFORD RANGER 2.5L DIESELFORD RANGER 2.2L DIESELAll prices include labor, parts, sundries and VAT Applicable in Ksh. (use genuine parts only)1COMPLETE BODY RESPRAY PAINTING,DENT REMOVAL REBRANDINGAND DEBRANDING2CARRY OUT INTERIOR BODY REPAIRS:2.1Seats and upholstery repairs (quote per one seat)2.2Floor body repairs: Front cabin floor repairs:Rear floor repairsInterior side body repairs (quote per one side)2.3Door covers replacement (quote per one side)2.4Interior roof repairs : Front cabin roof repairs: Rear roof repairs3Complete Engine Overhaul (Excluding Replacement of Engine block & Cylinderhead)4Comprehensive Top Engine Overhaul(Excluding Cylinder Replacement)5Comprehensive Bottom Engine Overhaul(Excluding Engine block & Crank shaft Replacement)6Cylinder head Replacement (Complete withaccessories)7Gearbox Assembly Replacement8Replace Timing belt/Chain /timing gears9Fitting and replacement of glasses: Doorglass(per one door)and Wind screen:window glass(per one window:Rear wind/window shield glass:Front WindscreenREPAIR ITEMS; All prices include VAT Applicable in Ksh. (use genuine parts only)10Brake pads front (set)11Brake shoes12Steering dumper13Shock mounting(set)14alternator belt 1pc15Stabilizer bushes (set)16.Headlamp assembly(1pc)17Rear tail lamp assembly(1pc)18Headlight bulbs 1pc19Spring bushes Rear (set)20Indicator bulbs 1pc21Reverse light bulbs 1pc22Tie rod ends (set)23Gearbox mounting 1pc24Wiper blade (set)25Brake discs (set)26Brake pads rear( set)27Clutch plate 1pc28Pressure plate 1pc29Release bearing 1pc30Shock absorbers front(set)31Shock absorbers rear(set)32Ball joints (upper)33Ball joints (lower)34Timing chain/Belt35Tensioner 1pc36Lower control arm37Front wheel bearings(set)38Rear wheel bearings(set)39Alloy wheel rims 1pc40Clutch master cylinder 1pc42Brake master cylinder 1pc43Brake booster 1pc44Clutch slave cylinder 1pc45Cap, tank reserve46Crankshaft oil seal 1pc47Gearbox seal48Exhaust mounting 1pc49Exhaust pipe50Fuse box51Alternator assembly 1pc52Starter motor assembly 1pc53Steering rack assembly 1pc54Suspension coil springs (set)55Radiator assembly 1pc56Radiator cap 1pc57Radiator hoses upper (1pc)58Differential assembly56Suspension arms(set)57u-bolts 1pc58Wheel alignment and balancing59Drive shafts(set)60.Heater plugs(set)61Spark plugs(set)62Fog lights (1pc)63Temperature gauge64Speedometer clock assembly 1pc65Pedal sensor 1pc66Throttle sensor 1pc67Turbo charger assembly 1pc68Ignition switch 1pc69Door handles(set)70Front bumper assembly71Rear bumper assembly72Air conditioner gas Refilling73Brake drum74Brake disc skimming75Water pump assembly 1pc76Wheel studs and nut 1pc77Oil pump assembly 1pc78Stabilizer links set79Steering shaft assembly 1pc80Battery 1pc81Thermostat 1pc82Fender(wing, mudguard) 1pc83Central locking assembly84Side mirror 1pc85Cooling air fan motor 1pc86Cv joint ( set)87Inner and outer drive shaft boots (set)88Chevrons set89Speedometer cable90Electrical wiring91Power steering pump92Alternator belt93Wheel hub94Brake calipers95Coolant reservoir 1pc96Air cooling fan 1pc97Ignition coils (1pc)98Coolant reservoir 1pc99Leaf spring( set)100Flywheel 1pc101Starter solenoid 1pc102Universal joint/cross bearing 1pc103Fuel pump assembly 1pc104Electric horn 1pc105Injector nozzles(set)106Digital speed governor assembly 1pc107Battery terminals (set)108power steering belt 1pc109Radiator hoses lower (1pc)110Round reflectors 1 Set111Door hinges assembly112Shoe return springs 1pc113Round reflectors 1 Set114Temperature clock assembly 1pc115Front crankshaft pulley assembly 1pc116Side stepTABLE 3E: MITSUBISHI MODELPART DESCRIPTIONMITSUBISHI L200 D/CAB 2.5LAll prices include labor, parts, sundries and VAT Applicable in Ksh. (use genuine parts only)1COMPLETE BODY RESPRAY PAINTING,DENT REMOVAL REBRANDINGAND DEBRANDING2CARRY OUT INTERIOR BODY REPAIRS:2.1Seats and upholstery repairs (quote per one seat)2.2Floor body repairs: Front cabin floor repairs:Rear floor repairsInterior side body repairs (quote per one side)2.3Door covers replacement (quote per one side)2.4Interior roof repairs : Front cabin roof repairs: Rear roof repairs3Complete Engine Overhaul (Excluding Replacement