PACIDA-KWAHO Tender Document Kajiado - 2024
PACIDA-KWAHO Tender Document Kajiado - 2024
FOR
RFT No :371665
1
INVITATION TO TENDER
Tuesday 9th July, 2024.
Tender document for construction of MHM latrines and rehabilitation of the community boreholes
within Kajiado County.
PACIDA (Pastoralist Community Initiative and Development Assistance) in partnership with Kenya Water for
Health Organization (KWAHO) and Welthungerhilfe (WHH) invites eligible bidders duly registered in the
Republic of Kenya for carrying out rehabilitation of community boreholes and Menstrual Hygiene Management
in Kajiado East and Central Sub Counties of Kajiado County, under the KEN 1220-22 Project as per the Bill
of quantities attached.
Tendering will be conducted under “National Tender” using a standardized tender document. Tendering is
open to all qualified and interested Tenderers. Qualified and interested tenderers may obtain further
information and inspect the Tender Documents at the address given below.
1. Qualified and interested tenderers may obtain further information, inspect and obtain the tender documents
from this link:
https://eu.eu-supply.com/ctm/supplier/publictenders?B=WELTHUNGERHILFE.
2. Tenders will be opened immediately after the deadline date and time specified. Tender opening will be
will be done online.
3. Late tenders will be rejected.
Price: The prices of the offers will be expressed in Kenyan Shillings and will be considered fixed and valid for
the entire duration of the contract until the complete execution of the work. No additional charge of whatsoever
nature and type will be accepted by the contracting authority. It is made that all incidental costs are inclusive
e.g. VAT has been built in where applicable.
Validity of tender. The tender shall be valid for 180 days from the date of tender.
Delivery: Construction of MHM latrines and rehabilitation of the community boreholes within Kajiado County.
should start immediately after receiving a signing an agreement.
All tenders must be submitted online on the above link quoting the respective RFT number on or before
Thursday 25th July, 2024 at 2PM EAT. They will be opened the same day at 3.00 pm EAT.
Contact person:
2
PART 1 – TENDERING PROCEDURES
A. INSTRUCTIONS TO TENDERERS (ITT)
1. Scope of Tender
1.1 In connection with the Invitation to Tender (ITT), specified in the Tender Data Sheet (TDS), the
Contracting Authority, issues this Tendering document for the construction of MHM latrines and
rehabilitation of the community boreholes within Kajiado County in Section VII, Contracting Authority's
Requirements.
2. Timetable
3.1 The Contracting Authority requires compliance with the provisions of the Public Procurement and Asset
Disposal Act, 2015, Section 62 “Declaration not to engage in corruption”. The tender submitted by a
person shall include a declaration that the person shall not engage in any corrupt or fraudulent practice
and a declaration that the person or his or her sub-contractors are not debarred from participating in
public procurement proceedings.
3.2 The Contracting Authority requires compliance with the provisions of the Competition Act 2010,
regarding collusive practices in contracting. Any tenderer found to have engaged in collusive conduct
shall be disqualified and criminal and/or civil sanctions may be imposed. To this effect, Tenders shall be
required to complete and sign the “Certificate of Independent Tender Determination” annexed to the
Form of Tender.
3.3 Unfair Competitive Advantage-Fairness and transparency in the tender process require that the firms or
their Affiliates competing for a specific assignment do not derive a competitive advantage from having
provided consulting services related to this tender. To that end, the Contracting Authority shall indicate
in the Data Sheet and make available to all the firms together with this tender document all information
that would in that respect give such firm any unfair competitive advantage over competing firms.
3.4 Tenderers shall permit and shall cause their agents (where declared or not), subcontractors, sub
consultants, service providers, suppliers, and their personnel, to permit the Contracting Authority to
inspect all accounts records and other documents relating to any initial selection process,
prequalification process, tender submission, proposal submission, and contract performance (in the
case of award), and to have them audited by auditors appointed by the Contracting Authority.
3.5 PACIDA renounces all forms of terrorism and will never knowingly support, tolerate or encourage
terrorism or the activities of those who embrace terrorism or money laundering. Consistent with
numerous United Nations Security Council resolutions, including S/RES/1269(1999), S/RES
1368(2001) and S/RES1373(2001) and the European Union, PACIDA and her funding agency
Welthungerhilfe is firmly committed to the international fight against terrorism and against the financing
of terrorism. It is the policy of PACIDA and her funding partner Welthungerhilfe to seek to ensure that
3
none of its and its donor funds are used, directly or indirectly, to provide support to individuals or entities
associated with terrorism or money laundering. Therefore, PACIDA and her funding partner will match
their suppliers and Service providers against the Sanctions lists on a regular basis. By submitting an
offer, suppliers and service providers agree to this.
4. Participation
4.1 A Tenderer may be a firm that is a private entity, a state-owned enterprise or institution subject
to ITT 4.6, or any combination of such entities in the form of a joint venture (JV) under an existing
agreement or with the intent to enter into such an agreement supported by a Form of intent. In
the case of a joint venture, all members shall be jointly and severally liable for the execution of
the entire Contract in accordance with the Contract terms. The JV shall nominate a
Representative who shall have the authority to conduct all business for and on behalf of any
and all the members of the JV during the Tendering process and, in the event the JV is awarded
the Contract, during contract execution. The maximum number of JV members shall be specified
in the TDS.
4.2 Public Officers of the Contracting Authority and their relatives (i.e. spouse, child, parent, brother
or sister and a child, parent, brother or sister of a spouse) their business associates or agents
and firms/organizations in which they have a substantial or controlling interest shall not be
eligible to tender or be awarded a contract. Public Officers are also not allowed to participate in
any procurement proceedings.
4.3 The contracting authority will exclude from participation in a procurement procedure candidates or
tenderers falling into any of the following cases:
a) They are bankrupt or being wound up, are having their affairs administered by the courts, have
entered into an arrangement with creditors, have suspended business activities, are the subject
of proceedings concerning those matters, or are in any analogous situation arising from a similar
procedure provided for in national legislation or regulations;
b) They have been convicted of an offence concerning their professional conduct by a judgment
that has the force of res judicata;
c) They have been guilty of grave professional misconduct proven by any means that the
contracting authority can justify;
d) They have not fulfilled obligations relating to the payment of social security contributions or the
payment of taxes in accordance with the legal provisions of the country in which they are
established or with those of the country of the contracting authority or those of the country where
the contract is to be performed;
e) They have been the subject of a judgment that has the force of res judicata for fraud, corruption,
involvement in a criminal Organization or any other illegal activity detrimental to the
Communities' financial interests;
f) Following another procurement procedure or grant award procedure financed by the
Community budget, they have been declared to be in serious breach of contract for failure to
comply with their contractual obligations.
NB/: Candidates or tenderers must certify by any relevant means that they are not in one of the situations
listed above.
Contracts shall not be awarded to candidates or tenderers who, during the procurement procedure:
a) Are subject to a conflict of interest;
b) Are guilty of misrepresentation in supplying the information required by PACIDA as a condition
of participation in the contract procedure or fail to supply this information. Tenderers or
candidates who have been guilty of making false declarations will also incur financial penalties
representing 10% of the total value of the contract being awarded if false declarations are
discovered after the awarding of tender. 4
4.4 To be eligible for participation in this tender procedure, tenderers must prove to the satisfaction of
the Contracting Authority that they comply with the necessary legal, technical and financial
requirements and have the wherewithal to carry out the contract effectively.
5. Origin.
5.1 The rule of Continent, Country, and County of Origin of the contractor who submitted tender does not
hereby apply. i.e. every contractor who submits the tender will be treated equally.
6. Currency
6.1 Tenders must be presented in Kenyan Shilling.
7. Lots
7.1. The tenderer may submit a tender for one and/or several lots.
7.2. Each lot will form a separate contract and the quantities indicated for different lots will be indivisible.
The tenderer must offer the whole of the quantity or quantities indicated for each lot. Under no
circumstances will tenders for part of the quantities required be taken into consideration.
If the tenderer is awarded more than one lot, a single contract may be concluded covering all those lots.
8. Period of validity
8.1. Tenderers shall be bound by their tenders that they submitted for a period of 180 days from the
deadline for the submission of tenders.
8.2. The successful tenderer will be bound by the tender for a further period of at least 30 days following
receipt of the notification that the tenderer has been selected.
8.3 In exceptional circumstances, prior to the expiration of the Tender validity period, the Contracting
Authority may request Tenderers to extend the period of validity of their Tenders. The request and
the responses shall be made in writing. If a Tender Security is requested in accordance with, the
Tenderer granting the request shall also extend the Tender Security for twenty-eight (28) days
beyond the deadline of the extended validity period. A Tenderer may refuse the request without
forfeiting its Tender Security. A Tenderer granting the request shall not be required or permitted to
modify its Tender.
9. Language of offers.
9.1. The offers, all correspondence and documents related to the tender exchanged by the tenderer and
the Contracting Authority must be written in English.
11.1. The Tendering document consists of Parts 1, 2, and 3, which include all the sections indicated
below, and should be read in conjunction with any Addenda issued in accordance with ITT 10.
11.2 The Invitation to Tender Notice issued by PACIDA is not part of the Tendering document.
11.3 Unless obtained directly from the Contracting Authority, the Contracting Authority is not
responsible for the completeness of the document, responses to requests for clarification, the
Minutes of the pre-Tender meeting (if any), or Addenda to the Tendering document in
accordance with ITT 10. In case of any contradiction, documents obtained directly from the
Contracting Authority shall prevail.
11.4 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the
Tendering document and to furnish with its Tender all information or documentation as is required
by the Tendering document.
12.1.The Tenderer, at the Tenderer's own responsibility and risk, is encouraged to visit and examine
the Site of the Required Services and its surroundings and obtain all information that may be
necessary for preparing the Tender and entering into a contract for the Services. The costs of
visiting the Site shall be at the Tenderer's own expense.
13. Pricing
13.1 The prices of the offers will be expressed in Kenyan Shilling and they must be expressed on a lump
sum basis that must be inclusive of all annexed costs such as taxes, transport and handover.
13.2 The prices will be considered fixed and valid for the entire duration of the contract until the complete
execution of the work. No additional charge of whatsoever nature and type will be accepted by the
Contracting Authority.
13.3 The contractor shall be deemed to have included in his prices or rates for the various items in the bills
of quantities or specification for all costs involved in complying with all the requirements for the proper
execution of the whole of the works in the contract.
Throughout the BOQ, these units of measurement and terms are abbreviated and shall be interpreted
as follows.
• M3 Shall mean Cubic Metre
• M2 Shall mean Square Metre
• M Shall mean Linear Metre
• MM Shall mean Millimetre
• KG Shall mean Kilogram
• No. Shall mean Number
• B.S. Shall mean the current British Standard specification published by the British Standard
Institution, 2 Park Street London W.I England.
6
• Ditto Shall mean the whole of the proceeding description expect as qualified in the
description in which it occurs.
• M.S Shall mean measured separately.
14.2 Any prospective tenderers seeking to arrange individual meetings with the Contracting Authority
and/or PACIDA during the tender period may be excluded from the tender procedure.
17.0 Confidentiality
17.1 Information relating to the evaluation of Tenders and recommendation of contract award, shall
not be disclosed to Tenderers or any other persons not officially concerned with the Tendering
process until information on Intention to Award the Contract is transmitted to all Tenderers in
accordance with the Instruction to Tenderers
17.2 Any effort by a Tenderer to influence the Contracting Authority in the evaluation of the Tenders
or Contract award decisions may result in the rejection of its Tender.
17.3 Notwithstanding the ITT, from the time of Tender opening to the time of Contract Award, if any
Tenderer wishes to contact the Contracting Authority on any matter related to the Tendering
process, it should do so in writing. 7
18.0 Clarification of tenders
18.1 To assist in the examination, evaluation, and comparison of the Tenders, and qualification of the
Tenderers, the Contracting Authority may, at its discretion, ask any Tenderer for a clarification
of its Tender. Any clarification submitted by a Tenderer that is not in response to a request by
the Contracting Authority shall not be considered. The Contracting Authority's request for
clarification and the response shall be in writing. No change in the prices or substance of the
Tender shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors
discovered by the Contracting Authority in the evaluation of the Tenders, in accordance with
ITT.
18.2 If a Tenderer does not provide clarifications of its Tender by the date and time set in the
Contracting Authority's request for clarification, its Tender may be rejected.
20.2 A substantially responsive Tender is one that meets the requirements of the Tendering document
without material deviation, reservation, or omission. A material deviation, reservation, or
omission is one that:
a) If accepted, would:
i) Affect in any substantial way the scope, quality, or performance of the Plant and
Installation Services specified in the Contract; or
ii) Limit in any substantial way, in consistent with the Tendering document, the
Contracting Authority's rights or the Tenderer's obligations under the proposed
Contract; or
b) if rectified, would unfairly affect the competitive position of other Tenderers presenting
substantially responsive Tenders.
20.3 The Contracting Authority shall examine the technical aspects of the Tender in particular, to
confirm that all requirements of Section VII, Contracting Authority's Requirements have been
met without any material deviation, reservation, or omission.
20.4 If a Tender is not substantially responsive to the requirements of the Tendering document, it
shall be rejected by the Contracting Authority and may not subsequently be made responsive
by correction of the material deviation, reservation, or omission.
21.1 Provided that a Tender is substantially responsive, the Contracting Authority may waive any
nonconformity in the Tender.
21.2 Provided that a Tender is substantially responsive, the Contracting Authority may request
that the Tenderer submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial non- conformities in the Tender related to documentation
8
requirements. Requesting information or documentation on such non-conformities shall not
be related to any aspect of the price of the Tender. Failure of the Tenderer to comply with
the request may result in the rejection of its Tender.
21.3 Provided that a Tender is substantially responsive, the Contracting Authority shall rectify
quantifiable non material non-conformities related to the Tender Price. To this effect, the
Tender Price shall be adjusted, for comparison purposes only, to reflect the price of a missing
or non-conforming item or component in the manner specified in the TDS.
22.1 Provided that the tender is substantially responsive, the Contracting Authority shall correct
arithmetical errors on the following basis:
i) 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, unless in the opinion of the Contracting Authority there is an
obvious misplacement of the decimal point in the unit price, in which case the total
price as quoted shall govern and the unit price shall be corrected;
i) If there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected; and
ii) If there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to (a) and (b) above.
22.2 Any error detected if considered a major deviation that affects the substance of the tender,
shall lead to disqualification of the tender as non-responsive. The method of determining the
error as a major deviation shall be specified in the TDS.
22.3 Corrected tender prices shall not be used in the evaluation of tenders, comparison of
tender prices.
22.4 The Contracting Authority shall calculate the difference between the corrected price and
tender price and work out the percentage difference, which will be plus or minus tender price
as the case may be; [i.e. (corrected tender price– tender price)/ tender price X100]. This
percentage difference between corrected tender price and tender price may be used to
determine if the error so detected is considered a major deviation that affects the substance
of the tender.
22.5 On award of contract, all payment valuation certificates, variation orders on omissions and
additions valued based on rates in the Bill of Quantities will be adjusted by such a percentage
specified in ITT 31.4 to ensure contractor is not paid less or more relative to the contract
price which would be the tender price.
23.1 For evaluation and comparison purposes, the currency(ies) of the Tender shall be converted into a
single c Clarification of tender’s currency as specified in the TDS
24.1 The Contracting Authority shall use the criteria and methodologies listed in this ITT and Section
III, Evaluation and Qualification criteria. No other evaluation criteria or methodologies shall be
permitted. By applying the criteria and methodologies the Contracting Authority shall determine
the Best Evaluated Tender. This is the Tender of the Tenderer that meets the qualification criteria
and that has been determined to be:
a) Most responsive to the Tendering document; and 9
b) The lowest evaluated cost.
.
24.2. Technical evaluation
24.2.1 The Contracting Authority will carry out a detailed technical evaluation of the
Tenders not previously rejected to determine whether the technical aspects are
incompliance with the Tendering document. The Tender that does not meet minimum
acceptable standards of completeness, consistency and detail, and the specified
minimum (or maximum, as the case may be) requirements for specified functional
guarantees, will be rejected for non-responsiveness. In order to reach its
determination, the Contracting Authority will examine and compare the technical
aspects of the Tenders on the basis of the information supplied by the Tenderers,
taking into account the following:
24.2.2 Overall completeness and compliance with the Contracting Authority's Requirements;
conformity of the Plant and Installation Services offered with specified performance
criteria, including conformity with the specified minimum (or maximum, as the case
may be) requirement corresponding to each functional guarantee, as indicated in the
Specification and in Section III, Evaluation and Qualification Criteria; suitability of the
Plant and Installation Services offered in relation to the environmental and climatic
conditions prevailing at the site; and quality, function and operation of any process
control concept included in the Tender;
24.2.3 Type, quantity and long-term availability of mandatory and recommended spare parts
and maintenance services; and other relevant factors, if any, listed in Evaluation and
Qualification Criteria Section.
24.2.5 Where alternative technical solutions have been allowed in accordance with ITT 13,
and offered by the Tenderer, the Contracting Authority will make a similar evaluation
of the alternatives. Where alternatives have not been allowed but have been offered,
they shall be ignored.
24.3.1 The Contracting Authority will carry out a detailed technical evaluation of the Tenders
not previously rejected to determine whether the technical aspects are incompliance
with the Tendering document. The Tender that does not meet minimum acceptable
standards of completeness, consistency and detail, and the specified minimum (or
maximum, as the case may be) requirements for specified functional guarantees,
will be rejected for non-responsiveness. In order to reach its determination, the
Contracting Authority will examine and compare the technical aspects of the Tenders
on the basis of the information supplied by the Tenderers, taking into account the
following:
24.3.2 Overall completeness and compliance with the Contracting Authority's Requirements;
conformity of the Plant and Installation Services offered with specified performance
criteria, including conformity with the specified minimum (or maximum, as the case
may be) requirement corresponding to each functional guarantee, as indicated in the
Specification and in Section III, Evaluation and Qualification Criteria; suitability of the
Plant and Installation Services offered in relation to the environmental and climatic
conditions prevailing at the site; and quality, function and operation of any process
control concept included in the Tender;
24.3.3 type, quantity and long-term availability of mandatory and recommended spare parts
and maintenance services; and 10
24.3.4 other relevant factors, if any, listed in Section III, Evaluation and Qualification Criteria.
24.3.5 Where alternative technical solutions have been allowed in accordance with ITT
13, and offered by the Tenderer, the Contracting Authority will make a similar
evaluation of the alternatives. Where alternatives have not been allowed but have
been offered, they shall be ignored.
11
27.0 Ethics Clause
27.1. Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful
agreements with competitors or influence the committee or the Contracting Authority during the
process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of their
candidacy or tender and may result in administrative penalties.
27.2. Without the Contracting Authority's prior written authorization, a Contractor and its staff or any other
company with which the Contractor is associated or linked may not, even on an ancillary or
subcontracting basis, supply other services, carry out work or supply equipment for the project.
This prohibition also applies to any other projects that could, owing to the nature of the contract,
give rise to a conflict of interest on the part of the Contractor.
27.3. When putting forward a candidacy or tender, the candidate or tenderer shall declare that he is
affected by no potential conflict of interest and has no particular link with other tenderers or parties
involved in the project. Should such a situation arise during performance of the contract, the
Contractor must immediately inform the Contracting Authority.
27.4. The Contractor must at all times act impartially and as a faithful adviser in accordance with the code
of conduct of his profession. The Contractor shall refrain from making public statements about the
project or services without the Contracting Authority's prior approval. The Contractor may not
commit the Contracting Authority in any way without its prior written consent.
27.5. For the duration of the contract the Contractor and its staff shall respect human rights and undertake
not to offend the political, cultural and religious morals of the beneficiary state.
27.6. The Contractor may accept no payment connected with the contract other than that provided for
therein. The Contractor and its staff must not exercise any activity or receive any advantage
inconsistent with their obligations to the Contracting Authority.
27.7. The Contractor and its staff shall be obliged to maintain professional secrecy for the entire duration
of the contract and after its completion. All reports and documents drawn up or received by the
Contractor shall be confidential.
27.8. The contract shall govern the Contracting Parties' use of all reports and documents drawn up,
received or presented by them during the execution of the contract.
27.9. The Contractor shall refrain from any relationship likely to compromise his independence or that of
its staff. If the Contractor ceases to be independent, the Contracting Authority may, regardless of
injury, terminate the contract without further notice, and without the Contractor having any claim to
compensation.
27.10. The Contracting Authority reserves the right to suspend or cancel project financing if corrupt
practices of any kind are discovered at any stage of the award process and if the Contracting
Authority fails to take all appropriate measures to remedy the situation. For the purposes of this
provision, "corrupt practices" are the offer of a bribe, gift, gratuity or commission to any person as
an inducement or reward for performing or refraining from any act relating to the award of a contract
or implementation of a contract already concluded with the Contracting Authority.
27.11. All tenders will be rejected or contracts terminated if it emerges that the award or execution of a
contract has given rise to unusual commercial expenses.
27.12. Such unusual commercial expenses are commissions not mentioned in the main contract or not
stemming from a properly concluded contract referring to the main contract, commissions not paid
in return for any actual and legitimate service, commissions remitted to a tax haven, commissions
paid to a recipient who is not clearly identified or commissions paid to a company which has every
appearance of being a front company.
27.13. The Contractor shall supply the Contracting Authority on request with all supporting documents
relating to the conditions of the contract's execution. The Contracting Authority may carry out
whatever documentary or on-the-spot checks it deems necessary to find evidence in cases of
suspected unusual commercial expenses.
12
27.14. When putting forward a candidacy or tender, the candidate or tenderer shall declare its
commitment to the non–exploitation of child labor and to the respect of basic social rights and
working conditions. The Contracting Authority may carry out whatever documentary or on-the-spot
checks it deems necessary to find evidence of the enforcement of the above-mentioned principles.
13
SECTION B - TENDER DATA SHEET
The following specific data for the Facilities to be procured shall complement, supplement, or amend
the provisions in the Instructions to Tenderers (ITT). Whenever there is a conflict, the provisions herein
shall prevail over those in ITT.
Reference to PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
ITC Clause
A. General
ITT 1.1 The reference number of the Invitation to Tender (ITT) is RFT No. 371665
The Contracting Authority is: Pastoralist Community Initiative and Development Assistance
(PACIDA)
The name of the Project is: CONSTRUCTION OF MHM LATRINES AND REHABILITATION
TT 2.1
OF THE COMMUNITY BOREHOLES WITHIN KAJIADO COUNTY.
14
Reference to PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
ITC Clause
b) Construction of 1no communal water point/kiosk installed with a 5m3 plastic water
tank on top.
c) Construction of 1no cattle/shoat’s trough/animal watering point.
d) Construction of 1no VIP latrine combined with 2 shower rooms
e) Laying of pipelines as described in the detailed bills of quantities.
Lot III: Construction works at Olopinyo community borehole as per drawing attached.
a) Construction of 1no communal water point/kiosk installed with a 5m3 plastic water
tank on top.
b) Construction of 1no 50m3 masonry water tank
c) Construction of 1no cattle/shoat’s trough/animal watering point as per drawing
attached
d) Construction of 1no VIP latrine combined with 2 shower rooms as per the drawing.
e) Laying of pipeline as described in the detailed bills of quantities.
Lot IV: Construction works at Ilemai community as per drawing attached
a) Construction of 1no communal water point/kiosk installed with a 5m3 plastic water tank
on top.
b) Construction of 1no cattle/shoat’s trough/animal watering point
c) Construction of 1no VIP latrine combined with shower rooms
d) Laying of pipelines as described in detailed bills of quantities.
Lot V: Construction works in schools as per drawing attached.
a) Construction of 4 no MHM toilets in 4 Schools (5 door)
(Elang’ata Primary, Olgos Primary, Nkoile Primary and Noopopong Primary Schools)
Construction of 4 burning chambers (Incinerators) in 4 Schools. (Elang’ata Primary, Olgos
Primary, Nkoile Primary and Noopopong Primary Schools)
Bidders/contractors are free to tender for the lot they deem fit, quoting the individual lot tender
number or may tender for all the lots quoting this tender number However, it remains the
prerogative of PACIDA either to give the whole lots to one bidder or divide the lots to different
bidders depending on many factors as shall be analyzed during the tender analysis
ITT 3.1 Maximum number of members in the Joint Venture (JV) shall be: None
B. Tendering Document
ITT 4.1 There shall be no pre-arranged pretender visit of the site of the works.
Any questions in writing, shall reach the Contracting Authority not later than 19th July, 2024
ITT 5.1
The Contracting Authority shall publish its response in the procurement portal.
ITT 6.1
C. Preparation of Tenders
ITT 7.1 The Tenderer shall submit the following additional documents in its Tender: None
15
Reference to PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
ITC Clause
If alternatives to the Time Schedule are permitted, the evaluation method will be as specified
in the Evaluation and Qualification Criteria.
ITT 9.3 The prices quoted by the Tenderer shall not be subject to adjustment during the
Performance of the Contract.
ITT 10.1 The Tenderer is required to quote in Kenya Currency the portion of the Tender price that
corresponds to expenditures incurred in that currency.
ITT 12.1 The Tender price shall be adjusted by the following factor(s): Not Applicable
ITT 12.2 The written confirmation of authorization to sign on behalf of the Tenderer shall consist of:
Power of Attorney signed before commissioner for Oath
Time: 2.00PM
Tenderers shall NOT have the option of submitting their Tenders physically.
Time: 3.00PM
ITT 15.1 The Form of Tender and Price Schedules shall at least be initialed by three (3) opening
committee members representatives of the Contracting Authority conducting Tender opening.
ITT 16.1 The adjustment shall be based on the price of the item or component as quoted in other
substantially responsive Tenders. If the price of the item or component cannot be derived from
the price of other substantially responsive Tenders, the Contracting Authority shall use its best
estimate. Not Applicable.
16
Reference to PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
ITC Clause
ITT 17.1 The error shall be determined as a major deviation if it is more than 2% of the tender sum As
per PPADA, 2015 & Regulation 2020. Errors should be computed without changing the final
tender sum.
ITT 18.1 The currency that shall be used for Tender evaluation and comparison purposes to convert
(at the selling exchange rate) all Tender prices expressed in various currencies into a single
currency is: Kenya Shilling
ITT 20.1 The adjustments shall be determined using the following criteria, from amongst those set out
in Section III, Evaluation and Qualification Criteria: [refer to Evaluation and Qualification
Criteria]
17
SECTION C - EVALUATION AND QUALIFICATION CRITERIA
1.1 This section contains the criteria that the Procuring Entity shall use to evaluate tender and qualify tenderers.
No other factors, methods or criteria shall be used other than specified in this tender document. The
Tenderer shall provide all the information requested in the forms included in Section IV, Tendering Forms.
The Procuring Entity should use the Standard Tender Evaluation Report for Goods and Works for
evaluating Tenders.
1.2 The Procuring Entity shall use the criteria and methodologies listed in this Section to evaluate tenders and
arrive at the Lowest Evaluated Tender. The tender that (i) meets the qualification criteria, (ii) has been
determined to be substantially responsive to the Tender Documents, and (iii) is determined to have the
Lowest Evaluated Tender price shall be selected for award of contract.
2.1 This will involve assessing whether bidders have complied with submission requirements and have also
attached certified copies of mandatory eligibility and statutory documents.
2.2 Evaluation at this stage will be conducted on Yes/No, and bidders are expected to comply with ALL
required items so as to proceed to the next stage of evaluation.
No. Completeness and Requirement Y/N
Responsiveness Criteria
1. Valid Tax Compliance Certificate Copy of current certificate
Certified by Commissioner of Oaths
2. Valid PIN Certificate from KRA Copy of Valid Certificate
Certified by Commissioner of Oaths
3. Registration with National Copy of Valid certificate
Construction Authority Certified by Commissioner of Oaths
(Validation on NCA website)
4. Certificate of Incorporation Copy of certificate
Certified by Commissioner of Oaths
5. Latest CR12 (Within the last 12 Months) Copy of current CR12 within 12 months
Certified by Commissioner of Oaths
6. Single Business Permit Certified copy of current single business
permit
Certified by Commissioner of Oaths
7. Tender document properly All pages of the tender document submitted
PAGINATED in the correct sequence shall be sequentially serialized starting
and all pages MUST BE INITIALIZED numerical 1
and serialized
8. Audited financial statements for the last Signed and stamped by the auditor
three years (2021,2022,2023)
18
Stage 2: Technical Responsiveness Evaluation Stage
3.1 Tenders will be evaluated to ensure that they are substantially responsive to the technical specifications
and contract conditions stated in the Tender Document. The determination of a tender’s technical
responsiveness will be based on the contents of the tender itself, subject to any clarifications received in
the preliminary examination of Tenders. Items of this evaluation will be scored.
3.2This is based on a score of 100 marks. Only bidders who score above 70 and above will proceed to the
financial stage of evaluation.
No. DESCRIPTION POINT SCORE
SCALE
1. EXPERIENCE Max 30
Attach reference letters/completion certificates as evidences
1.1 Value of related water / civil works handled in (KES)
a) Three projects of equal or higher value in the last three years 15
b) Any three (3No) projects of value between 50 % and 100% of value 9
c) Any projects less than 50% value of the tendered works 6
d) No submission of project record 0
20
8. Qualification
Factor 1 Eligibility
Criteria Documentation Required
Tenderer
Joint Venture (existing or intended)
Sub-Factor At least
Requirement Single Entity All members
Each Partner one
combined
Partner
1.1 Conflict of Interest No- conflicts of interests as described in ITT Must meet must meet Must meet N / A Form of Tender
requirement requirement requirement
1.2 PPRA Ineligibility (if Not having been declared ineligible by the Must meet must meet Must meet N / A Form of Tender
PPRA as described in 4.5. requirement requirement requirement
debarred/Sanctioned)
1.3 State Owned Compliance with conditions of ITT Must meet Must meet Must meet Form ELI –1.1 and 1.2, with
N/A
Enterprise or Institution requirement requirement requirement attachments
1.4 Ineligibility based Not having been excluded as a result of the Must meet must meet Must meet N / A Form of Tender
Kenya laws or official regulations, or by an act requirement requirement
on a United Nations of compliance with UN Security Council requirement
resolution or Kenya resolution, in accordance with ITT
laws
1.5 Tax Obligations for Has produced a current tax clearance Must meet must meet Must meet N / A Attach certificate
certificate or tax exemption certificate issued requirement requirement requirement
Kenyan Tenderers
by the Kenya Revenue Authority in
accordance with ITT
21
Factor 2. Historical Contract Non-Performance
Documentation
Criteria
Required
Tenderer
Sub-Factor
Joint Venture (existing or intended)
Requirement Single
All members Each member At least one
Entity
combined member
2.1 History of non- Non-performance1 of a contract did not occur within the last Must meet N / A Must meet N / A Form CON - 2
performing contracts Three (3) years prior to the deadline for application submission, requirement requirement2
based on all information on fully settled disputes or litigation. A by itself or as
fully settled dispute or litigation is one that has been resolved in member to
accordance with the Dispute Resolution Mechanism under the past or
respective contract, and where all appeal instances available to existing JV
the Tenderer have been exhausted.
2.2 Suspension Not under suspension based on execution of a Tender Securing Must meet Must meet Must meet Must meet Form of Tender
Declaration or Proposal Securing Declaration pursuant to ITT requirement requirement requirement requirement
2.2 Pending Litigation Tender’s financial position and prospective long-term profitability Must meet N / A Must meet N / A Form CON – 2
still sound according to criteria established below and assuming requirement requirement
that all pending litigation will be resolved against the Tenderer
1
Nonperformance, as decided by the Procuring Entity, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective
contract, and (b) contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts where Procuring Entitys decision was overruled by the dispute resolution mechanism.
Nonperformance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all
appeal instances available to the Tenderer have been exhausted.
2 This requirement also applies to contracts executed by the Tenderer as JV member.
22
Factor 2. Historical Contract Non-Performance
Documentation
Criteria
Required
Tenderer
Sub-Factor
Joint Venture (existing or intended)
Requirement Single
All members Each member At least one
Entity
combined member
2.3 Litigation History No consistent history of court/arbitral award decisions against Must meet Must meet Must meet N/A Form CON – 2
the Tenderer3since 1st January [insert year] requirement requirement requirement
Factor 3 Financial Situation
Criteria Documentation Required
Tenderer
Sub-Factor Joint Venture (existing or intended)
Requirement
Single Entity All members At least one
Each member
combined member
3.1 Financial Submission of audited balance sheets or if not Must meet N / A Must meet N / A Form FIN – 3.1 with
Capabilities required by the law of the Tenderer’s Country, requirement requirement attachments
other financial statements acceptable to the
Procuring Entity, for the last Three [3] years to
demonstrate the current soundness of the
3
The Tenderer shall provide accurate information on the related Tender Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years. A consistent history of awards
against the Tenderer or any member of a joint venture may result in failure of the Tender.
23
Factor 2. Historical Contract Non-Performance
Documentation
Criteria
Required
Tenderer
Sub-Factor
Joint Venture (existing or intended)
Requirement Single
All members Each member At least one
Entity
combined member
Tenderers financial position and its
prospective long-term profitability.
3.2 Average Annual Minimum average annual turnover in _ _ Must meet Must meet Must meet Must meet Form FIN –3.2
Turnover [insert the appropriate sector] of requirement requirement ___ _ _ ___ _ _
___ _ _ __ _ , calculated as total percent percent
certified payments received for contracts in (_____%) of the (_____%) of
progress or completed, within the last_ ( requirement the
) years requirement
3.3 Financial The Tenderer must demonstrate access to, or Must meet Must meet Must meet Must meet Form FIN –3.3
Resources availability of, financial resources such as requirement requirement ___ _ _ ___ _ _
liquid assets, unencumbered real assets, lines percent percent
of credit, and other financial means, other than (_____%) of the (_____%) of
any contractual advance payments to meet: requirement the
(i) the following cash-flow requirement: requirement
24
Factor 2. Historical Contract Non-Performance
Documentation
Criteria
Required
Tenderer
Sub-Factor
Joint Venture (existing or intended)
Requirement Single
All members Each member At least one
Entity
combined member
………………………………
and
(ii) the overall cash flow requirements for this
contract and its current commitments.
25
Factor 4 Experience
Criteria
Tenderer
Documentation
Sub-Factor Joint Venture (existing or intended)
Requirement Required
Single Entity All members Each
At least one member
combined member
4.1 General Experience in [insert appropriate sector] under Must meet N / A Must meet N / A Form EXP-4.1
Experience contracts in the role of contractor, subcontractor, requirement requiremen
or management contractor for at least the last t
[insert number of years] years starting 1st January
[insert year].
4.2(a)Specific (a)Participation as contractor, joint venture Must meet Must meet N / A Must meet the following requirements for Form EXP 4.2(a)
Experience member 4 , management contractor, or requirement requirements6 the key activities listed below [list key
subcontractor, in at least _ ________ (_ ) activities and the corresponding minimum
contracts within the last _ _ __ (___) years, requirements to be met by one member
each with a value of at least ____________ (_ ), otherwise state: “N/A”]
that have been successfully and
substantially5completed and that are similar to the
proposed Plant and Installation Services.
The similarity of the contracts shall be based on
the following: [Based on Section VII, Scope of
4
For contracts under which the Tenderer participated as a joint venture member or sub-contractor, only the Tenderer’s share, by value, shall be considered to meet this requirement
5 Substantial completion shall be based on 80% or more plant and installation completed under the contract.
6 In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each
member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the number of contracts completed by all members each
of value equal or more than the minimum value required shall be aggregated.
26
Factor 4 Experience
Criteria
Tenderer
Documentation
Sub-Factor Joint Venture (existing or intended)
Requirement Required
Single Entity All members Each
At least one member
combined member
Works, specify the minimum key requirements in
terms of physical size, complexity, construction
method, technology and/or other characteristics
Indicate, if any, of this key requirement may also
be met through a specialized subcontractor.
4.2(b) (b) For the above or other contracts Must meet Must meet N / A Must meet the following requirements for Form EXP-4.2(b)
Specific executed during the period stipulated in requirements requirements7 key activities listed below [if applicable,
Experience 4.2(a) above, a minimum experience in the out of the key activities in the first column
following key activities: of this 4.2 b), list key activities (volume,
…. number or rate of production as
Indicate, if any, of this key requirement may also applicable) and the corresponding
be met through a specialized subcontractor. minimum requirements that have to be
met by one member, otherwise this cell
should state: “N/A”.]
Note: [For Multiple lots (contracts) specify financial and experience criteria for each lot under Sub-Factors 3.1, 3.2, 4.2(a) and 4.2(b)]
7
In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each member
shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the number of contracts completed by all members each of value
equal or more than the minimum value required shall be aggregated.
27
9 Personnel
The Tenderer must demonstrate that it will have the personnel for the key positions that meet the following
requirements:
Total Work
In Similar Works
Similar
No. Position Experience
Experience
(years)
(years)
1
2
3
…
The Tenderer shall provide details of the proposed personnel and their experience records in the relevant
Forms included in Section IV, Tendering Forms.
10. Equipment
The Tenderer must demonstrate that it will have access to the key Contractor's equipment listed hereafter:
The Tenderer shall provide further details of proposed items of equipment using the relevant Form in Section
IV.
11. Subcontractors
Subcontractors/ manufacturers for the following major items of supply or services ('Specialized
Subcontractors') must meet the following minimum criteria, here in listed for that item:
Item
Description of Item Minimum Criteria to be met
No.
1
2
3
…
28
Failure to comply with this requirement will result in rejection of the subcontractor.