of Engine block & Cylinderhead)4Comprehensive Top Engine Overhaul(Excluding Cylinder Replacement)5Comprehensive Bottom Engine Overhaul(Excluding Engine block & Crank shaft Replacement)6Cylinder head Replacement (Complete withaccessories)7Gearbox Assembly Replacement8Replace Timing belt/Chain /timing gears9Fitting and replacement of glasses: Doorglass(per one door)and Wind screen:window glass(per one window:Rear wind/window shield glass:Front WindscreenREPAIR ITEMS; All prices include VAT Applicable in Ksh. (use genuine parts only)10Brake pads front (set)11Brake shoes12Steering dumper13Shock mounting(set)14alternator belt 1pc15Stabilizer bushes (set)16.Headlamp assembly(1pc)17Rear tail lamp assembly(1pc)18Headlight bulbs 1pc19Spring bushes Rear (set)20Indicator bulbs 1pc21Reverse light bulbs 1pc22Tie rod ends (set)23Gearbox mounting 1pc24Wiper blade (set)25Brake discs (set)26Brake pads rear( set)27Clutch plate 1pc28Pressure plate 1pc29Release bearing 1pc30Shock absorbers front(set)31Shock absorbers rear(set)32Ball joints (upper)33Ball joints (lower)34Timing chain/Belt35Tensioner 1pc36Lower control arm37Front wheel bearings(set)38Rear wheel bearings(set)39Alloy wheel rims 1pc40Clutch master cylinder 1pc42Brake master cylinder 1pc43Brake booster 1pc44Clutch slave cylinder 1pc45Cap, tank reserve46Crankshaft oil seal 1pc47Gearbox seal48Exhaust mounting 1pc49Exhaust pipe50Fuse box51Alternator assembly 1pc52Starter motor assembly 1pc53Steering rack assembly 1pc54Suspension coil springs (set)55Radiator assembly 1pc56Radiator cap 1pc57Radiator hoses upper (1pc)58Differential assembly56Suspension arms(set)57u-bolts 1pc58Wheel alignment and balancing59Drive shafts(set)60.Heater plugs(set)61Spark plugs(set)62Fog lights (1pc)63Temperature gauge64Speedometer clock assembly 1pc65Pedal sensor 1pc66Throttle sensor 1pc67Turbo charger assembly 1pc68Ignition switch 1pc69Door handles(set)70Front bumper assembly71Rear bumper assembly72Air conditioner gas Refilling73Brake drum74Brake disc skimming75Water pump assembly 1pc76Wheel studs and nut 1pc77Oil pump assembly 1pc78Stabilizer links set79Steering shaft assembly 1pc80Battery 1pc81Thermostat 1pc82Fender(wing, mudguard) 1pc83Central locking assembly84Side mirror 1pc85Cooling air fan motor 1pc86Cv joint ( set)87Inner and outer drive shaft boots (set)88Chevrons set89Speedometer cable90Electrical wiring91Power steering pump92Alternator belt93Wheel hub94Brake calipers95Coolant reservoir 1pc96Air cooling fan 1pc97Ignition coils (1pc)98Coolant reservoir 1pc99Leaf spring( set)100Flywheel 1pc101Starter solenoid 1pc102Universal joint/cross bearing 1pc103Fuel pump assembly 1pc104Electric horn 1pc105Injector nozzles(set)106Digital speed governor assembly 1pc107Battery terminals (set)108power steering belt 1pc109Radiator hoses lower (1pc)110Round reflectors 1 Set111Door hinges assembly112Shoe return springs 1pc113Round reflectors 1 Set114Temperature clock assembly 1pc115Front crankshaft pulley assembly 1pc116Side stepTABLE 3F: SUZUKI VITARA MODELPART DESCRIPTIONSUZUKI VITARA 2000CC S/WAGONSUZUKI TF125All prices include labor, parts, sundries and VAT Applicable in Ksh. (use genuine parts only)1COMPLETE BODY RESPRAY PAINTING,DENT REMOVAL REBRANDINGAND DEBRANDING2CARRY OUT INTERIOR BODY REPAIRS:2.1Seats and upholstery repairs (quote per one seat)2.2Floor body repairs: Front cabin floor repairs:Rear floor repairsInterior side body repairs (quote per one side)2.3Door covers replacement (quote per one side)2.4Interior roof repairs : Front cabin roof repairs: Rear roof repairs3Complete Engine Overhaul (Excluding Replacement of Engine block & Cylinderhead)4Comprehensive Top Engine Overhaul(Excluding Cylinder Replacement)5Comprehensive Bottom Engine Overhaul(Excluding Engine block & Crank shaft Replacement)6Cylinder head Replacement (Complete withaccessories)7Gearbox Assembly Replacement8Replace Timing belt/Chain /timing gears9Fitting and replacement of glasses: Doorglass(per one door)and Wind screen:window glass(per one window:Rear wind/window shield glass:Front WindscreenREPAIR ITEMS; All prices include VAT Applicable in Ksh. (use genuine parts only)10Brake pads front (set)11Brake shoes12Steering dumper13Shock mounting(set)14alternator belt 1pc15Stabilizer bushes (set)16.Headlamp assembly(1pc)17Rear tail lamp assembly(1pc)18Headlight bulbs 1pc19Spring bushes Rear (set)20Indicator bulbs 1pc21Reverse light bulbs 1pc22Tie rod ends (set)23Gearbox mounting 1pc24Wiper blade (set)25Brake discs (set)26Brake pads rear( set)27Clutch plate 1pc28Pressure plate 1pc29Release bearing 1pc30Shock absorbers front(set)31Shock absorbers rear(set)32Ball joints (upper)33Ball joints (lower)34Timing chain/Belt35Tensioner 1pc36Lower control arm37Front wheel bearings(set)38Rear wheel bearings(set)39Alloy wheel rims 1pc40Clutch master cylinder 1pc42Brake master cylinder 1pc43Brake booster 1pc44Clutch slave cylinder 1pc45Cap, tank reserve46Crankshaft oil seal 1pc47Gearbox seal48Exhaust mounting 1pc49Exhaust pipe50Fuse box51Alternator assembly 1pc52Starter motor assembly 1pc53Steering rack assembly 1pc54Suspension coil springs (set)55Radiator assembly 1pc56Radiator cap 1pc57Radiator hoses upper (1pc)58Differential assembly56Suspension arms(set)57u-bolts 1pc58Wheel alignment and balancing59Drive shafts(set)60.Heater plugs(set)61Spark plugs(set)62Fog lights (1pc)63Temperature gauge64Speedometer clock assembly 1pc65Pedal sensor 1pc66Throttle sensor 1pc67Turbo charger assembly 1pc68Ignition switch 1pc69Door handles(set)70Front bumper assembly71Rear bumper assembly72Air conditioner gas Refilling73Brake drum74Brake disc skimming75Water pump assembly 1pc76Wheel studs and nut 1pc77Oil pump assembly 1pc78Stabilizer links set79Steering shaft assembly 1pc80Battery 1pc81Thermostat 1pc82Fender(wing, mudguard) 1pc83Central locking assembly84Side mirror 1pc85Cooling air fan motor 1pc86Cv joint ( set)87Inner and outer drive shaft boots (set)88Chevrons set89Speedometer cable90Electrical wiring91Power steering pump92Alternator belt93Wheel hub94Brake calipers95Coolant reservoir 1pc96Air cooling fan 1pc97Ignition coils (1pc)98Coolant reservoir 1pc99Leaf spring( set)100Flywheel 1pc101Starter solenoid 1pc102Universal joint/cross bearing 1pc103Fuel pump assembly 1pc104Electric horn 1pc105Injector nozzles(set)106Digital speed governor assembly 1pc107Battery terminals (set)108power steering belt 1pc109Radiator hoses lower (1pc)110Round reflectors 1 Set111Door hinges assembly112Shoe return springs 1pc113Round reflectors 1 Set114Temperature clock assembly 1pc115Front crankshaft pulley assembly 1pc116Side stepTABLE 3G: TRACTOR MODELPART DESCRIPTIONMASSEY FURGUSON (MF 290 , MF 4708CASE INTERNATIONAL 795All prices include labor, parts, sundries and VAT Applicable in Ksh. (use genuine parts only)1COMPLETE BODY RESPRAY PAINTING,DENT REMOVAL REBRANDINGAND DEBRANDING2CARRY OUT INTERIOR BODY REPAIRS:2.1Seats and upholstery repairs (quote per one seat)2.2Floor body repairs: Front cabin floor repairs:Rear floor repairsInterior side body repairs (quote per one side)2.3Door covers replacement (quote per one side)2.4Interior roof repairs : Front cabin roof repairs: Rear roof repairs3Complete Engine Overhaul (Excluding Replacement of Engine block & Cylinderhead)4Comprehensive Top Engine Overhaul(Excluding Cylinder Replacement)5Comprehensive Bottom Engine Overhaul(Excluding Engine block & Crank shaft Replacement)6Cylinder head Replacement (Complete withaccessories)7Gearbox Assembly Replacement8Replace Timing belt/Chain /timing gears9Fitting and replacement of glasses: Doorglass(per one door)and Wind screen:window glass(per one window:Rear wind/window shield glass:Front WindscreenREPAIR ITEMS; All prices include VAT Applicable in Ksh. (use genuine parts only)10Brake pads front (set)11Brake shoes12Steering dumper13Shock mounting(set)14alternator belt 1pc15Stabilizer bushes (set)16.Headlamp assembly(1pc)17Rear tail lamp assembly(1pc)18Headlight bulbs 1pc19Spring bushes Rear (set)20Indicator bulbs 1pc21Reverse light bulbs 1pc22Tie rod ends (set)23Gearbox mounting 1pc24Wiper blade (set)25Brake discs (set)26Brake pads rear( set)27Clutch plate 1pc28Pressure plate 1pc29Release bearing 1pc30Shock absorbers front(set)31Shock absorbers rear(set)32Ball joints (upper)33Ball joints (lower)34Timing chain/Belt35Tensioner 