In the case of a Tenderer who offers to supply and install major items of supply under the contract that
the Tenderer did not manufacture or otherwise produce, the Tenderer shall provide the manufacturer's
authorization, using the form provided in Section IV, showing that the Tenderer has been duly authorized
by the manufacturer or producer of the related plant and equipment or component to supply and install
that item Kenya. The Tenderer is responsible for ensuring that the manufacturer or producer complies
with the requirements of ITT 4 and 5 and meets the minimum criteria listed above for that item.
29
FORM OF TENDER
30
PO Box 22433-00100,
Nairobi.
MUSHIMI LIMITED Email: [email protected]
Tel. +254729138545
FORM OF TENDER
Tender Name and Identification.: CONSTRUCTION OF MHM LATRINES AND REHABILITATION OF THE
COMMUNITY BOREHOLES WITHIN KAJIADO COUNTY; 371665
a) No reservations: We have examined and have no reservations to the Tendering document, including Addenda
issued in accordance with (ITT 7);
b) Eligibility: We meet the eligibility requirements and have no conflict of interest in accordance with ITT 3;
c) Tender/ Proposal-Securing Declaration: We have not been suspended nor declared ineligible by the
Procuring Entity based on execution of a Tender Securing Declaration or Proposal-Securing Declaration in Kenya
in accordance with ITT 3.6;
d) Conformity: We offer to provide design, supply and installation services in conformity with the Tendering
document of the following: CONSTRUCTION OF MHM LATRINES AND REHABILITATION OF THE COMMUNITY
BOREHOLES WITHIN KAJIADO COUNTY.
e) Tender Price: The total price of our Tender, excluding any discounts offered in item (f) below is:
Option1, in case of one lot: Total price is: N/A
Or
Option 2 incase of Multiple lots:
a) Total price of each lot 1: SOLARIZATION & EQUIPPING OF BOREHOLES
Total Amount is in figures KSHS 4,130,122.00
Total Amount in Words FOUR MILLION ONE HUNDRED AND THIRTY THOUSAND ONE HUNDRED AND
TWENTY-TWO ONLY.
Total price of each lot 2: CIVIL WORKS AND PIPING FOR OLTUROTO BOREHOLE
Total Amount is in figures KSHS 5,802,876.80
Total Amount in Words FIVE MILLION EIGHT HUNDRED AND TWO THOUSAND EIGHT HUNDRED AND
SEVENTY-SIX AND EIGHTY CENTS ONLY.
Total price of each lot 3: CIVIL WORKS AND PIPING FOR OLOPINYO BOREHOLE
Total Amount is in figures KSHS 3,460,993.40
Total Amount in Words THREE MILLION FOUR HUNDRED AND SIXTY THOUSAND NINE HUNDRED AND
NINETY-THREE AND FORTY CENTS ONLY
Total price of each lot 4: CIVIL WORKS AND PIPING FOR ILEMANI BOREHOLE
Total Amount is in figures KSHS 1,767,114.00
Total Amount in Words ONE MILLION SEVEN HUNDRED AND SIXTY-SEVEN THOUSAND ONE HUNDRED AND
FOURTEEN ONLY. 31
Total price of each lot 5: CONSTRUCTION OF MHM LATRINES & BURNING CHAMBERS
Total Amount is in figures KSHS 3,893,888.00
Total Amount in Words THREE MILLION EIGHT HUNDRED AND NINETY-THREE THOUSAND EIGHT HUNDRED
AND EIGHTY-EIGHT ONLY
f) Discounts: The discounts offered and the methodology for their application are: NONE
i) The discounts offered are: N/A
ii) The exact method of calculations to determine the net price after application of discounts is shown below: N/A
g) Tender Validity Period: Our Tender shall be valid for the period specified in TDS 19.1 (as amended if
applicable) from the date fixed for the Tender submission deadline specified in TDS 23.1 (as amended if
applicable), and it shall remain binding upon us and may be accepted at any time before the expiration of that
period;
h) Performance Security: If our Tender is accepted; we commit to obtain a Performance Security in accordance
with the Tendering document;
i) One Tender Per Tenderer: We are not submitting any other Tender (s) as an individual Tenderer, and we are
not participating in any other Tender (s) as a Joint Venture member, and meet the requirements of ITT 3.9, other
than alternative Tenders submitted in accordance with ITT 12;
j) Suspension and Debarment: We, along with any of our subcontractors, suppliers, consultants,
manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any
entity or individual that is subject to, a temporary suspension. Further, we are not ineligible under the Kenya
laws or official regulations or pursuant to a decision of the United Nations Security Council;
l) Commissions, gratuities and fees: We have paid, or will pay the following commissions, gratuities, or fees
with respect to the Tendering process or execution of the Contract: NONE
m) Binding Contract: We understand that this Tender, together with your written acceptance thereof included
in your Form of Acceptance, shall constitute a binding contract between us, until a formal contract is prepared
and executed;
n) Procuring Entity Not Bound to Accept: We understand that you are not bound to accept the lowest
evaluated cost Tender, the Best Evaluated Tender or any other Tender that you may receive; and
o) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no person acting for us or
on our behalf engages in any type of Fraud and Corruption.
p) Collusive practices: We hereby certify and confirm that the tender is genuine, non-collusive and made with
the intention of accepting the contract if awarded. To this effect we have signed the “Certificate of Independent
tender Determination” attached below.
32
q) Code of Ethical Conduct: We undertake to adhere by the Code of Ethical Conduct for Persons Participating
in Public Procurement and Asset Disposal Activities in Kenya, copy available from www.ppra.go.ke during the
procurement process and the execution of any resulting contract.
r) We, the Tenderer, have fully completed and signed the following Forms as part of our Tender:
a) Tenderer’s Eligibility; Confidential Business Questionnaire – to establish we are not in any conflict to
interest.
b) Certificate of Independent Tender Determination – to declare that we completed the tender without
colluding with other tenderers.
c) Self-Declaration of the Tenderer – to declare that we will, if awarded a contract, not engage in any form of
fraud and corruption.
d) declaration and commitment to the code of ethics for Persons Participating in Public Procurement and
Asset Disposal Activities in Kenya,
Further, we confirm that we have read and understood the full content and scope of fraud and corruption as informed
in “Appendix 1- Fraud and Corruption” attached to the Form of Tender
Name of the Tenderer: MUSHIMI LIMITED
Name of the person duly authorized to sign the Tender on behalf of the Tenderer: NOAH CHIULI KAEMBA
MAURICE
33
TENDERER'S ELIGIBILITY - CONFIDENTIAL BUSINESS QUESTIONNAIRE
Instruction to Tenderer
Tender is instructed to complete the particulars required in this Form, one form for each entity if Tender is a JV.
Tenderer is further reminded that it is an offence to give false information on this Form.
a) Tenderer’s details
ITEM DESCRIPTION
1 Name of the contracting authority PASTORALIST COMMUNITY INITIATIVE
AND DEVELOPMENT ASSISTANCE
(PACIDA)
2 Reference Number of the Tender 371665
3 Date and Time of Tender Opening 25th July, 2024 AT 1400HRS
Citizenship
35
Type of Conflict Disclosure If YES provide details of the
YES OR NO relationship with Tenderer
Tender Document.
7 Tenderer has a close business or family relationship NO N/A
with a professional staff of the Procuring Entity who
are directly or indirectly involved in the preparation of
the Tender document or specifications of the
Contract, and/or the Tender evaluation process of
such contract.
8 Tenderer has a close business or family relationship NO N/A
with a professional staff of the Procuring Entity who
would be involved in the implementation or
supervision of the such Contract.
9 Has the conflict stemming from such relationship NO N/A
stated in item 7 and 8 above been resolved in a
manner acceptable to the Procuring Entity throughout
the tendering process and execution of the Contract.
f) Certification
On behalf of the Tenderer, I certify that the information given above is complete, current and accurate as at the date
of submission.
(Signature) (Date)
36
CERTIFICATE OF INDEPENDENT TENDER DETERMINATION
I, the under signed, in submitting the accompanying Letter of Tender to the PASTORALIST COMMUNITY INITIATIVE
AND DEVELOPMENT ASSISTANCE (PACIDA) for: CONSTRUCTION OF MHM LATRINES AND
REHABILITATION OF THE COMMUNITY BOREHOLES WITHIN KAJIADO COUNTY; 371665 in response to the
request for tenders made by: MUSHIMI LIMITED do here by make the following statements that I certify to be true and
complete in every respect:
2. I understand that the Tender will be disqualified if this Certificate is found not to be true and complete in every
respect;
3. I am the authorized representative of the Tenderer with authority to sign this Certificate, and to submit the
Tender on behalf of the Tenderer;
4. For the purposes of this Certificate and the Tender, I understand that the word “competitor” shall include any
individual or organization, other than the Tenderer, whether or not affiliated with the Tenderer, who:
a) Has been requested to submit a Tender in response to this request for tenders;
b) could potentially submit a tender in response to this request for tenders, based on their qualifications,
abilities or experience;
6. In particular, without limiting the generality of paragraphs (5) (a) or (5) (b) above, there has been no
consultation, communication, agreement or arrangement with any competitor regarding:
a) prices;
b) methods, factors or formulas used to calculate prices;
c) the intention or decision to submit, or not to submit, a tender; or
d) the submission of a tender which does not meet the specifications of the request for Tenders; except as
specifically disclosed pursuant to paragraph (5) (b) above;
7. In addition, there has been no consultation, communication, agreement or arrangement with any competitor
regarding the quality, quantity, specifications or delivery particulars of the works or services to which this
request for tenders relates, except as specifically authorized by the procuring authority or as specifically
disclosed pursuant to paragraph (5) (b) above;
8. The terms of the Tender have not been, and will not be, knowingly disclosed by the Tenderer, directly or
indirectly, to any competitor, prior to the date and time of the official tender opening, or of the awarding of the
Contract, whichever comes first, unless otherwise required by law or as specifically disclosed pursuant to
paragraph (5) (b) above.
FORM SD1
SELF DECLARATION THAT THE PERSON /TENDERER IS NOT DEBARRED IN THE MATTER OF THE PUBLIC
PROCUREMENT AND ASSET DISPOSAL ACT 2015.
I, NOAH CHIULI KHAEMBA MAURICE, of Post Office Box 22433-00100 being a resident of NAIROBI in the Republic of
KENYA do hereby make a statement as follows: -
1. THAT I am the Managing Director of MUSHIMI LIMITED who is a Bidder in respect of Tender No. 371665 for
CONSTRUCTION OF MHM LATRINES AND REHABILITATION OF THE COMMUNITY BOREHOLES WITHIN
KAJIADO COUNTY for PASTORALIST COMMUNITY INITIATIVE AND DEVELOPMENT ASSISTANCE (PACIDA)
and duly authorized and competent to make this statement.
2. THAT the afore said Bidder, its directors and subcontractors have not been debarred from participating in
procurement proceeding under Part IV of the Act.
3. THAT what is deponed to here in above is true to the best of my knowledge, information and belief.
38
FORM SD2
SELF DECLARATION THAT THE PERSON/TENDERER WILL NOT ENGAGE IN ANY CORRUPT OR
FRAUDULENT PRACTICE.
I, NOAH CHIULI KHAEMBA MAURICE of P. O. Box 22433-00100 being a resident of NAIROBI in the Republic of
KENYA do hereby make a statement as follows: -
1. THAT I am the Managing Director of MUSHIMI LIMITED who is a Bidder in respect of Tender No.
371665 for CONSTRUCTION OF MHM LATRINES AND REHABILITATION OF THE COMMUNITY
BOREHOLES WITHIN KAJIADO COUNTY for PASTORALIST COMMUNITY INITIATIVE AND
DEVELOPMENT ASSISTANCE (PACIDA) and duly authorized and competent to make this statement.
2. THAT the afore said Bidder, its servants and/ or agents/ subcontractors will not engage in any corrupt or
fraudulent practice and has not been requested to pay any inducement to any member of the Board,
Management, Staff and/or employees and/or agents of PASTORALIST COMMUNITY INITIATIVE AND
DEVELOPMENT ASSISTANCE (PACIDA) which is the procuring entity.
3. THAT the aforesaid Bidder, its servants and/ or agents/ subcontractor shave not offered any inducement to any
member of the Board, Management, Staff and/ or employees and/ or agents of PASTORALIST
COMMUNITY INITIATIVE AND DEVELOPMENT ASSISTANCE (PACIDA) .
4. THAT the aforesaid Bidder will not engage/ has not engaged in any corrosive practice with other bidders
participating in the subject tender.
5. THAT what is deponed to here in above is true to the best of my knowledge information and belief.
39
DECLARATION AND COMMITMENT TO THE CODE OF ETHICS
I, NOAH CHIULI KHAEMBA MAURICE on behalf of MUSHIMI LIMITED declare that I have read and
fully understood the contents of the Public Procurement & Asset Disposal Act, 2015, Regulations and the Code of
Ethics for persons participating in Public Procurement and Asset Disposal and my responsibilities under the Code.
I do hereby commit to abide by the provisions of the Code of Ethics for persons participating in Public Procurement
and Asset Disposal.
Sign......................................................................................................................... ................
E-mail [email protected]
Witness
Sign......................................................................................................................... .........................................................
40
SCHEDULE OF RATES AND PRICES
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad
CIP
(1) (2) (3) (1) x (3)
41
Country of Origin Declaration Form
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within Kenya
Item Description Qty. EXW Unit Price1 EXW Total Price1
(1) (2) (1) x (2)
Signature _ _ _ _ _ _ _ __ __
42 42
Schedule No. 5. Grand Summary
Item Description Total Price1
Foreign Local
1Specify currency in accordance with ITT 18. Create and use as many columns for Foreign Currency requirement
as there are foreign currencies
Price Adjustment
43 43
Where the Contract Period (excluding the Defects Liability Period) exceeds eighteen (18) months, it is normal
procedure that prices payable to the Contractor shall be subject to adjustment during the performance of the Contract
to reflect changes occurring in the cost of labor and material components. In such cases the Tendering document
shall include in this form a formula of the following general type, pursuant to SCC Sub-Clause11.2.
Where Contracts are of a shorter duration than eighteen (18) months or in cases where there is to be no Price
Adjustment, the following provision shall not be included. Instead, it shall be indicated under this form that the prices
are to remain firm and fixed for the duration of the Contract.
1Specify currency in accordance with ITT 18. Create and use as many columns for Foreign Currency requirement as
there are foreign currencies
44 44
Conditions Applicable to Price Adjustment
The Tenderer shall indicate the source of labor, source of exchange rate and materials indices and the base date
indices in its Tender.
The base date shall be the date thirty (30) days prior to the Tender closing date.
The date of adjustment shall be the mid-point of the period of manufacture or installation of component or Plant.
The following conditions shall apply:
(a) No price increase will be allowed beyond the original delivery date unless covered by an extension of time
awarded by the Procuring Entity under the terms of the Contract. No price increase will be allowed for periods
of delay for which the Contractor is responsible. The Procuring Entity will, however, be entitled to any price
decrease occurring during such periods of delay.
(b) If the currency in which the Contract price, P0, is expressed is different from the currency of the country of
origin of the labor and/or materials indices, a correction factor will be applied to avoid incorrect adjustments of
the Contract price. The correction factor shall be: Z0/Z1, where,
Z0=the number of units of currency of the origin of the indices which equal to one unit of the currency of the
Contract Price P0 on the Base date, and
Z1=the number of units of currency of the origin of the indices which equal to one unit of the currency of the
Contract Price P0 on the Date of Adjustment.
(c) No price adjustment shall be payable on the portion of the Contract price paid to the Contractor as an advance
payment.
45 45
TECHNICAL PROPOSAL
- Site Organization
- Method Statement
- Mobilization Schedule
- Construction Schedule
- Plant
- Contractor's Equipment
- Personnel
- Others
46 46
SITE ORGANIZATION
Construction of MHM latrines and rehabilitation of the community boreholes within kajiado county.
Actual site organization (location of respective infrastructure) within the compound shall be done participatorily among the
community, contractor/service provider and the project engineers both from KWAHO and the County Government
department of water and Natural resources to ensure efficiency, economy and convenience of the entire system.
47 47
METHOD STATEMENT
48 48
MOBILIZATION SCHEDULE
49 49
CONSTRUCTION SCHEDULE
50 50
Contractor's Equipment Form
EQU.
The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key Contractor's equipment A separate Form shall be prepared for each item of equipment listed,
or for alternative equipment proposed by the Tenderer.
Equipment Name of manufacturer DRILLING RIGS Model and power rating 500T RATING
information 5759
Capacity Year of manufacture 2013
Functional Guarantees
The Tenderer shall copy in the left column of the table below, the identification of each functional guarantee required
in the Specification and stated by the Procuring Entity in para.1.2 (c) of Section III, Evaluation and Qualification Criteria,
and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and
equipment.
Required Functional Guarantee Value of Functional Guarantee of the Proposed Plant and Equipment
1.
2.
3.
…
51 51
Contractor's Equipment Form
EQU.
The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key Contractor's equipment A separate Form shall be prepared for each item of equipment listed,
or for alternative equipment proposed by the Tenderer.
Equipment Name of manufacturer ISUZU Model and power rating FRR RATING
information 8226
Capacity 30T Year of manufacture 2017
Functional Guarantees
The Tenderer shall copy in the left column of the table below, the identification of each functional guarantee required
in the Specification and stated by the Procuring Entity in para.1.2 (c) of Section III, Evaluation and Qualification Criteria,
and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and
equipment.
Required Functional Guarantee Value of Functional Guarantee of the Proposed Plant and Equipment
1.
2.
3.
…
52 52
Contractor's Equipment Form
EQU.
The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key Contractor's equipment A separate Form shall be prepared for each item of equipment listed,
or for alternative equipment proposed by the Tenderer.
Equipment Name of manufacturer ISUZU Model and power rating FVZ RATING
information 9839
Capacity 12T Year of manufacture 2018
Functional Guarantees
The Tenderer shall copy in the left column of the table below, the identification of each functional guarantee required
in the Specification and stated by the Procuring Entity in para.1.2 (c) of Section III, Evaluation and Qualification Criteria,
and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and
equipment.
Required Functional Guarantee Value of Functional Guarantee of the Proposed Plant and Equipment
1.
2.
3.
…
53 53
Contractor's Equipment Form
EQU.
The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key Contractor's equipment A separate Form shall be prepared for each item of equipment listed,
or for alternative equipment proposed by the Tenderer.
Functional Guarantees
The Tenderer shall copy in the left column of the table below, the identification of each functional guarantee required
in the Specification and stated by the Procuring Entity in para.1.2 (c) of Section III, Evaluation and Qualification Criteria,
and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and
equipment.
Required Functional Guarantee Value of Functional Guarantee of the Proposed Plant and Equipment
1.
2.
3.
…
54 54
Contractor's Equipment Form
EQU.
The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key Contractor's equipment A separate Form shall be prepared for each item of equipment listed,
or for alternative equipment proposed by the Tenderer.
Equipment Name of manufacturer GNSS Model and power rating GNSSRTK S500
information
Capacity Year of manufacture 2023
Functional Guarantees
The Tenderer shall copy in the left column of the table below, the identification of each functional guarantee required
in the Specification and stated by the Procuring Entity in para.1.2 (c) of Section III, Evaluation and Qualification Criteria,
and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and
equipment.
Required Functional Guarantee Value of Functional Guarantee of the Proposed Plant and Equipment
1.
2.
3.
…
55 55
Contractor's Equipment Form
EQU.
The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key Contractor's equipment A separate Form shall be prepared for each item of equipment listed,
or for alternative equipment proposed by the Tenderer.
Functional Guarantees
The Tenderer shall copy in the left column of the table below, the identification of each functional guarantee required
in the Specification and stated by the Procuring Entity in para.1.2 (c) of Section III, Evaluation and Qualification Criteria,
and in the right column, provide the corresponding value for each functional guarantee of the proposed plant and
equipment.
Required Functional Guarantee Value of Functional Guarantee of the Proposed Plant and Equipment
1.
2.
3.
…
56 56
Personnel
Tenderers should provide the names of suitably qualified personnel to meet the specified requirements stated in Section.
The data on their experience should be supplied using the Form below for each candidate.
Summarize professional experience over the last 20 years, in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.
The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated.
Tenderers are free to propose more than one for each item
58 58
SECTION: E. Fraud and Corruption
6.1 The Procuring Entity requires compliance with the provisions of the Public Procurement and Asset Disposal Act,
2015, Section 62 as set forth in Section ” Declaration not to engage in corruption”. The tender submitted by
a person shall include a declaration that the person shall not engage in any corrupt or fraudulent practice and a
declaration that the person or his or her sub-contractors are not debarred from participating in public
procurement proceedings.
6.2 Tenderers shall permit and shall cause their agents (where declared or not), subcontractors, sub-consultants,
service providers, suppliers, and their personnel, to permit the PPRA to inspect all accounts, records and other
documents relating to any initial selection process, prequalification process, tender submission, proposal
submission, and contract performance (in the case of award), and to have them audited by auditors appointed
by the PPRA.
1. Definitions
1.1 The following words and expressions shall have the meanings here by assigned to them:
“Contract” means the Contract Agreement entered into between the Procuring Entity and the Contractor,
together with the Contract Documents referred to there in; they shall constitute the Contract, and the term “the
Contract” shall in all such documents be construed accordingly.
“Contract Documents” means the documents listed in Article 1.1 (Contract Documents) of the Contract
Agreement (including any amendments thereto).
“GCC” means the General Conditions of Contract hereof. “SCC” means the Special Conditions of Contract.
“day” means calendar day. “year” means 365 days. “month” means calendar month.
“Party” means the Procuring Entity or the Contractor, as the context requires, and “Parties” means both of them.
“Procuring Entity” means the public entity named as such in the SCC and includes the legal successors or
permitted assigns of the Procuring Entity.
“Project Manager” means the person appointed by the Procuring Entity in the manner provided in GCC Sub-
Clause 17.1 (Project Manager) hereof and named as such in the SCC to perform the duties delegated by the
Procuring Entity.
“Contractor” means the person(s) whose Tender to perform the Contract has been accepted by the Procuring
Entity and is named as Contractor in the Contract Agreement, and includes the legal successors or permitted
assigns of the Contractor.
“Contractor's Representative” means any person nominated by the Contractor and approved by the Procuring
Entity in the manner provided in GCC Sub-Clause 17.2 (Contractor's Representative and Construction
Manager) here of to perform the duties delegated by the Contractor.
“Construction Manager” means the person appointed by the Contractor's Representative in the manner
provided in GCC Sub-Clause 17.2.4.
“Subcontractor,” including manufacturers, means any person to whom execution of any part of the Facilities,
including preparation of any design or supply of any Plant, is sub-contracted directly or indirectly by the
Contractor, and includes its legal successors or permitted assigns.
59 59
“Dispute Board” (DB) means the person or persons named as such in the SCC appointed by agreement
between the Procuring Entity and the Contractor to make a decision with respect to any dispute or difference
between the Procuring Entity and the Contractor referred to him or her by the Parties pursuant to GCC Sub-
Clause 46.1 (Dispute Board) hereof.
“Contract Price” means the sum specified in Article 2.1 (Contract Price) of the Contract Agreement, subject to
such additions and adjustments there to or deductions there from, as may be made pursuant to the Contract.
“Facilities” means the Plant to be supplied and installed, as well as all the Installation Services to be carried
out by the Contractor under the Contract.
“Plant” means permanent plant, equipment, machinery, apparatus, materials, articles and things of all kinds to
be provided and incorporated in the Facilities by the Contractor under the Contract (including the spare parts
to be supplied by the Contractor under GCC Sub-Clause7.3 here of), but does not include Contractor's
Equipment.
60 60
“Installation Services” means all those services ancillary to the supply of the Plant for the Facilities, to be
provided by the Contractor under the Contract, such as transportation and provision of marine or other similar
insurance, inspection, expediting, site preparation works (including the provision and use of Contractor's
Equipment and the supply of all construction materials required), installation, testing, pre-commissioning,
commissioning, operations, maintenance, the provision of operations and maintenance manuals, training,
etc…as the case may require.
“Contractor's Equipment” means all facilities, equipment, machinery, tools, apparatus, appliances or things of
every kind required in or for installation, completion and maintenance of Facilities that are to be provided by
the Contractor, but does not include Plant, or other things intended to form or forming part of the Facilities.
“Country of Origin” means the countries and territories eligible as elaborated in the SCC.
“Site” means the land and other places upon which the Facilities are to be installed, and such other land or
places as may be specified in the Contract as forming part of the Site.
“Effective Date” means the date of fulfillment of all conditions stated in Article 3 (Effective Date) of the Contract
Agreement, from which the Time for Completion shall be counted.
“Time for Completion” means the time within which Completion of the Facilities as a whole (or of a part of the
Facilities where a separate Time for Completion of such part has been prescribed) is to be attained, as referred
to in GCC Clause8 and in accordance with the relevant provisions of the Contract.
“Completion” means that the Facilities (or a specific part thereof where specific parts are specified in the
Contract) have been completed operationally and structurally and put in a tight and clean condition, that all
work in respect of Pre-commissioning of the Facilities or such specific part thereof has been completed, and
that the Facilities or specific part thereof are ready for Commissioning as provided in GCC Clause 24
(Completion) hereof.
“Pre-commissioning” means the testing, checking and other requirements specified in the Procuring Entity's
Requirements that are to be carried out by the Contractor in preparation for Commissioning as provided in
GCC Clause24 (Completion) hereof.
“Commissioning” means operation of the Facilities or any part thereof by the Contractor following Completion,
which operation is to be carried out by the Contractor as provided in GCC Sub-Clause 25.1 (Commissioning)
hereof, for the purpose of carrying out Guarantee Test(s).
“Guarantee Test(s)” means the test(s) specified in the Procuring Entity's Requirements to be carried out to
ascertain whether the Facilities or a specified part thereof is able to attain the Functional Guarantees specified
in the Appendix to the Contract Agreement titled Functional Guarantees, in accordance with the provisions of
GCC Sub-Clause25.2 (Guarantee Test) hereof.
“Operational Acceptance” means the acceptance by the Procuring Entity of the Facilities (or any part of the
Facilities where the Contract provides for acceptance of the Facilities in parts), which certifies the Contractor's
fulfillment of the Contract in respect of Functional Guarantees of the Facilities (or the relevant part thereof) in
accordance with the provisions of GCC Clause 28 (Functional Guarantees) hereof and shall include deemed
acceptance in accordance with GCC Clause 25 (Commissioning and Operational Acceptance) hereof.
“Defect Liability Period” means the period of validity of the warranties given by the Contractor commencing at
Completion of the Facilities or a part thereof, during which the Contractor is responsible for defects with respect
to the Facilities (or the relevant part thereof) as provided in GCC Clause 27(Defect Liability) hereof.
“Notice of Dissatisfaction” means the notice given by either Party to the other under Sub-Clause 46.4 indicating
its dissatisfaction and intention to commence arbitration.
61 61
SECTION: G. SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a
conflict, the provisions herein shall prevail over those in the General Conditions.
Special Conditions of Contract (SCC)
The following Special Conditions (SCC) shall supplement the General Conditions (GCC). Whenever there is a conflict,
the provisions here in shall prevail over those in the GCC. The clause number of the SCC is the corresponding clause
number of the GCC.
Number of GC Amendments of, and Supplements to, Clauses in the General Conditions of Contract
Clause
SCC 1. Definitions The Procuring Entity is: Pastoralist community initiative and development assistance (PACIDA)
The Project Manager is: Ms. Amina Isako
Country of Origin: all countries and territories as indicated in Section V of the Tendering document,
Eligible Countries.
SCC 5. Law and SCC 5.1 The Contract shall be interpreted in accordance with the laws of Kenya
Language SCC 5.2 The ruling language is: _English
SCC 5.3 The language for communications is: _English
SCC 7. Scope of SCC 7.3 The Contractor agrees to supply spare parts for a period of years: one (1) year
Facilities [Spare The Contractor shall carry sufficient inventories to ensure an ex-stock supply of consumable
Parts] (GCC Clause spares for the Plant. Other spare parts and components shall be supplied as promptly as possible,
7)
but at the most within six (6) months of placing the order and opening the Form of credit. In
addition, in the event of termination of the production of spare parts, advance notification will be
made to the Procuring Entity of the pending termination, with sufficient time to permit the Procuring
Entity to procure the needed requirement. Following such termination, the Contractor will furnish
to the extent possible and at no cost to the Procuring Entity the blueprints, drawings and
specifications of the spare parts, if requested.
SCC 8. Time for SCC 8.1 The Contractor shall commence work on the Facilities within 14 days from signing
Commencement of date of the Contract Agreement.
and Completion SCC 8.2 The Time for Completion of the whole of the Facilities shall be as agreed in the
Contract Agreement.
SCC 13. Securities SCC 13.3.1 The amount of Performance Security, as a percentage of the Contract Price for the
Facility or for the part of the Facility for which a separate Time for Completion is provided, shall
be: 10%
SCC 13.3.2 The Performance Security shall be in the form of the Bank Guarantee attached hereto
in Section X, Contract Forms.
62 62
Number of GC Amendments of, and Supplements to, Clauses in the General Conditions of Contract
Clause
SCC 13.3.3 The Performance Security shall not be reduced on the date of the Operational
Acceptance.
SCC 13.3.3 The Performance Security shall be reduced to ten percent (10%) of the value of the
component covered by the extended defect liability to cover the Contractor’s extended defect
liability in accordance with the provision in the SCC, pursuant to GCC Sub-Clause 27.10.
SCC 25.
Commissioning SCC 25.2.2. The Guarantee Test of the Facilities shall be successfully completed at least three
and Operational (3) Months from the date of Completion.
Acceptance
SCC 26. SCC 26.2
Completion Time Applicable rate for liquidated damages: _ _ _ _ _ _ __ _ _
Guarantee The above rate applies to the price of the part of the Facilities, as quoted in the Price Schedule,
for that part for which the Contractor fails to achieve Completion within the particular Time for
Completion.
Maximum deduction for liquidated damages: _ __ _ _ _ _ _ _ __
SCC 26.3 Applicable (amount or rate) for the bonus for early Completion: Not Applicable
Maximum bonus:
SCC 26.3 No bonus will be given for earlier Completion of the Facilities or part thereof.
SCC 27. Defect SCC 27.10 The critical components covered under the defect liability is construction of MHM
Liability latrines and rehabilitation of the community boreholes within Kajiado County and the period shall
be Six (6) months from initial guarantee test liability period
SCC 39. Value SCC 39.1.2 If the value engineering proposal is approved by the Procuring Entity the amount to
Engineering be paid to the Contractor shall be _ % (insert appropriate percentage. The percentage is
normally up to 50%) of the reduction in the Contract Price
SCC 46.4(a)(ii) [Insert rules of arbitration if different from those of the International Chamber of Commerce]-NOT
Arbitration APPLICABLE
LETTER OF AWARD
To:
This is to notify you that your Tender dated for execution of the for the Contract
Price in the aggregate of , as corrected and modified in accordance with
the Instructions to Tenderers is hereby accepted by our Agency.
63 63
You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract,
using for that purpose one of the Performance Security Forms included in Section X, - Contract Forms, of the Tendering
document.
64 64
1. CONTRACT AGREEMENT
WHEREAS the Procuring Entity desires to engage the Contractor to design, manufacture, test, deliver, install,
complete and commission certain Facilities, viz. (“the Facilities”), and the Contractor has
agreed to such engagement upon and subject to the terms and conditions herein after appearing.
The following documents shall constitute the Contract between the Procuring Entity and the Contractor, and
each shall be read and construed as an integral part of the Contract:
a) This Contract Agreement and the Appendices hereto
b) Form of Tender and Price Schedules submitted by the Contractor
c) Special Conditions of Contract
d) General Conditions of Contract
e) Specification
f) Drawings
g) Other completed Tendering forms submitted with the Tender
h) Any other documents forming part of the Procuring Entity's Requirements
i) Any other documents shall be added here
In the event of any ambiguity or conflict between the Contract Documents listed above, the order of precedence
shall be the order in which the Contract Documents are listed in Article1.1(Contract Documents) above.
1.3 Definitions (Reference GCC: SECTION F)
Capitalized words and phrases used here in shall have the same meanings as ascribed to them in the General
Conditions.
The Procuring Entity hereby agrees to pay to the Contractor the Contract Price in consideration of the performance
by the Contractor of its obligations hereunder. The Contract Price shall be the aggregate of:
……………………………...………………as specified in Price Schedule No 5 (Grand Summary),
and , , or such other sums as may be determined in accordance with
the terms and conditions of the Contract.
65 65
The terms and procedures of payment according to which the Procuring Entity will reimburse the Contractor are
given in the Appendix (Terms and Procedures of Payment) hereto.
The Procuring Entity may instruct its bank to issue an irrevocable confirmed documentary credit made available
to the Contractor in a bank in the country of the Contractor.
66 66
In the event that the amount payable under Schedule No.1 is adjusted in accordance with GCC 11.2 or with any of the
other terms of the Contract, the Procuring Entity shall arrange for the documentary credit to be amended accordingly.
The Effective Date from which the Time for Completion of the Facilities shall be counted is the date when all of
the following conditions have been fulfilled:
a) This Contract Agreement has been duly executed for and on behalf of the Procuring Entity and the
Contractor;
b) The Contractor has submitted to the Procuring Entity the Performance Security and the advance
payment guarantee;
c) The Procuring Entity has paid the Contractor the advance payment
d) The Contractor has been advised that the documentary credit referred to in Article 2.2 above has been
issued in its favor.
Each party shall use its best efforts to fulfill the above conditions for which it is responsible as soon as
practicable.
3.2 If the conditions listed under 3.1 are not fulfilled within two (2) months from the date of this Contract notification
because of reasons not attributable to the Contractor, the Parties shall discuss and agree on an equitable
adjustment to the Contract Price and the Time for Completion and/or other relevant conditions of the Contract.
4.1 The address of the Procuring Entity for notice purposes, pursuant to GCC: SECTION F.
4.2 The address of the Contractor for notice purposes, pursuant to GCC: SECTION F.
5.1 The Appendices listed in the attached List of Appendices shall be deemed to form an integral part of this
Contract Agreement.
5.2 Reference in the Contract to any Appendix shall mean the Appendices attached here to, and the Contract
shall be read and construed accordingly.
5.3 IN WITNESS WHEREOF the Procuring Entity and the Contractor have caused this Agreement to be duly
executed by their duly authorized representatives the day and year first above written.
Signed by, for and on behalf of the Procuring
Entity.....................................................................[Signature] ............................................................... [Title]
in the presence of Signed by, for and on behalf of the
Contractor..........................................................................[Signature] .......................................... [Title]
in the presence of
67 67
Form ELI 1.1
Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITT 4.1 and ITT 4.4. In case of JV,
Form of intent to form JV including a draft agreement, or JV agreement, in accordance with ITT 4.1 and ITT 11.2.
In case of state-owned enterprise or institution from Kenya, documents establishing legal and financial autonomy and
compliance with the principles of commercial law, and is not under the supervision of the Procuring Entity in accordance
with ITT 4.6.
Please note that a written authorization needs to be attached to this sheet as required by ITT
68 68
Form ELI 1.2
N/A
Address:
Telephone/Fax numbers:
Email Address:
In case of state-owned enterprise or institution from Kenya, documents establishing legal and financial autonomy
and compliance with the principles of commercial law and is not under the supervision of the Procuring Entity, in
accordance with ITT 4.6.
69 69
Form CON – 2
Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
Contract non-performance did not occur since 1st January 2016 specified in Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.1.
Contract(s) not performed since 1st January [insert year] specified in Section III, Evaluation and Qualification
Criteria, requirement 2.1
[insert year] [insert amount and Contract Identification: [indicate complete contract name/ [insert amount]
percentage] number, and any other identification]
Name of Procuring Entity: [insert full name]
NONE N/A
Address of Procuring Entity: [insert City/ street/building/floor N/A
number/room number/country]
Pending Litigation, in accordance with Section III, Evaluation and Qualification Criteria
No pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.
Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3 as indicated
below.
70 70
Year of Amount in Contract Identification Total Contract Amount
dispute dispute (currency), K Shilling
(currency) Equivalent (exchange rate)
Contract Identification: __ _ __
Name of Procuring Entity __________
Address of Procuring Entity: ___ _ __
Matter in dispute: __ _ _ _ _ N/A
Party who initiated the dispute: __
No Litigation History in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.
Litigation History in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4 as indicated
below.
[insert year] [insert Contract Identification: [indicate complete contract [insert amount]
percentage] name, number, and any other identification]
N/A
street/building/floor number/room number/country] N/A
NONE Matter in dispute: [indicate main issues in dispute]
71 71
Form CCC
Tenderers and each member to a JV should provide information on their current commitments on all contracts that have been
awarded, or for which a Form of intent or acceptance has been received, or for contracts approaching completion, but for which
an unqualified, full completion certificate has yet to be issued.
2.
3.
4.
NONE
5.
etc.
72 72
Form FIN – 3.1
Financial Situation
50,689,510.00
Total Liabilities (TL) 49,918,271.00 42,906,760.00 59,243,500.00
169,344,588.00 1
Net Worth (NW) 183,900,703.00 178,698,003.00 145,435,058.00
95,739,547.00 2.1
Current Assets (CA) 106,479,311.00 102,130,882.00 78,608,448.00
45,308,803.00
Current Liabilities 49,918,271.00 42,906,760.00 43,101,378.00
(CL)
43,684,590.67
Profits Before Taxes 42,481,666.00 35,218,395.00 53,353,711.00
(PBT)
Attached are copies of financial statements (balance sheets, including all related notes, and income statements) for the
years required above complying with the following conditions:
a) Must reflect the financial situation of the Tenderer or member to a JV, and not sister or parent companies.
b) Historic financial statements must be audited by a certified accountant.
c) Historic financial statements must be complete, including all notes to the financial statements.
d) Historic financial statements must correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).