1pc36Lower control arm37Front wheel bearings(set)38Rear wheel bearings(set)39Alloy wheel rims 1pc40Clutch master cylinder 1pc42Brake master cylinder 1pc43Brake booster 1pc44Clutch slave cylinder 1pc45Cap, tank reserve46Crankshaft oil seal 1pc47Gearbox seal48Exhaust mounting 1pc49Exhaust pipe50Fuse box51Alternator assembly 1pc52Starter motor assembly 1pc53Steering rack assembly 1pc54Suspension coil springs (set)55Radiator assembly 1pc56Radiator cap 1pc57Radiator hoses upper (1pc)58Differential assembly56Suspension arms(set)57u-bolts 1pc58Wheel alignment and balancing59Drive shafts(set)60.Heater plugs(set)61Spark plugs(set)62Fog lights (1pc)63Temperature gauge64Speedometer clock assembly 1pc65Pedal sensor 1pc66Throttle sensor 1pc67Turbo charger assembly 1pc68Ignition switch 1pc69Door handles(set)70Front bumper assembly71Rear bumper assembly72Air conditioner gas Refilling73Brake drum74Brake disc skimming75Water pump assembly 1pc76Wheel studs and nut 1pc77Oil pump assembly 1pc78Stabilizer links set79Steering shaft assembly 1pc80Battery 1pc81Thermostat 1pc82Fender(wing, mudguard) 1pc83Central locking assembly84Side mirror 1pc85Cooling air fan motor 1pc86Cv joint ( set)87Inner and outer drive shaft boots (set)88Chevrons set89Speedometer cable90Electrical wiring91Power steering pump92Alternator belt93Wheel hub94Brake calipers95Coolant reservoir 1pc96Air cooling fan 1pc97Ignition coils (1pc)98Coolant reservoir 1pc99Leaf spring( set)100Flywheel 1pc101Starter solenoid 1pc102Universal joint/cross bearing 1pc103Fuel pump assembly 1pc104Electric horn 1pc105Injector nozzles(set)106Digital speed governor assembly 1pc107Battery terminals (set)108power steering belt 1pc109Radiator hoses lower (1pc)110Round reflectors 1 Set111Door hinges assembly112Shoe return springs 1pc113Round reflectors 1 Set114Temperature clock assembly 1pc115Front crankshaft pulley assembly 1pc116Side stepSECTION VII: STANDARD FORMSNotes on the standard FormsForm 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.Price Schedule Form-The price schedule form must similarly be completed and submitted with the tender.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.Confidential Business Questionnaire Form - This form must be completed by the tenderer and submitted with the tender documents.Performance security Form -The performance security form should not be completed by the tenderer at the time of tender preparation. Only the successful tenderer will be required to provide performance security in the form provided herein or in another form acceptable to the procuring entity.Bank Guarantee for Advance Payment Form- When Advance payment is requested for by the successful bidder and agreed by the procuring entity, this form must be completed fully and duly signed by the authorized officials of the bankManufacturers Authorization Form- When required by the tender documents this form must be completed and submitted with the tender documents. This form will be completed by the manufacturer of the goods where the tenderer is an agentSECTION VIISTANDARD FORMS Form of Tender (FOR EACH LOT OF SERVICE A,B AND C)To:…………………………………………………………………………………….[Name and address of the PE]Date:…………………………………………………………………………….[insert date(as day, month and year)]Tender No.:……………… …………Item Description:………………… Dear Sir/Madam,Having examined the Tender documents including Addenda Nos. [insert addenda numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver [description of Goods and services] in conformity with the said Tender documents for the sum of ……………………………………………………………………………………………………….…………………………………………………………………………………………………………………………………..[total Tender amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Tender.We undertake, if our Tender is accepted, to deliver the Goods in accordance with the delivery schedule specified in the Schedule of Requirements.If our Tender is accepted, we undertake to provide a performance security in the form, in the amounts, and within the times specified in the Tender documents.We agree to abide by this Tender for the Tender validity period specified in Clause 2.13.1 of the ITT, 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 2.1.1 of the Tender documentsDated thisday of20.