73 73
Form FIN - 3.2
___ _ _ _ _ _ __ _ _ _ _ _ __ ___ _ _ __ _ __
*Average Kshs 625,347,282.00 625,347,282.00
Annual
Turnover
*Average annual turnover calculated as total certified payments received for work in progress or completed, divided by
the number of years specified in Section III, Evaluation Criteria, Sub-Factor 2.3.2.
Form FIN3.3
Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other
financial means, net of current commitments, available to meet the total cash flow demands of the subject contractor
contracts as indicated in Section III, Evaluation and Qualification Criteria.
Source of financing Amount (KES) equivalent)
1. CREDIT LINE 50,000,000.00
3.
4.
74 74
Form EXP 4.1
General Experience
Address:
P.O BOX 3325-40100, KISUMU
75 75
2021 Contract name: DRILLING AND EQUIPPING OF
KIANJOMA COMMUNITY BOREHOLE
_ APRIL 2021 _ OCT 2021_ _ MAIN
_ Brief Description of the Works performed by the CONTRACTOR_
Tenderer: WATER WORKS
Address:
Contract name: REHABILITATION OF ITARE
(MOGOGOSIEK-KAPLETUNDO-KAPLONG) WATER
_ JAN 2020 _ JULY 2020_ SUPPLY _ MAIN
_ CONTRACTOR
Brief Description of the Works performed by the
Tenderer: WATER WORKS
*List calendar year for years with contracts with at least nine (9) months activity per year starting with the earliest year
76 76
Form EXP –4.2(a)
Specific Experience
Amount _
58,904,365.90
KSHS
Physical size HIGHER_ _
_
Complexity _ SIMILAR _
_
Methods/Technology _ SIMILAR _
_
1|Page
77
Form EXP –4.2(a)
Specific Experience
Amount _
15,800,480.30
KSHS
Physical size SIMILAR_
Complexity _ SIMILAR _
_
Methods/Technology _ SIMILAR _
_
2|Page
78
Form EXP –4.2(a)
Specific Experience
Amount _
8,250,000.90
KSHS
Physical size SIMILAR_ _
_
Complexity _ SIMILAR _
_
Methods/Technology _ SIMILAR _
_
3|Page
79
Form EXP –4.2(b)
Information
4|Page
80
BILLS OF QUANTITIES
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
SWORN AFFIDAVIT
130
PO Box 22433-00100,
Nairobi.
MUSHIMI LIMITED Email: [email protected]
Tel. +254 720 575 846
REPUBLIC OF KENYA
IN THE MATTER OF A STATUTORY DECLARATION BY NOAH CHIULI KHAEMBA MAURICE
I, NOAH CHIULI KHAEMBA MAURICE, of Post Office Box Number 22433-00100 Nairobi, do
hereby solemnly and sincerely declare as follows:
1. THAT I am a male adult of sound mind and therefore competent to swear this Affidavit.
3. THAT I hereby acknowledge and state that none of the directors of the Company has ever been
convicted in any country for any criminal offence relating to fraud or financial impropriety.
4. THAT the Company is in good standing and there is neither a petition for bankruptcy,
insolvency and/or receivership that has been filed against it nor any ongoing litigation in that
regard.
5. THAT I hereby acknowledge and state that the Company has no claim against it for any breach
of contract, contract non-performance, wrongful or unfair dismissal, redundancy, compensation
for loss of office or any other claims or demands arising from any litigation or otherwise and
that no agreement or arrangement is outstanding under which the Company has or could have
any obligation to any person.
6. THAT the Company has not been debarred from participating in Public Procurement in Kenya
as per Section 41 of the Public Procurement and Asset Disposal Act (2015).
7. THAT the Company has not been convicted of any fraudulent and corrupt practices and will
not be engaged in any corrupt or fraudulent practice in this tender.
8. THAT the Company and its associates has no any conflict of interest with any person/persons
in the Procuring Entity.
9. THAT the company is fit and eligible to take part and bid in this tender.
10. THAT the facts declared herein being true to the best of my knowledge, being made
conscientiously believing the same to be true and in accordance with the Oaths and Statutory
Declarations Act (Chapter 15 of the Laws of Kenya).
131
PO Box 22433-00100,
Nairobi.
Email: [email protected]
Tel. +254 720 575 846
MUSHIMI LIMITED
)
SWORN at NAIROBI by the said )
) DEPONENT
NOAH CHIULI KHAEMBA MAURICE )
)
This……. day of……………….20……... )
)
BEFORE ME
132
POWER OF ATTORNEY
133
PO Box 22433-00100,
Nairobi.
Email: [email protected]
Tel. +254 720 575 846
MUSHIMI LIMITED
To sign and deliver on behalf of the Grantors, especially but without limitations the following in respect to Tender
No. 371665 for CONSTRUCTION OF MHM LATRINES AND REHABILITATION OF THE COMMUNITY
BOREHOLES WITHIN KAJIADO COUNTY-
(c) Ensure the tenderer continues to meet the minimum threshold criteria set out in the tender documents.
(d) execution of all such other documents and to do all such other things as may, at the discretions of the
Attorney be required to be signed, executed or delivered by the Grantors, or done by the Grantors in
connection with the documents described in this Power of Attorney, or be appropriate or necessary
for effectively or expeditiously carrying out the objects herein authorised; and
(e) Appointment of any substitute(s) for any and all of the above purposes and to revoke such
appointment.
The Grantors irrevocably and unconditionally undertake to indemnify the Attorney against all costs, claims,
expenses and liabilities in whichever way incurred by any of them as a result of the exercise or purported
exercise in good faith of any power conferred by this Power of Attorney.
This Power of Attorney shall be governed by the law of the Republic of Kenya.
134
PO Box 22433-00100,
Nairobi.
Email: [email protected]
MUSHIMI LIMITED Tel. +254 720 575 846
THIS POWER OF ATTORNEY SHALL REMAIN EFFECTIVE UNTIL UNLESS REVOKED EARLIER IN WRITING
IN WITNESS WHEREAS we have set and subscribed our hand (s) and seal as hereunder written on this
day of , 20
SIGNED by said )
NOAH CHIULI KHAEMBA MAURICE )
in the presence of )
)
)
Advocate )
135
MUSHIMI
LIMITED
Company
Profile
136
$oi d to
' Last
It is not the beauty of a building you should look at; its the construction of
the foundation that will stand the test of time .
Adrienne Clarkson
137
Introduction
MUSHIMI LIMITED is a limited liability company founded
by its founding Managing Director NOAH CHIULI
KHAEMBA. The Company was incorporated in Kenya 2016.
Its principal Offices are located in Nairobi.
To be the leading infrastructure To create and deliver timely value Integrity, Excellence and Client
and real estate company in our to all our stakeholders using focus.
chosen markets efficient and innovative means
138
Location and Logistics Support
Our Head office is located in Nairobi, Mama Ngina Street OUR SERVICES
and is well equipped with adequate facilities to produce all
necessary documents. The computers are well loaded with o Road construction
the latest software and the key professional staff are all
Building construction including markets and
proficient in both design and draughting software.
stadia
Mushimi Limited has the requisite technical and
Building refurbishments
financial capacity to undertake roads and building
projects. Our staff has the requisite training and o Driveways, pavements and landscaping works
experience to deliver projects in a timely and General civil works
professional manner.
139
5
Equipment
Mushimi Limited has a variety of equipment ITEM MACHINE TYPE MODEL
that is employed on projects to ensure projects
1. Tipper Ashock Leyland
are delivered in a most efficient and timely
2. Tipper Ashock Leyland
manner.
3. Tipper Ashock Leyland
Further, t h e C o m p a n y has agreements with a 4. Truck Shovel Komatsu
number of equipment leasers. The equipment are 5. Grader Caterpillar
always maintained in top-notch condition and are 6. Roller JCB
operated by well trained and experienced operators. 7. Self-loading concrete mixer Laizhou
8. Excavators XE215C
In the next table, we give a list of equipment that are
9. Back Hoe JCB 3dx
at our disposal.
140
TAX COMPLIANCE CERTIFICATE
141
For General Tax Questions
Contact KRA Call Centre
Tax Compliance Certificate Tel: +254 (020) 4999 999
Cell: +254(0711)099 999
Email: [email protected]
www.kra.go.ke
This certificate is issued on the basis of information available with the authority as at the
Caveat: certificate date mentioned above. The Authority reserves the right to withdraw the certificate if
new evidence materially alters the tax compliance status of the recipient.
Disclaimer : This certificate is system Generated and therefore does not require signature.You may confirm validity of this certificate on the
iTax Portal by using the TCC Checker.This certificate confirms your compliance status for a period of five years preceding the
date of issue. The certificate may however be with withdrawn on grounds of outstanding debt affecting periods prior to this.
142
COMPANY PIN
143
For General Tax Questions
Contact KRA Call Centre
PIN Certificate Tel: +254 (020) 4999 999
Cell: +254(0711)099 999
Email: [email protected]
www.kra.go.ke
This is to certify that taxpayer shown herein has been registered with Revenue Authority
Taxpayer Information
Registered Address
Sr. No. Tax Obligation(s) Effective From Date Effective Till Date Status
1 Income Tax - Company 16/02/2016 N.A. Active
2 Value Added Tax (VAT) 25/01/2023 N.A. Active
The above PIN must appear on all your tax invoices and correspondences with Revenue Authority. Your
accounting end month is December unless a change has been approved by the Commissioner-Domestic Taxes
Department. The status of Tax Obligation(s) with 'Dormant’ status will automatically change to 'Active' on date
mentioned in "Effective Till Date" or any transaction done during the period. This certificate shall remain in force
till further updated.
Disclaimer : This is a system generated certificate and does not require signature.
144
NCA CERTIFICATES & LICENSES
145
M/S MUSHIMI LIMITED
Category NCA4
Reg. No 79445/W/0223 Date of Issue: 11/9/2023
479325
146
M/S MUSHIMI LIMITED
is duly registered as WATER WORKS CONTRACTOR
This license is awarded for a period of ONE(1) YEAR, starting 1/8/2023 and ending 31/7/2024
479325
147
M/S MUSHIMI LIMITED
Category NCA4
Reg. No 79445/B/1122 Date of Issue: 17/8/2023
463794
148
M/S MUSHIMI LIMITED
is duly registered as BUILDING WORKS CONTRACTOR
This license is awarded for a period of ONE(1) YEAR, starting 1/8/2023 and ending 31/7/2024
463794
149
M/S MUSHIMI LIMITED
Category NCA4
Reg. No 79445/R/1122 Date of Issue: 17/8/2023
463795
150
M/S MUSHIMI LIMITED
is duly registered as ROAD WORKS CONTRACTOR
This license is awarded for a period of ONE(1) YEAR, starting 1/8/2023 and ending 31/7/2024
463795
151
M/S MUSHIMI LIMITED
Category NCA4 - Electrical Installation; Electronic; Electronic-Telecommunications PABX, intercoms and telephone wiring; Electronic-Electronic communications (public
address systems and conferences systems; Electronic-Road Communications; Electronic-Structured Cabling and computer networking Installation; Electronic-Security
Surveillance Systems (CCTV) intruder Alarm and access control systems; Lift hoists, escalators, mechanical ramps, travolators, conveyors and belt installation; Generating plants
and Control Panels; Solar Power Generation and Photovoltaic cells installations; Water Tanks, Treatment Plant and Pumping Plant; Compressed Air,Hydraulic, Lp and
Mechanical Gas installation; Installation of Uninterrupted Power supply Systems (UPS), Automatic Voltage Regulators (AVR) and Surge Protectors; Retrofitting for Improving
Energy Efficiency; Construction of Power Transmission Lines and Installation of Power Distributors Equipment;
Reg. No 79445/E/1122 Date of Issue: 17/8/2023
463796
152
M/S MUSHIMI LIMITED
is duly registered as ELECTRICAL ENGINEERING SERVICE CONTRACTOR
This license is awarded for a period of ONE(1) YEAR, starting 1/8/2023 and ending 31/7/2024
463796
153
M/S MUSHIMI LIMITED
Category NCA4 - Plumbing,Drainage and Sanitary Fittings; Refrigeration, cold rooms, Air-Conditioning and Ventilation; Kitchen and Laundry Equipment and Refuse
Disposal Systems; Boilers, Incinerators and Pressure Vessels; Solar Heating Systems; Water Tanks, Treatment Plant and Pumping Plant; Compressed Air,Hydraulic, Lp and
Mechanical Gas installation; Cranes and Hoists; Fire Engineering Services; Health club facilities; Borehole equipment; Hospital Equipment; Mobile Shelving; Roof rain-water
harvesting; Laboratory installations and Fume cupboards; Swimming pool installation; Oil storage, Pumping Reticulation;
Reg. No 79445/M/1122 Date of Issue: 17/8/2023
463797
154
M/S MUSHIMI LIMITED
is duly registered as MECHANICAL ENGINEERING SERVICE CONTRACTOR
This license is awarded for a period of ONE(1) YEAR, starting 1/8/2023 and ending 31/7/2024
463797
155
CERTIFICATE OF INCORPORATION
156
No. PVT / 2016 /000807
CERTIFICATE OF INCORPORATION
MUSHIMI LIMITED
is this 10th day of February, 2016 Incorporated under the Companies Act, 2015 and that the
Company is PRIVATE LIMITED BY SHARES.
Registrar of Companies
157
AGPO CERTIFICATE
158
159
NT/PPD/2024/DGW/4342 VALID UNTIL: 15/04/2026
(WOMEN)
M/s MUSHIMI LIMITED PVT/2016/000807
40304 00100 NAI 15TH APRIL 2024
COMPANY CR12
160
BUSINESS REGISTRATION SERVICE
P. O. BOX 30031
NAIROBI
13 APR 2024
To
MUSHIMI LIMITED
P.O. Box 40304
00100 - G.P.O NAIROBI
..
COMPANY MUSHIMI LIMITED
COMPANY NUMBER PVT/2016/000807
NOMINAL SHARE CAPITAL 100,000.00
NUMBER AND TYPE OF SHARES (VALUE PER SHARE) ORDINARY: 1000 (KES 100.00 EACH)
DATE OF REGISTRATION 10TH FEB, 2016
P.O BOX 22433 G.P.O NAIROBI
TELEPHONE: +254720575846, EMAIL:
[email protected]
REGISTERED OFFICE
COUNTY: , DISTRICT: , LOCALITY:
STREET: MAMA NGINA STREET, BUILDING:
TRANSNATIANAL PLAZA
POSTAL ADDRESS P.O BOX 22433 G.P.O NAIROBI
ENCUMBRANCES
Name of Directors and Shareholders of the above company with their particular are as follows
Yours Faithfully,
REGISTRAR OF COMPANIES
REF NO: OS-52FXDLLM
DISCLAIMER: THIS IS A SYSTEM GENERATED CERTIFICATE AND DOES NOT REQUIRE A SIGNATURE
161
DIRECTORS' IDENTIFICATION
162
163
164
BUSINESS PERMIT
165
166
167
AUDITED STATEMENTS
168
R/18958
2024
P/2446
31st December 2024
169
2024
PF/829
31st day of December 2024
170
MUSHIMI LIMITED
171
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
Contents Page
Company Information 1
Directors' Report 2
Statement of Cashflow 7
172
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
Company Information
: 4th Floor
: Nairobi.
: Nairobi.
: Lavington Branch
: Nairobi
Page 1
173
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
Director(s) report
The Director(s) submit their report and audited financial statements for the year
ended 31st December, 2023 which discloses the state of affairs of the business.
Principal activity
Real Estate Development and general civil construction works.
Results
The results of the business for the year is shown on page 5.
Dividend
The directors do not recommend the declaration of dividends for the year 2023.
Directors
The Directors are shown on page 1.
Auditors
Kaxton CPAs LLP, have expressed their willingness to continue in office in accordance
with section 159 (2) of the Companies Act.
Director ………………………………..
Page 2
174
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
The law requires the Director(s) to prepare Financial Statements for each financial
year which give a true and fair view of the state of affairs of the business as at the end of
the financial year and of the operating results of the business for that year.It also requires the
Director(s) to ensure that the business keeps proper accounting records which disclose with
reasonable accuracy at any time the financial position of the business.
The Director(s) accepts responsibility for the annual financial statements, which have been prepared
using appropriate accounting policies supported by reasonable and prudent judgements and
estimates, in conformity with the International Financial Reporting Standards and in the manner
required by law. The Director(s) are of the opinion that the financial statements
give a true and fair view of the state of affairs of the business and of its operating results. The
Director further accept responsibility for the maintenance of accounting records which
may be relied upon in the presentation of the financial statements,as well as adequate systems
of Internal Financial Control.
Nothing has come to the attention of the Director(s) to indicate that the business will not remain
a going concern for atleast the next twelve months from the date of this statement.
Director………...………….……….……….
Page 3
175
REPORT OF THE INDEPENDENT AUDITORS TO THE MEMBERS(S)
MUSHIMI LIMITED
Opinion
We have audited the financial statements set out on pages 5 to 8 which have been
prepared on the basis of the accounting policies set out in note 1. We have obtained all
the information and explanations which to the best of our knowledge and belief were
necessary for the purposes of our audit and to provide a reasonable basis for our opinion.
The financial statements of the business are in agreement with the books of account.
The Directors are responsible for the preparation of the financial statements which give
a true and fair view of the state of affairs of the business and of the operating results.
Our responsibility is to express an independent opinion on the financial statements
based on our audit and to report our opinion to you.
Basis of Opinion
Opinion
In our opinion proper books of account have been kept and the financial statements give
a true and fair view of the state of financial affairs of the business as at 31st December 2023and
of its results and cash flows for the year then ended and comply with the International
Accounting Standards.
The engagement partner responsible for the audit resulting in this independent auditors report is
CPA Vincent Mboga Machogu of Practicing No. 2446
14th March………..2024Nairobi.
Page 4
176
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
STATEMENT OF FINANCIAL POSITION
AS AT 31ST DECEMBER 2023
LIABILITIES
Current Liabilities
Trade and other payables 22a 40,062,524 34,736,092
Current tax payable 9,855,746 8,170,668
Current portion of long term borrowings
49,918,271 42,906,760
EQUITY
Share Capital 100,000 100,000
Retained Earnings 183,800,704 178,598,004
ASSETS
Non-current assets
Property, Plant and Equipment 17 47,339,663 39,473,881
Freehold Land and Buildings 17 80,000,000 80,000,000
- -
127,339,663 119,473,881
Current Assets
Trade and other receivables 22b 98,136,241 92,198,648
Cash and cash equivalents 18 8,343,071 9,932,234
106,479,311 102,130,882
…………………………………
Director
Page 5
177
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
Operating Expenses
Page 6
178
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
AS AT 31ST DECEMBER 2023
Page 7
179
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
The principal accounting policies adopted in the preparation of these financial statements are set out
below:
GENERAL INFORMATION
Mushimi Limited (the company) is incorporated in Kenya under the Companies Act (Cap 486)
as a private company limited by shares, and is domiciled in Kenya.
The principal business address is Transnational Building 4th Floor, Along Mama Ngina Street, Nairobi.
P.O. Box 22433 00100 Nairobi.
1. Basis of preparation
The financial statements are prepared in compliance with International Financial Reporting Standards
(IFRS). The financial statements are presented in the functional currency, Kenya shilling (Kshs) under
the historical cost convention.
The preparation of financial statements in conformity with IFRS requires the use of estimates and
assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent
assets and liabilities at the date of the financial statements and the reported amounts of revenues and
expenses during the reporting period. Although these estimates are based on the directors' best
knowledge of current events and actions, actual results ultimately may differ from those estimates.
2. Revenue recognition
Revenue is recognized to the extent that is probable that the economic benefits will flow to the
company and the revenue can be reliably measured. The following specific recognition criteria
must be met before revenue is recognized.
Rendering of services
Revenue is recognized when the significant risks and rewards of ownership of the services have
passed to the buyer and the amount of revenue can be measured reliably.
3. Taxation
Page 8
180
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
Depreciation is calculated on the reducing balance basis to write down the cost of each assets to their
residual values over their estimated useful life as follows:
PER ANNUM
Heavy commmercial vehicles 20.0%
Computers and other office equipment 15.0%
Furniture and fittings 12.5%
Gains and losses on disposal of property, plant and equipment are determined by reference to their
carrying amount and taken into account in determining operating profit.
5. Provisions
Provisions are recognized when the company has a present legal or constructive obligation as a result of
past events, it is probable that an outflow of resources embodying economic benefits will, be required to
settle the obligation, and a reliable estimate of the amount of the obligation can be made.
6. Employment benefits
(a) Pension obligations
The company also contributes to a statutory defined contribution pension scheme, the National Social
Security Fund (NSSF). Contributions are determined by local statute and are currently limited to Kshs 200 per
employee per month, with the company contributing a similar amount. The company's contributions to the
above schemes are charged to the profit and loss account in the year to which they relate.
7. Share Capital
Ordinary shares are classified as equity.
Page 9
181
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
9. Financial instruments
Financial instruments carried on the statement of financial position include cash and bank balances, trade
receivables, trade payables, leases, borrowings and taxation. The particular recognition methods adopted
are disclosed in the individual policy statements associated with each item.
In the process of applying company's policies, management has made judgements in deterring:
Page 10
182
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
2023 2022
15. Other Operating Expenses Kshs. Kshs.
Depreciation 10,510,443 8,608,119
Office rent and rates 12,990,780 9,622,800
Electricity and water 7,286,657 3,168,112
Security Charges 3,823,357 3,148,092
Total other operating expenses 34,611,237 24,547,122
2023 2022
16. Selling and Distribution Costs Kshs. Kshs.
Car hire and transport expenses 7,347,367 5,363,041
Travelling expenses 5,261,027 4,388,944
Page 11
183
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
Carrying Amount
As at 31st December 2023 34,001,716 3,111,639 10,226,308 47,339,663
Carrying Amount
As at 31st December 2022 27,238,589 1,504,528 10,730,764 39,473,881
Page 12
184
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
b) To provide adequate return to shareholders by pricing products and services commensurately with the
level of risk.
The company's activities expose it to various financial risks including risk, credit risk, cash flow and exchange
rate risks. The company's risk management programme is intended to minimise potential adverse effects
on the financial performances.
The company is exposed to daily calls on its available cash resources from repayments of borrowings, receipts
management, maintains and payments in the normal course of business. The company, as part of its liquidity
risk and avails funding from adequate amount of committed credit facilities and by maintaining sufficient
cash and bank balances.
Page 13
185
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2023
The table below analysis current assets and liabilities into relevant groupings based on the remaining period as at
31st December 2023 to the contractual maturity date. All figures are in Kenya Shillings.
a) CURRENT LIABILITIES (IN KSHS) Upto 1 year 1-3 years Over 3 years Total
Kshs Kshs Kshs Kshs
Borrowings
Income Tax Due 9,855,746 9,855,746
Trade and other payables as at 31.12.2023 40,062,524 40,062,524
Current portion of long term borrowings - -
49,918,271 49,918,271
The company's maximum exposure to credit risk as at the statement of financial position is as detailed in the
table below:
2023 2022
Kshs Kshs
Trade receivables 92,248,066 86,666,729
Other receivables 5,888,174 5,531,919
98,136,241 92,198,648
23. FAIR VALUE
The directors consider that there is no material difference between the fair value and carrying value of the
company's' financial assets and liabilities where fair value details have not been presented.
Page 14
186
MUSHIMI LIMITED
187
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
Page
Contents
1
Company Information
Directors' Report 2
Statement of Cashflow 7
188
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
Company Information
: 4th Floor
: Nairobi.
: Nairobi.
: Lavington Branch
: Nairobi
Page 1
189
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
Director(s) report
The Director(s) submit their report and audited financial statements for the year
ended 31st December, 2022 which discloses the state of affairs of the business.
Principal activity
Real Estate Development and general civil construction works.
Results
The results of the business for the year is shown on page 5.
Dividend
The directors do not recommend the declaration of dividends for the year 2022.
Directors
The Directors are shown on page 1.
Auditors
Kaxton CPAs LLP, have expressed their willingness to continue in office in accordance
with section 159 (2) of the Companies Act.
Director ………………………………..
Page 2
190
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
The law requires the Director(s) to prepare Financial Statements for each financial
year which give a true and fair view of the state of affairs of the business as at the end of
the financial year and of the operating results of the business for that year.It also requires the
Director(s) to ensure that the business keeps proper accounting records which disclose with
reasonable accuracy at any time the financial position of the business.
The Director(s) accepts responsibility for the annual financial statements, which have been prepared
using appropriate accounting policies supported by reasonable and prudent judgements and
estimates, in conformity with the International Financial Reporting Standards and in the manner
required by law. The Director(s) are of the opinion that the financial statements
give a true and fair view of the state of affairs of the business and of its operating results. The
Director further accept responsibility for the maintenance of accounting records which
may be relied upon in the presentation of the financial statements,as well as adequate systems
of Internal Financial Control.
Nothing has come to the attention of the Director(s) to indicate that the business will not remain
a going concern for atleast the next twelve months from the date of this statement.
Director………...………….……….……….
Page 3
191
REPORT OF THE INDEPENDENT AUDITORS TO THE MEMBERS(S)
MUSHIMI LIMITED
Opinion
We have audited the financial statements set out on pages 5 to 8 which have been
prepared on the basis of the accounting policies set out in note 1. We have obtained all
the information and explanations which to the best of our knowledge and belief were
necessary for the purposes of our audit and to provide a reasonable basis for our opinion.
The financial statements of the business are in agreement with the books of account.
The Directors are responsible for the preparation of the financial statements which give
a true and fair view of the state of affairs of the business and of the operating results.
Our responsibility is to express an independent opinion on the financial statements
based on our audit and to report our opinion to you.
Basis of Opinion
Opinion
In our opinion proper books of account have been kept and the financial statements give
a true and fair view of the state of financial affairs of the business as at 31st December 2022and
of its results and cash flows for the year then ended and comply with the International
Accounting Standards.
The engagement partner responsible for the audit resulting in this independent auditors report is
CPA Vincent Mboga Machogu of Practicing No. 2446
14th March………..2023Nairobi.
Page 4
192
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
STATEMENT OF FINANCIAL POSITION
AS AT 31ST DECEMBER 2022
LIABILITIES
Current Liabilities
Trade and other payables 22a 34,736,092 30,117,825
Current tax payable 8,170,668 8,173,789
Current portion of long term borrowings 4,809,765
42,906,760 43,101,378
EQUITY
Share Capital 100,000 100,000
Retained Earnings 178,598,004 145,335,058
ASSETS
Non-current assets
Property, Plant and Equipment 17 39,473,881 46,070,110
Freehold Land and Buildings 17 80,000,000 80,000,000
- -
119,473,881 126,070,110
Current Assets
Trade and other receivables 22b 92,198,648 72,918,892
Cash and cash equivalents 18 9,932,234 5,689,555
102,130,882 78,608,448
…………………………………
Director
Page 5
193
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
Operating Expenses
Page 6
194
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
AS AT 31ST DECEMBER 2022
Page 7
195
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2022
The principal accounting policies adopted in the preparation of these financial statements are set out
below:
GENERAL INFORMATION
Mushimi Limited (the company) is incorporated in Kenya under the Companies Act (Cap 486)
as a private company limited by shares, and is domiciled in Kenya.
The principal business address is Transnational Building 4th Floor, Along Mama Ngina Street, Nairobi.
P.O. Box 22433 00100 Nairobi.
1. Basis of preparation
The financial statements are prepared in compliance with International Financial Reporting Standards
(IFRS). The financial statements are presented in the functional currency, Kenya shilling (Kshs) under
the historical cost convention.
The preparation of financial statements in conformity with IFRS requires the use of estimates and
assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent
assets and liabilities at the date of the financial statements and the reported amounts of revenues and
expenses during the reporting period. Although these estimates are based on the directors' best
knowledge of current events and actions, actual results ultimately may differ from those estimates.
2. Revenue recognition
Revenue is recognized to the extent that is probable that the economic benefits will flow to the
company and the revenue can be reliably measured. The following specific recognition criteria
must be met before revenue is recognized.
Rendering of services
Revenue is recognized when the significant risks and rewards of ownership of the services have
passed to the buyer and the amount of revenue can be measured reliably.
3. Taxation
Page 8
196
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2022
Depreciation is calculated on the reducing balance basis to write down the cost of each assets to their
residual values over their estimated useful life as follows:
PER ANNUM
Heavy commmercial vehicles 20.0%
Computers and other office equipment 15.0%
Furniture and fittings 12.5%
Gains and losses on disposal of property, plant and equipment are determined by reference to their
carrying amount and taken into account in determining operating profit.
5. Provisions
Provisions are recognized when the company has a present legal or constructive obligation as a result of
past events, it is probable that an outflow of resources embodying economic benefits will, be required to
settle the obligation, and a reliable estimate of the amount of the obligation can be made.
6. Employment benefits
(a) Pension obligations
The company also contributes to a statutory defined contribution pension scheme, the National Social
Security Fund (NSSF). Contributions are determined by local statute and are currently limited to Kshs 200 per
employee per month, with the company contributing a similar amount. The company's contributions to the
above schemes are charged to the profit and loss account in the year to which they relate.
7. Share Capital
Ordinary shares are classified as equity.
Page 9
197
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2022
9. Financial instruments
Financial instruments carried on the statement of financial position include cash and bank balances, trade
receivables, trade payables, leases, borrowings and taxation. The particular recognition methods adopted
are disclosed in the individual policy statements associated with each item.
In the process of applying company's policies, management has made judgements in deterring:
Page 10
198
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
2022 2021
15. Other Operating Expenses Kshs. Kshs.
Depreciation 8,608,119 10,246,767
Office rent and rates 9,622,800 7,128,000
Electricity and water 3,168,112 1,377,440
Security Charges 3,148,092 2,592,089
Total other operating expenses 24,547,122 21,344,295
2022 2021
16. Selling and Distribution Costs Kshs. Kshs.
Car hire and transport expenses 5,363,041 2,262,887
Travelling expenses 4,388,944 1,372,102
Page 11
199
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2022
Carrying Amount
As at 31st December 2022 27,238,589 1,504,528 10,730,764 39,473,881
Carrying Amount
As at 31st December 2021 34,048,236 514,588 11,507,286 46,070,110
Page 12
200
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
b) To provide adequate return to shareholders by pricing products and services commensurately with the
level of risk.
The company's activities expose it to various financial risks including risk, credit risk, cash flow and exchange
rate risks. The company's risk management programme is intended to minimise potential adverse effects
on the financial performances.
The company is exposed to daily calls on its available cash resources from repayments of borrowings, receipts
management, maintains and payments in the normal course of business. The company, as part of its liquidity
risk and avails funding from adequate amount of committed credit facilities and by maintaining sufficient
cash and bank balances.
Page 13
201
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER
2022
The table below analysis current assets and liabilities into relevant groupings based on the remaining period as at
31st December 2022 to the contractual maturity date. All figures are in Kenya Shillings.
a) CURRENT LIABILITIES (IN KSHS) Upto 1 year 1-3 years Over 3 years Total
Kshs Kshs Kshs Kshs
Borrowings
Income Tax Due 8,170,668 8,170,668
Trade and other payables as at 31.12.2022 34,736,092 34,736,092
Current portion of long term borrowings - -
42,906,760 42,906,760
The company's maximum exposure to credit risk as at the statement of financial position is as detailed in the
table below:
2022 2021
Kshs Kshs
Trade receivables 86,666,729 68,543,759
Other receivables 5,531,919 4,375,134
92,198,648 72,918,892
23. FAIR VALUE
The directors consider that there is no material difference between the fair value and carrying value of the
company's' financial assets and liabilities where fair value details have not been presented.
Page 14
202
MUSHIMI LIMITED
203
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
Contents Page
Company Information 1
Directors' Report 2
Statement of Cashflow 7
204
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
Company Information
: 4th Floor
: Nairobi.
: Nairobi.
: Lavington Branch
: Nairobi
Page 1
205
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
Director(s) report
The Director(s) submit their report and audited financial statements for the year
ended 31st December, 2021 which discloses the state of affairs of the business.
Principal activity
Real Estate Development and general civil construction works.
Results
The results of the business for the year is shown on page 5.
Dividend
The directors do not recommend the declaration of dividends for the year 2021.
Directors
The Directors are shown on page 1.
Auditors
Kaxton CPAs LLP, have expressed their willingness to continue in office in accordance
with section 159 (2) of the Companies Act.
Director ………………………………..
Page 2
206
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
The law requires the Director(s) to prepare Financial Statements for each financial
year which give a true and fair view of the state of affairs of the business as at the end of
the financial year and of the operating results of the business for that year.It also requires the
Director(s) to ensure that the business keeps proper accounting records which disclose with
reasonable accuracy at any time the financial position of the business.
The Director(s) accepts responsibility for the annual financial statements, which have been prepared
using appropriate accounting policies supported by reasonable and prudent judgements and
estimates, in conformity with the International Financial Reporting Standards and in the manner
required by law. The Director(s) are of the opinion that the financial statements
give a true and fair view of the state of affairs of the business and of its operating results. The
Director further accept responsibility for the maintenance of accounting records which
may be relied upon in the presentation of the financial statements,as well as adequate systems
of Internal Financial Control.
Nothing has come to the attention of the Director(s) to indicate that the business will not remain
a going concern for atleast the next twelve months from the date of this statement.
Director………...………….……….……….
Page 3
207
REPORT OF THE INDEPENDENT AUDITORS TO THE MEMBERS(S)
MUSHIMI LIMITED
Opinion
We have audited the financial statements set out on pages 5 to 8 which have been
prepared on the basis of the accounting policies set out in note 1. We have obtained all
the information and explanations which to the best of our knowledge and belief were
necessary for the purposes of our audit and to provide a reasonable basis for our opinion.
The financial statements of the business are in agreement with the books of account.
The Directors are responsible for the preparation of the financial statements which give
a true and fair view of the state of affairs of the business and of the operating results.
Our responsibility is to express an independent opinion on the financial statements
based on our audit and to report our opinion to you.
Basis of Opinion
Opinion
In our opinion proper books of account have been kept and the financial statements give
a true and fair view of the state of financial affairs of the business as at 31st December 2021and
of its results and cash flows for the year then ended and comply with the International
Accounting Standards.
The engagement partner responsible for the audit resulting in this independent auditors report is
CPA Vincent Mboga Machogu of Practicing No. 2446
14th March………..2022Nairobi.
Page 4
208
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
STATEMENT OF FINANCIAL POSITION
AS AT 31ST DECEMBER 2021
LIABILITIES
Current Liabilities
Trade and other payables 22a 30,117,825 26,113,570
Current tax payable 8,173,789 7,435,335
Current portion of long term borrowings 4,809,765 6,572,133
43,101,378 40,121,037
EQUITY
Share Capital 100,000 100,000
Retained Earnings 145,335,058 100,155,135
ASSETS
Non-current assets
Property, Plant and Equipment 17 46,070,110 28,718,820
Freehold Land and Buildings 17 80,000,000 80,000,000
- -
126,070,110 108,718,820
Current Assets
Trade and other receivables 22b 72,918,892 53,271,462
Cash and cash equivalents 18 5,689,555 6,786,203
78,608,448 60,057,665
…………………………………
Director
Page 5
209
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
Operating Expenses
Page 6
210
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
AS AT 31ST DECEMBER 2021
Page 7
211
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
The principal accounting policies adopted in the preparation of these financial statements are set out
below:
GENERAL INFORMATION
Mushimi Limited (the company) is incorporated in Kenya under the Companies Act (Cap 486)
as a private company limited by shares, and is domiciled in Kenya.
The principal business address is Transnational Building 4th Floor, Along Mama Ngina Street, Nairobi.
P.O. Box 22433 00100 Nairobi.
1. Basis of preparation
The financial statements are prepared in compliance with International Financial Reporting Standards
(IFRS). The financial statements are presented in the functional currency, Kenya shilling (Kshs) under
the historical cost convention.
The preparation of financial statements in conformity with IFRS requires the use of estimates and
assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent
assets and liabilities at the date of the financial statements and the reported amounts of revenues and
expenses during the reporting period. Although these estimates are based on the directors' best
knowledge of current events and actions, actual results ultimately may differ from those estimates.
2. Revenue recognition
Revenue is recognized to the extent that is probable that the economic benefits will flow to the
company and the revenue can be reliably measured. The following specific recognition criteria
must be met before revenue is recognized.
Rendering of services
Revenue is recognized when the significant risks and rewards of ownership of the services have
passed to the buyer and the amount of revenue can be measured reliably.
3. Taxation
Page 8
212
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
Depreciation is calculated on the reducing balance basis to write down the cost of each assets to their
residual values over their estimated useful life as follows:
PER ANNUM
Heavy commmercial vehicles 20.0%
Computers and other office equipment 15.0%
Furniture and fittings 12.5%
Gains and losses on disposal of property, plant and equipment are determined by reference to their
carrying amount and taken into account in determining operating profit.
5. Provisions
Provisions are recognized when the company has a present legal or constructive obligation as a result of
past events, it is probable that an outflow of resources embodying economic benefits will, be required to
settle the obligation, and a reliable estimate of the amount of the obligation can be made.
6. Employment benefits
(a) Pension obligations
The company also contributes to a statutory defined contribution pension scheme, the National Social
Security Fund (NSSF). Contributions are determined by local statute and are currently limited to Kshs 200 per
employee per month, with the company contributing a similar amount. The company's contributions to the
above schemes are charged to the profit and loss account in the year to which they relate.
7. Share Capital
Ordinary shares are classified as equity.
Page 9
213
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
9. Financial instruments
Financial instruments carried on the statement of financial position include cash and bank balances, trade
receivables, trade payables, leases, borrowings and taxation. The particular recognition methods adopted
are disclosed in the individual policy statements associated with each item.