(Name)11004551225552493645122555[signature][in the capacity of]Duly authorized to sign Tender for and on behalf of Confidential Business QuestionnaireYou are requested to give the particulars indicated in Part 1; either Part 2(a), 2(b) or 2 (c ) whichever applied to your type of business; and Part 3.You are advised that it is a serious offence to give false information on this form.Part 1 – General1.1Business Name………………………………………………………………………………………………1.2Location of Business Premises.………………………………………………………………………………………………1.3Plot No…Street/RoadPostal Address………………………………………………………………………………….. Tel No. …………………………………………………………. Fax…………………………………. E mail …………………………………………….1.4Nature of Business:………………………………………………………………………….1.5Registration Certificate No.……………………………………………………………………………………………1.6Maximum Value of Business which you can handle at any one time – Kshs.…………………1.7Name of your Bankers ………………………………………………………………..Branch ………………………………………………Part 2 (a) – Sole Proprietor2a.1Your Name in Full ………………………………………………………………………Age ………………………………………………..2a.2Nationality ………………………………………………………Country of Origin ………………………………………………………….Citizenship Details…………………………………………………………Part 2 (b) Partnership2b.1Given details of Partners as follows:2b.2Name Nationality Citizenship Details Shares1……………………………………………………………………………………………………………………………………………………………………………….2…………………………………………………………………………………………………………………………………………………………………………………3………………………………………………………………………………………………………………………………………………………………………………..4………………………………………………………………………………………………………………………………………………………………………………..Part 2 (c ) – Registered Company2c.1Private or Public……………………………………………………………………………………………………………………………………………….2c.2State the Nominal and Issued Capital of Company-Nominal Kshs. ………………………………………………………………Issued Kshs. ……………………………………………………………………………2c.3Given details of all Directors as followsName Nationality Citizenship Details Shares1………………………………………………………………………………………………………………………………………………………………………………..2.……………………………………………………………………………………………………………………………………………………………………………..3.………………………………………………………………………………………………………………………………………………………………………………4.………………………………………………………………………………………………………………………………………………………………………………5 …………………………………………………………………………………………Part 3 – Eligibility Status3.1Are you related to an Employee, Committee Member or Board Member of KEPHIS? YesNo 3.2If answer in ‘3.1’ is YES give the relationship.……………………………………………………………………………………………………………………………………………………………………………………..3.3Does an Employee, Committee Member, Board Member of Kenya Plant Health Inspectorate Services it in the Board of Directors or Management of your Organization, Subsidiaries or Joint Ventures? YesNo 3.4If answer in ‘3.3’ above is YES give details.……………………………………………………………………………………………………………………………………………………………………………………..3.5Has your Organization, Subsidiary Joint Venture or Sub-contractor been involved in the past directly or indirectly with a firm or any of it’s affiliates that have been engaged by Kenya Plant Health Inspectorate Service to provide consulting services for preparation of design, specifications and other documents to be used for procurement of the goods under this invitation? YesNo 3.6If answer in ‘3.5’ above is YES give details.……………………………………………………………………………………………………………………………………………………………………………………..……………………………………………………………………………………………………………………………………………………………………………………..3.7Are you under a declaration of ineligibility for corrupt and fraudulent practices? YESNo 3.8If answer in ‘3.7’ above is YES give details:……………………………………………………………………………………………3.9Have you offered or given anything of value to influence the procurement process?YesNo Have you been requested to pay any inducement to any member of the Board, Management, Staff and/or employees and/or agents of KEPHIS, which is the procuring entity?YesNo (c ) Have your servants and/or agents offered any inducement to any member of the Board, Management, Staff and/or employees and/or agents of KEPHIS.YesNo 3.10If answer in ‘3.9’ a, b or c above is YES give details:………………………………………………………………………………………………DateSignature of Candidate………………………………….. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download