In the process of applying company's policies, management has made judgements in deterring:
Page 10
214
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
2021 2020
15. Other Operating Expenses Kshs. Kshs.
Depreciation 10,246,767 6,292,009
Office rent and rates 7,128,000 5,280,000
Electricity and water 1,377,440 598,887
Security Charges 2,592,089 2,134,285
Total other operating expenses 21,344,295 14,305,181
2021 2020
16. Selling and Distribution Costs Kshs. Kshs.
Car hire and transport expenses 2,262,887 954,804
Travelling expenses 1,372,102 428,956
Page 11
215
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
Carrying Amount
As at 31st December 2021 34,048,236 514,588 11,507,286 46,070,110
Carrying Amount
As at 31st December 2020 20,254,845 569,978 7,893,997 28,718,820
Page 12
216
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
b) To provide adequate return to shareholders by pricing products and services commensurately with the
level of risk.
The company's activities expose it to various financial risks including risk, credit risk, cash flow and exchange
rate risks. The company's risk management programme is intended to minimise potential adverse effects
on the financial performances.
The company is exposed to daily calls on its available cash resources from repayments of borrowings, receipts
management, maintains and payments in the normal course of business. The company, as part of its liquidity
risk and avails funding from adequate amount of committed credit facilities and by maintaining sufficient
cash and bank balances.
Page 13
217
MUSHIMI LIMITED
REPORT AND FINANCIAL STATEMENTS
FOR THE YEAR ENDED 31ST DECEMBER 2021
The table below analysis current assets and liabilities into relevant groupings based on the remaining period as at
31st December 2021 to the contractual maturity date. All figures are in Kenya Shillings.
a) CURRENT LIABILITIES (IN KSHS) Upto 1 year 1-3 years Over 3 years Total
Kshs Kshs Kshs Kshs
Borrowings
Income Tax Due 8,173,789 8,173,789
Trade and other payables as at 31.12.2021 30,117,825 30,117,825
Current portion of long term borrowings 4,809,765 4,809,765
43,101,378 43,101,378
The company's maximum exposure to credit risk as at the statement of financial position is as detailed in the
table below:
2021 2020
Kshs Kshs
Trade receivables 68,543,759 58,781,081
Other receivables 4,375,134 1,276,584
72,918,892 60,057,665
23. FAIR VALUE
The directors consider that there is no material difference between the fair value and carrying value of the
company's' financial assets and liabilities where fair value details have not been presented.
Page 14
218
EXPERIENCE
219
220
221
222
223
224
225
226
227
228
229
230
231
232
233
234
235
KEY PERSORNELL
236
PROJECT MANAGER
237
238
EBK/CBA/F/17
has fulfilled the CPD requirements for the year 2023 and is hereby eligible for
239
Powered by TCPDF (www.tcpdf.org)
240
241
242
243
CURRICULUM VITAE (CV)
EDUCATION:
Period Employing organization and your Country Summary of activities performed relevant to
title/ position. Contact information the Assignment
for references
2018- Employer: Mushimi Limited Kenya • Structural design of buildings
Present Position held: Site Agent • Structural Engineering design of storm
Reference water drainage, earth retaining
Tel: 0720 575 846 structures, earthworks and water
Email: [email protected] infrastructure
• Project Management
Oct 2016 to Employer: B&L Engineering Services Kenya • Structural design of buildings
Dec 2017 Ltd • Structural Engineering design of storm
water drainage, earth retaining
For Reference: structures, earthworks and water
Tel No: 0721 365 120 infrastructure
Email: [email protected] • Project Management
Name: Eng. Silas Nguru
244
T: +254 722 512118 drainage, earth retaining structures, earthworks
Name: Eng. A.S. Kitololo and water infrastructure
LANGUAGE SKILLS:
Speaking Reading Writing
ENGLISH Excellent Excellent Excellent
SWAHILI Excellent Excellent Excellent
245
development of the layout storage tanks and chemical dosing and storage structures as the lead Structural
designs according to the Engineer.
project’s specifications Name of assignment or project: Ithanga Water Supply.
• Review the challenges and Year: 2018 - 2022
risks of the project and to Location: Kenya
give suggestions to correct Client: Athi Water Services Board
them Main project & assignment features:
• Monitor all operations and Project commissioned by Athi Water Services Board, through financial co-operation with
projects being completed the Kingdom of Belgium for the augmentation of Ithanga water supply to increase the
on site and communicate water supply capacity.
with contractors throughout Positions held: Structural Engineer.
the duration of the project. Activities performed:
• Supervision of construction • Design team coordination.
works including attendance • Structural design and construction supervision of the R.C intake chambers, weir,
at site meetings. flocculation basins, sedimentation tanks, staff accommodation units, project
Review of contractors’ laboratory, reinforced concrete and steel water storage tanks and chemical dosing
construction details and
and storage structures as the lead Structural Engineer.
program, coordinating
contractor’s construction Name of Assignment or Project: Detailed Design and Tender Documentation
program and coordinating Preparation of Water Supply and Sewerage Project for UNICEF& UNMISS in Juba
subcontract works South Sudan
Year: Jan 2016 to Dec 2017
Location: Juba, South Sudan
Client: UNICEF& UNMISS
Main Project Feature : Detailed Design and Tender Documents Preparation for
UNICEF & UNMISS Water Supply and Sewerage Project at the UN House compound in
Juba, It consisted of water treatment capacity of 5000m3/day, pumping stations which
included raw water pumping points, backwash pumping points and treated water
pumping points, water distribution lines of approximately 25km, elevated storage tank,
underground reinforced concrete storage tanks, main trunk lines, sewerage and waste
water treatment works, power house and standby generator.
Position held: Structural Engineer
Activities performed:
• Design and review of structures
• Road and drainage structures condition surveys,
• Collection, reviewing and processing of project data and information, including from
the project site and general project area,
• Preparation of structural Engineering reports, Bills of Quantities and Engineers’
Cost Estimates.
• Coordination of preparation of detailed engineering design drawings and schedules
• Preparation of structural reports
• Hydraulic modelling;
Name of assignment: Feasibility studies and final design preparation of flood control
structures(dams) within Nzoia River Basin
Period: June 2014- December 2015
Location: Kenya
Client: Ministry of Ministry of Devolution and Planning State Department of Devolution
Major project Features
Panel of Expert-Review of preliminary and final design of flood control structures(3dams)
within Nzoia River Basin
Position: Structural Engineer,
Activities performed:
• Works supervision co-ordination (Project Monitoring, Evaluation, and Quality
246
Control).
• Review of the Contractors executive design for sewerage works and the water
supply works.
• Review of the master list for tax exemption.
• Review the proposed flood control water management, O&M and
Instrumentation Plan;
• Review and advice the design, costs, and proposed construction procedures of
the dam and associated structures;
247
• Supervision and Testing, Provisional acceptance of the works and commissioning
• Preparation of Operation and Maintenance Manuals.
• Review of Contractual claims, variations, Disputes and Arbitration
• Preparation of completed Project Documentation
• Preparation of final of account
• Supervision of Compliance with Environmental, Health and Safety Management Plan
(EHSMP), Social Management Plan (SMP) and Resettlement Action Plan (RAP)
Name of assignment or project: Olkaria 1 Unit 6 Geothermal Power Plant.
Year: 2002 - 2020
Location: Kenya
Client: Civicon Limited.
Main project & assignment features:
The works include civil, structural engineering services for the 70MW geothermal power
plant buildings, infrastructure and ancillary buildings on the project. The power plant and
ancillary buildings are made from structural steel frame supported on reinforced
concrete stub columns, pile caps and bases. The infrastructure included roads, storm
water drainage, power reticulation, street lighting, firefighting and water
supply/reticulation.
Positions held: Structural Engineer.
Activities performed:
• Involved in overall coordination of the internal design team & engineering services
for a 70 MW geothermal power plant in Olkaria.
• Preliminary and final design of structures, supervision of technicians in preparation
of construction drawings, liaison/coordination with other members of the design
team,
• Overall coordination with external consultants and client representatives
Name of assignment or project: Ol Kekun Development, Naivasha.
Year: August 2022 to date
Location: Kenya
Client: Goshen Acquisitions
Main project & assignment features:
7-acre plot off Nairobi – Nakuru highway with commercial and residential zones. The
project involved provision of infrastructure designs for gate house, boundary wall,
internal road network within established right of way, footpaths, storm water drainage,
water reticulation, water storage, sewer reticulation, power/ICT ducting, streetlighting.
Positions held: Lead Civil/Structural Engineer
Activities performed:
• Client liaison.
• Design coordination and review.
• Quality control and assurance.
• Preparation of tender documents and procurement support.
Name of assignment or project: Acacia Cove Development, Nanyuki
Year: August 2022 to date
Location: Kenya
Client: Goshen Acquisitions
Main project & assignment features:
42 - acre plot subdivided into 0.5 - acre residential plots. The project involved
provision of infrastructure designs for gate house, boundary wall, internal road
network within established right of way, footpaths, storm water drainage, water
reticulation, water storage, power/ICT ducting, streetlighting.
Positions held: Lead Civil/Structural Engineer
248
Activities performed:
• Client liaison.
• Design coordination and review.
• Quality control and assurance.
Preparation of tender documents and procurement support.
Name of assignment or project: Kendu Bay Water Treatment works.
Year: 2019
Location: Kenya
Client: Rift Valley Water Services Board (RVWSB)
Main project & assignment features:
Project was commissioned by Rift Valley Water Services Board (RVWSB) on behalf of
Lake Victoria South Water Services Board (LVSWSB) to provide engineering services
for the Design Review and Construction Supervision of a Water treatment and
Sanitation Project.
Positions held: Structural Engineer
Activities performed:
• Design team coordination.
• Structural design and construction supervision of the R.C intake chambers, weir
design, flocculation basins, sedimentation lagoons, reinforced concrete water
storage tanks and chemical dosing and storage structures as the lead Structural
Engineer.
Name of assignment or project: Oyugis Water Treatment works
Year: 2019
Location: Kenya
Client: Rift Valley Water Services Board (RVWSB)
Main project & assignment features:
Project was commissioned by Rift Valley Water Services Board (RVWSB) on behalf of
Lake Victoria South Water Services Board (LVSWSB) to provide engineering services
for the Design Review and Construction Supervision of a Water treatment and
Sanitation Project.
Positions held: Structural Engineer
Activities performed:
• Design team coordination.
• Structural design and construction supervision of the R.C intake chambers, weir
design, flocculation basins, sedimentation lagoons, reinforced concrete water
storage tanks and chemical dosing and storage structures as the lead Structural
Engineer.
Name of assignment or project: Moi’s Bridge and Malava Water treatment works.
Year: 2017
Location: Kenya
Main project & assignment features:
The project focused on the towns of Moi’s Bridge and Malava where the sanitation
systems had been identified for expansion under the Social Pillar of Kenya Vision 2030.
Positions held: Structural Engineer.
Activities performed:
• Design team coordination
• Structural design and construction supervision of the R.C intake chambers, weir,
flocculation basins, sedimentation tanks, staff accommodation units, project
laboratory, reinforced concrete and steel water storage tanks and chemical dosing
and storage structures as the lead Structural Engineer.
Name of assignment or project: Olkaria I Additional Units and Olkaria IV 280 MW
249
Geothermal Plants.
Year: June 2012 - Aug 2014
Location: Kenya
Client: KenGen
Main project & assignment features:
Steam field, two power plants each with 2 nos. 70MW turbines, a substation at each
plant & 220kv power transmission lines feeding the national grid.
Positions held: Structural Engineer.
Activities performed:
• Preparation of Technical specifications for the 2 EPC contracts (Power Plants,
Substations & Transmission Lines) Civil/Structural designs for the Steam Field
Contract.
• Full time supervision of the civil/structural works across the 3 contracts.
• Worked closely with the Site based project manager on site wide project
management issues.
Name of assignment or project: Nairobi Gate Industrial Park.
Year: 2017 - 2020
Location: Kenya
Client: Impact North KE Ltd.
Main project & assignment features: Grade A logistics Park set on 103 acres.
Positions held: Structural Engineer.
Activities performed:
• Involved in overall coordination for both the internal design team and engineering
services for a 103-acre site on which the client is planning to construct a Grade A
Industrial Park.
• Preliminary and final design of structures.
• Supervision of technicians in preparation of construction drawings,
liaison/coordination with other external members of the consultants & client
representatives.
• Supervision of construction works including attendance at site meetings.
• Review of contractors’ construction details and program, coordinating contractor’s
construction program and coordinating subcontract works.
Name of assignment or project: Two Rivers Retail, Entertainment & Lifestyle
Development along Limuru Road, Nairobi.
Year: 2014 - 2017
Location: Kenya
Client: Two Rivers Development Limited.
Main project & assignment features: Largest mixed use facility mall in sub-Saharan
Africa that includes shopping parking, entertainment, hotel, residential & public
amenities. 2 nos. basement parking & roof level parking & 2 levels shopping mall with a
parkade building & 14 storey office block.
Positions held: Structural Engineer.
Activities performed:
• Involved in preparation of contract specifications and documents
• Civil/structural engineering designs for reinforced concrete works & structural steel
works, earthworks, equipment and pipes support foundations and utility buildings.
• Involved in detailed design & overall coordination of the project with design team’s
consultants & client representatives for the civil/structural works for the project.
Name of assignment or project: Ridgeways Villa Park Housing Development
Year: 2015-2016
250
Location: Kenya
Client: Ridgeways Villa Park Ltd.
Main project & assignment features: The works include civil, structural engineering
services for 70 units housing estate and infrastructure on the project. The houses are 4-
bedroom 2 storey houses built on load bearing walls and timber roof structures. The
infrastructure included roads, storm water drainage, street lighting and water supply.
Positions held: Structural Engineer.
Activities performed:
• Involved in overall coordination of the project with design team’s consultants and
client representative.
• Structural Design & engineering services for the reinforced concrete works &
structural steel works for the 70-house residential estate in Ridgeways.
Name of assignment or project: Kipkarren Dam treatment works.
Year: 2015
Location: Kenya
Client: Lake Victoria North Water Services Board
Main project & assignment features:
Project commissioned by Lake Victoria North Water Services Board, through funding
from the World Bank for the Feasibility Study and Final Design for Kipkarren Dam
Treatment Works
Positions held: Structural Engineer.
Activities performed:
• Structural design and construction supervision of the R.C intake chambers,
weir, flocculation basins, sedimentation tanks, staff accommodation units,
project laboratory, reinforced concrete and steel water storage tanks and
chemical dosing and storage structures as the lead Structural Engineer.
Name of assignment or project: Galaxy Gardens Housing Development.
Year: 2005-2020
Location: Kenya
Client: Galaxy Gardens Housing Development
Main project & assignment features:
The works include civil, structural, mechanical and electrical engineering services for
housing and infrastructure on the project. The houses are 3, 4 and 5-bedroom 2 storey
houses built on load bearing walls and timber roof structures. The infrastructure included
roads, storm water drainage, street lighting and water supply.
Positions held: Structural Engineer.
Activities performed:
• Involved in overall coordination of engineering design services for a 460-house
residential estate in Kiambu adjacent to Tatu City.
Name of assignment or project: Olkaria III 2nd Geothermal Plant
Year: Aug 2011-May 2012
Location: Kenya
Client: Ormat Technologies
Main project & assignment features:
3 Nos. additional turbines 16 MW each.
Positions held: Structural Engineer.
Activities performed:
• Design of earthworks, storm water drainage, utilities buildings, equipment &
pipe support foundations.
Name of assignment or project: Olkaria 2 Unit 3 Geothermal Plant
Year: Oct 2007- Jan 2010
Location: Kenya
251
Client: Kengen
Main project & assignment features:
Powerhouse & switchyard extension for an additional 35 MW steam turbine.
Positions held: Structural Engineer.
Activities performed:
• Involved in Design Review of all civil/structural engineering designs. This is a
Design Build Project and contractors’ engineering designs are reviewed by the
Project Manager
Name of assignment or project: Major Capex Projects for EABL- 66kV Substation.
Year: Sept. 2009-Feb 2010
Location: Kenya
Client: EABL
Main project & assignment features:
A new 66kV substation to provide power to EABL.
Positions held: Structural Engineer.
Activities performed:
• Responsible for design & supervision of civil/structural works.
Name of assignment or project: Proposed Mae Ridge Housing.
Year: 2005-2020
Location: Kenya
Client: Pan Africa Insurance Holdings Ltd
Main project & assignment features:
The works included civil, structural and electromechanical building services engineering
services for housing and infrastructure on the project. The houses are 4 and 5-bedroom
2 storey houses built on load bearing walls and timber roof structures. The infrastructure
included roads, storm water drainage, street lighting and water supply.
Positions held: Structural Engineer.
Activities performed:
Involved in overall coordination of engineering services for an 80-house residential
estate in Runda.
Name of assignment or project: Proposed Factory Extension for Rift Valley Bottlers.
Year: 2005-2020
Location: Kenya
Client: Rift Valley Bottlers
Main project & assignment features:
This involved design of structural steel portal frames and substructure works for bottling
plant & machinery.
Positions held: Structural Engineer.
Activities performed:
Involved in the preliminary and final design of warehouses and ancillary structures.
Name of assignment or project: Proposed Rwanda Embassy.
Year: 2005-2020
Location: Kenya
Client: Rwanda Embassy
Main project & assignment features:
Involved in overall coordination of engineering services.
Positions held: Structural Engineer.
Activities performed:
Involved in preliminary and detailed design of three buildings comprising the proposed
embassy.
Name of assignment or project: Proposed HQ for UAP Provincial Insurance Co.
Year: 2005-2020
Location: Kenya
252
Client: UAP Provincial Insurance Co.
Main project & assignment features:
Involved in overall coordination of engineering services.
Positions held: Structural Engineer.
Activities performed:
Reinforced concrete design and supervision in chief of an 11-storey building along
Hospital Road, Upper Hill.
Name of assignment or project: Extension to Visa Section British High Commission.
Year: 2005-2020
Location: Kenya
Client: British High Commission
Main project & assignment features:
Involved in overall coordination of engineering services.
Positions held: Structural Engineer.
Activities performed:
Design and Supervision in Chief of extensions to the BHC to house their Visa Section.
Name of assignment or project: USAID Office Complex at the US Embassy at Gigiri,
Nairobi.
Year: 2005-2020
Location: Kenya
Client: USAID
Main project & assignment features:
Design and Build contract for the new USAID Office Complex.
Positions held: Structural Engineer.
Activities performed:
Supervision & overall coordination of civil/structural engineering services.
Name of assignment or project: Proposed Offices for British Council.
Year: 2005-2020
Location: Kenya
Client: Price & Myers Consulting Engineers (UK)
Main project & assignment features:
Works included steel reinforcement, materials testing, confirmation of levels, and
coordination of queries between the contractor and the design team as well as sorting
out minor queries raised on site by the contractor.
Positions held: Structural Engineer.
Activities performed:
Day to day supervision of structural works & overall coordination of engineering
services.
Name of assignment or project: Building Condition Survey for The Canadian High
Commission.
Year: 2005-2020
Location: Kenya
Client: Canadian High Commission
Main project & assignment features:
Inspection of a number of residential houses for Canadian High Commission.
Positions held: Structural Engineer.
Activities performed:
Compiling report on the state of the structure and providing recommendations on
remedial action.
Name of assignment or project: New Clinical Laboratories for AMREF.
Year: 2005-2020
Location: Kenya
Client: AMREF
Main project & assignment features:
253
Supervision of structural works & overall coordination of engineering services.
Positions held: Structural Engineer.
Activities performed:
Involved in detailed design of the reinforced concrete structure as well as supervision in
chief of the structural works and minor civil works.
Name of assignment or project: Renovations to The Official Residence of The
Canadian High Commission.
Year: 2005-2020
Location: Kenya
Client: Canadian High Commission
Main project & assignment features:
Renovation Works for the residency.
Positions held: Structural Engineer.
Activities performed:
Attended to the structural issues pertaining to the project. These were mainly demolition
and reconstruction work usually encountered in renovation works.
Name of assignment or project: Rehabilitation and Extension to The Ministry of
Finance and Economic Planning Building.
Year: 2005-2020
Location: Rwanda
Client: Government of Rwanda
Main project & assignment features:
Preliminary and final design of the reinforced concrete building.
Positions held: Structural Engineer.
Activities performed:
Involved in preliminary and final design of the reinforced concrete building.
Name of assignment or project: Mezzanine Floor Car Parking Improvement Project for
Hilton Hotel.
Year: 2005-2007
Location: Kenya
Client: Hilton Hotel
Main project & assignment features:
Structural checks on the existing works, feasibility studies, structural design and
detailing of new works, design of parking layouts, preparation of tender and contract
documentation, tender evaluation, construction supervision and contract administration.
Positions held: Structural Engineer.
Activities performed:
• Carried out site surveys and feasibility studies.
• Civil and structural designs (Preliminary and Final)
• Cost estimates for civil works jobs.
• Preparation of tender and contract documentation.
• Overseeing production of structural and civil woodworks drawings.
• Construction supervision and contract administration (including
conducting/attending site meetings and regular site inspections for projects
under construction)
Name of assignment or project: Mazingira House Premises for the Ministry of
Environment.
Year: 2005-2008
Location: Kenya
Client: GoK
Main project & assignment features:
Works included reinforced concrete elevated water tank, four-metre-high retaining walls,
254
access staircases and design of an access road finished in concrete paving blocks.
Positions held: Structural Engineer.
Activities performed:
Design & cost estimates for civil works jobs, preparation of tender and contract
documentation.
Name of assignment or project: Proposed Milk Processing Plant for Chemoa Farm.
Year: 2005-2008
Location: Kenya
Client: Chemoa Cooperative Society
Main project & assignment features:
Works included complete civil works design, an all- weather murram access road,
parking and loading bays in concrete paving blocks, foul and stormwater drainage,
septic tanks and a dilution tank to treat wash water from the plant.
Positions held: Structural Engineer.
Activities performed:
Conducted site investigations on the site for the proposed plant and prepared a site
investigation report that was submitted to the client.
255
EXPERT’S CONTACT
INFORMATION : Email : [email protected] Phone : +254 722 229532
CERTIFICATION:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my
qualifications, and my experience, and I am available, as and when necessary, to undertake the Services in case
of an award. I understand that any misstatement or misrepresentation described herein may lead to my
disqualification or dismissal by the Procuring Entity, and/or sanctions by the PPRA.
256
WATER TECHNICIAN
257
258
JAMES NJOROGE MURIITHI POSITION:
P. O. Box 50173-00100,
[email protected] WATER TECHNICIAN
CURRICULUM VITAE
Minimum Qualification: Diploma in Water Engineering
Name of Firm: Mushimi Limited
KEY QUALIFICATION:
Mr. James Njoroge Muriithi has a Diploma in Water Engineering from the Kenya Water
Institute. Mr Murithi is a renowned Driller and has worked on various motorised drilling
techniques including the cable tool percussion (also known as shell and auger) and rotary
drilling. His area of study mainly majored on Drilling Technology. Mr. Muriithi has various
skills including good critical thinking, excellent communication skills, steady hands and
good coordination that make up the skills toolbox for a good driller. He is able to help set
up, move, operate and dismantle drilling rigs and equipment in order to extract water
from drilling sites.
EXPERIENCE:
From To Company/Project/Position/Relevant Technical and Management
Experience
2020 Date Mushimi Limited
Provision of technical support to new business initiatives, including
drilling project management and implementation and adoption of
new technologies.
Logistical support to site crews.
Designing of pumping systems.
Preparation and compilation of technical reports.
Procurement of services and goods to field staff.
Application and acquisition of Authorizations to drill, NEMA and
County Government Licenses for various clients.
2019 2017 DAYSPRING VENTURES LTD
Provision of technical support to new business initiatives, including
drilling project management and implementation and adoption of
new technologies.
Logistical support to site crews.
Designing of pumping systems.
Preparation and compilation of technical reports.
Procurement of services and goods to field staff.
Application and acquisition of Authorizations to drill, NEMA and
County Government Licenses for various clients.
Page 1 | 3
259
2016 2017 KISIMA DRILLING CO. LTD
✓ Collect, organize, analyze and interpret data from drilling
logs and samples for the purpose of effective drilling
operations, well logging and well design.
✓ Write up and fill daily progress/ technical reports
✓ Site staff administration
✓ Test-pumping data analysis and interpretation.
✓ Plan and coordinate borehole rehabilitation activities.
EDUCATION
2014
DIPLOMA IN WATER ENGINEERING – KENYA WATER INSTITUTE
Page 2| 3
260
KEY PERSONAL SKILLS
• Help set up, move, operate and dismantle drilling rigs and equipment in order to
extract oil, natural gas, water or minerals from drilling sites.
CERTIFICATION
I, the undersigned certify that to the best of my knowledge and belief, these bio data
correctly describe me, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged
Page 3| 3
261
FOREMAN
262
263
264
265
266
267
268
269
EQUIPMENT
270
METRO TOOLS LTD
SMK Business Center along Enterprise road Nairobi, next to Hillocks
Phone: 0738703208
Email: [email protected]
Purchase Receipt
Bill To
Mushimi Limited
P.O BOX 22433-00100 Nairobi
20th March 2023
Total 1,139,800.00
271
RECEIPT
Invoice Number:
Document Date:
Order Number.
199989
22-May-23 KOMAT SU
L I M I T E D
Liaision Office, Victoria Towers,
Customer Ref: CASH/CHEQUE
Document Currency: KES Kilimanjaro Avenue, Upper Hill
P.O. Box 13573 - 00800 Westlands
Nairobi
KENYA
To: Cash TEL: +254 20 2715073
E-MAIL: [email protected]
Mushimi Limited
P.O. Box 22433-00100
Nairobi
ORIGINAL
189F9AG182722804858C0C517253B9B375E8DC10 0013 00026613 1406061051 COS09000158
Condition of Sale: All goods are subject to our conditions of sale. Full copy available on request. All goods remain the property of
Komat’su Limited until fully paid for. Payment is due on demand or as per agreed credit terms, whichever is earlier. We reserve the right
to charge interest on overdue accounts. Any query on this invoice must be lodged in writing within 48 hours of receipt. Any goods
returned may be subject to a 10% handling charge if accepted back.
272
Tel: 0750 041 963 Email: [email protected]
IN WITNESS WHERE OF the hands of the dully authorized representatives of the parties on
the day written on the heading of this Agreement.
}
Signed by the duly Authorized Representative of
}…………………………………
M’BIG LIMITED
}
Dantone Kwanutsu
Vincent
Noah Khaemba
OmondiChiuli
Ndubi }
}
273
274
275
276
P051154908T
M'BIG LIMITED
44599
00100
277
WATER BOWSER
P051154908T
M'BIG LIMITED
278
Registration Certificate
K 2441279 W
.
r * i
i
K2441279 W
REPUBLIC OF KENYA :
i
TRAFFIC ACT (CAP 403). . , i
r Tare Weight: !
Chassis/Frame: MB1DTDYC0DHBE1583 . 21670.0 1
: I Tax class
i Make: DRILLING RIGS : Commercial
^ .
' r
*
! Model: . ' 500T ' Axles:.... . ' ;
!
•
•
.. :
. .•
.
.. l
; Type: Motor Vehicle ; Load Capacity(Kg): *
i
»
I Fuel: Diesel
:
\: country:
. '”
" ••
i
j Man Year: 2013 I Previous registration:
! I
J
i
f l
f :
:
I
Important - i
: The
•
{
person in whose name a vehicie is registered shall unless the contrary be proved, be deemed
to be the owner of the vehicle. Before you use any vehicle on the road,please ensure that your
:
\ insurance against third party risk is in order it is a serious offence to drive v /ithout proper insurance.
,
279
280
281
282
283
284
285
286
287
288
289
290
291
292
293
294
295
296
297
PROGRAM OF WORKS
298
ID Task Task Name Duration StartQtr 2, 2024 Finish Predecessors Qtr 3, 2024 Qtr 4, 2024
Mode Jun Jul Aug Sep Oct Nov Dec
1 CONSTRUCTION OF 80 days Thu Thu
MHM LATRINES 25/07/24 14/11/24
AND
REHABILITATION OF
THE COMMUNITY
BOREHOLES WITHIN
2 KAJIADO COUNTY
Preliminaries and 14 days Thu Tue
General Items 25/07/24 13/08/24
3 Main Works 66 days Wed 14/08/24
Thu 14/11/24
4 Solarization and 15 days Wed Tue 2
Equipping of 14/08/24 03/09/24
Boreholes
5 Civil Works and 21 days Wed Wed 4
piping for 04/09/24 02/10/24
Olturoto
6 Borehole
Civil works and 11 days Thu Thu 5
Piping 03/10/24 17/10/24
forOlopinyo
7 Borehole
Civil works and 5 days Fri 18/10/24 Thu 6
Piping for 24/10/24
Ilemani
8 Borehole
Construction of 12 days Fri 25/10/24 Mon 7
MHN Latrines 11/11/24
and Burning
9 Chambers
Demobilization 2 days Tue 12/11/24Wed 13/11/248
10 Project Close out0 days Thu 14/11/24Thu 14/11/249 14/11
Page 1
299
WORK METHODOLOGY
300
REF: STATEMENT OF WORK METHOD
1. Preliminaries
Application and follow up of Authorization from Water Resource Management
Authority (WRMA), License from NEMA and No Objection Letter from Water Service
Provider
The electrical properties of rocks in the upper part of the earth’s crust are dependent upon
the lithology,porosity, and the degree of pore space saturation and the salinity of the pore
water. Saturated rocks have lower resistivity than unsaturated and dry rocks.
The higher the porosity of the saturated rock, the lower is its resistivity, and the higher the
salinity of the saturating fluids, the lower the resistivity. The presence of clays and
conductive minerals also reduces the resistivity of the rock. The resistivity of the earth
materials can be studied by measuring the electrical potential distribution produced at the
earth’s surface by an electric current that is passed through the earth.
The resistance R of a certain material is directly proportional to its length L and cross-
sectional area A,expressed as:
R = ρ*L.A (1)
Where ρ is known as the specific resistivity, characteristic of the material and independent
of its shapeor size, With Ohm’s Law;
R=ΔV/I (2)
301
Where 8V is the potential difference across the resistor and I is the electric current through
the resistor,the specific resistivity may be determined by:
ρ = (A/L) Δ V/I) (3)
1.1.2. Resistivity Sounding Method
When carrying out a resistivity sounding, also called vertical electrical sounding (VES), an
electric current (I) is passed into the ground through two metal pegs, the current
electrodes. Subsurface variations in electrical conductivity determine the pattern of current
flow in the ground and thus the distribution of electrical potential.
A measure of this is obtained in terms of the voltage drop (ΔV) between a second pair of
metal peg thepotential electrodes placed near the center of the array. The ratio (V/I)
provides a direct measurementof the ground resistance and from this and the electrode
spacing, the apparent resistivity (ρ) of the ground is calculated.
A series of measurements made with an expanding array of current electrodes
(Schlumberger Array),
allows the flow of current to penetrate greater depths, providing information on the vertical
variation in resistivity. The calculated apparent resistivity is plotted against current
electrode half separation on a bi-logarithmic graph paper to constitute the so-called
sounding curve. The curve depicts a layered earthmodel composed of individual layers of
specific thickness and resistivity.
Interpretation of the sounding curves is based upon the convolution method of Ghosh
(1971) a mathematical curve-fitting procedure. Without additional data for correlation it
can easily lead to a fitting solution that does not quite correspond to reality.
1.1.3. The Combined Werner/VES Method
The combined Werner/VES method locates suitable groundwater zones by making use of
the resistivitycontrast, which exists between fresh unproductive rocks and
302
water bearing zones. The resistivity of fresh basement exceeds 1880 Ω-m, whereas that of
water-bearing zones is lower, being dependent uponthe degree of weathering and the
groundwater quality. The method exploits the different operating characteristics of two
methodologies.
First HEP configuration is used to carry out a conductivity traverse across the area of
interest. In mostcases, two parallel profiles are run, in order to assess the significance and
the direction of the observedanomalies. Vertical Electrical Soundings are then carried out
at the most promising anomalies on the Werner profiles, using an ABEM SAS 1000
Tetrameter. The VES is used to assess the nature of the feature, because a variety of sub-
surface conditions can give rise to similar profiling data.
In addition, the VES is used to predict the thickness of different layers and depth to the
aquifer.
By combining VES, and the resistivity profiling, a ground resistivity model can be obtained
which bestfits both sets of data. The joint computer interpretation helps to reduce the
ambiguity caused by equivalence.
B. Rig Set Up
The rotary rig will be moved into a position of the selected site by the consulting
hydro geologist. The unit will be levelled into position using hydraulic jacks. This is on pre-
positioned heavy-duty timber slippers. This is done in order to avoid any deviation in the
303
borehole during drilling operations and also to achieve affective vertically of the borehole
C. Actual drilling process
Consolidated Formation we shall deploy the use of hydraulic rotary rig namely DTH with
Mission Hammer Bits. This combines the percussive action of cable tool drilling with the
rotating action of rotary drilling. Its fast penetration rate in medium hard to very hard
formations results from two important factors.
• Since its bottom – hole tool, the piston blows are transmitted directly to the
bit without losing energy through the drill string
• The air is fully used for rapid impacting action and for lifting cuttings from the
hole.
This tool is operated by high-pressure compressed air, injected through hollow
drilling pipes by means of 1200cfm, 320 psi Screw Air Compressor. Compressed air ensures
that the moment water is located, compressed air immediately lifts it to the surface.
We drilled sufficient diameter hole from ground level to final depth (s) using Down-
The-Hole (DTH) hammer with air/Water and foam to a recommended finished borehole.
We shall from time to time allow the consulting hydro geologist to inspect our daily
logs, geotechnical logs, water bearing strata, water rest level, estimation of yields, borehole
plumpness etc.
E. Gravel Pack: Inserting 2-4mm natural gravel outside the casing and inside the open
hole for artificial filtration.
F. Development: one need to do development by air jetting until water comes out
clean. Generally, it is 3 hours but still depends up on the hole.
3. Test-Pumping works
For the measuring exact yield of the borehole one has to do test
304
pumping i.e. pump out water continuously 24 hours, then one can know the yield of the well
and the rest level & pumping water level etc. This is most important process to decide the size
of pump.
The test pump will consist of step draw down and constant drawdown test as per the
instruction of supervisor.
During testing, we shall monitor water level using electric sounding or lighting dipper. The
deeper, we shall go in through a 1” piezometre tube installed alongside the test pumping
rising main secured by insulation tape or cable clip
4. Pump installation
On the basis of test pump report the Pump Installation depth, and size of pump,
motor, delivery pipe, cable, control panel, water meter and other sundries will be designed
and mobilized ready for installation. This will take 2 days upon completion of the test-
pumping works
305
METHOD STATEMENT FOR THECONSTRUCTION OF MHM LATRINES.
INTRODUCTION
The below Method Statement will be developed to construction phase upon award of the works. Key
issues are identified in the relevant sections below. The approximate duration of the program of
works is 11 working weeks from commencement of works on site. The works comprise the
partitioning, floor finishing, electrical works, installation of CCTV and mechanical works.
Prior to commencement of works on site, we will attend meetings with the client representative to
co-ordinate staff access and material delivery routes, reporting procedures etc. Following
commencement of works. All internal finishes to be carried out in accordance with drawings and
specifications provide by the design team.
GENERAL WORKS
It is not expected that fit out works will adversely impact on neighboring properties/ floors of the
building but in the event that any impact is foreseen, we will notify the clients’ representative prior
to undertaking works.
ELECTRICAL WORKS
306
area of the live providing at least a 1,000mm boundary. Hang insulating Matts over exposed
electrical components when possible. Check insulation of tools.
Visual inspection shall include: - Basic protection (protection against direct contact with live parts) -
Fault protection (protection against indirect contact with exposed conductive parts) - Protection
against hazardous parts any visual defects identified shall be rectified prior to carrying out the works.
Use manufacturers brand Type A probes, check for tight connections prior to use hang test
equipment adjacent to where probes are being used, do not over extend the leads. Use in-test correct
category test equipment only. Ensure all tools and equipment is maintained in good working order.
The test and commissioning phase is to be identified on the preliminary tender program attached. A
commissioning sequence will be co-ordinated with the M&E installers and the main contractor. The
Client/Client Representative will be invited to attend and witness testing.
HANDOVER
Handover date will be agreed following the production of all tender information and upon
production of the program of works to be approved by the project manager.
307
MOBILIZATION SCHEDULE
308
CONSTRUCTION OF MHM LATRINES AND REHABILITATION OF THE COMMUNITY BOREHOLES WITHIN KAJIADO COUNTY
MUSHIMI LIMITED
MOBILIZATION SCHEDULE
Commencement of the above captured work on site. It is a preparatory stage during which the majority of activities are managed by our
construction manager.
309
SITE ORGANIZATION
310
SITE ORGANIZATION
INTRODUCTION.
Site organization by Mushimi Limited will involve tasks, such as site investigation before
construction process starts, material delivery and procurement management, keeping
better site records, keeping good site communication and high level of information flow,
monitoring performance regularly, establishing a well coordination system among
different parts, and performing a neat site layout planning. This will be with the main aim
of preventing accidents, damage and health injury, and wasteful resource consumption by
managing transport times, material loss and waste.
STORING FACILITIES
Closed space required for power tools and weather sensitive materials/components shall
be provided by having designated storage areas for each of the different materials.
311
TRANSPORTATION AND STORING MATERIALS
The nature of materials delivered to and from site will be handled depending on whether
they are bulky, standard off shelf materials of fabricated units. The delivery, field storage
and installation be unique to the type of material.
312
FINANCIAL CAPACITY
313
LINE OF CREDIT
314
Wednesday, July 24, 2024
Dear Sir/Madam,
315