Evaluation Report Cleaning Services 2024
Evaluation Report Cleaning Services 2024
Evaluation Report Cleaning Services 2024
PART A: BASIC
INFORMATION
1. Name of Procuring Entity Office of the Attorney General and Department
of Justice
2. Item Description Provision Of Cleaning Services, Garbage
Collection And Gardening Services
3. Tender No. AG/SCMT/4.1/01/2023-2024.
4. Date Tender Invited 12th March, 2024
5. Date Tender Opened 22nd March, 2024
6. Members of Tender 1. Ms. Mercy Cherotich, Senior State Counsel
Opening Committee and Chairperson
Bidders Present (Annex list, 2. Mr. Dan Macheso, Senior State Counsel
if many) Member
3. Mr. Boniface Kiptoo, LCA
Member
4. Mr. Abraham Mutuku, SSCMA
Secretary
5. Ms. Gladys Kurgat, SCMO
Secretariat
1|Page
10. Names Of Appointed 1. Mr. Arif Muhashamy,AS
Evaluation Committee Chairperson
Members (Specify names, 2. Ms. Sarah Ranji, PSC Member
designation, section/org, 3. Ms. Diana Njeri, Senior Accountant
memo/letter reference Member
number and date ) – annex 4. Mr. Mark Inonda, Librarian(HR) Member
appointment letter 5. Mr. Mutai Kipkirui SCMO II Secretary
6. Mr. Anthony Kinyua, SCMA Secretariat
7. Ms. Irene Muthiani, SCMO
Secretariat
2|Page
No
1 M/s Hach Agencies P.O Box 40992-
Ltd NCA 6 00100 Nairobi
2 M/s Finetops P.O Box 45559-
Enterprises Ltd NCA 2 00100 Nairobi
3 M/s Libani General P.O Box 68150-
Suppliers Ltd NCA 5 00300 Nairobi
4 M/s Bentha P.O Box 53681-
Enterprises Ltd NCA 6 00200 Nairobi
5 M/s Docie General P.O Box 43438-
Supplier NCA 5 00100 Nairobi
6 M/s Cacotech Ltd NCA P.O Box 24954-
7 00100 Nairobi
7 M/s Mteja Agencies P.O Box 60694 -
Ltd NCA 5 00200 Nairobi
8 M/s Figmax Services P.O Box 21019 -
Ltd NCA 6 00100 Nairobi
9 M/s Plumdrain P.O Box 68735 -
Services Ltd NCA 4 00100 Nairobi
10 M/s Earthline P.O Box 35144 -
Ventures NCA 2 00200 Nairobi
3|Page
appointed by the Accounting Officer vide letter
Ref. No. AG/SCMT/R/4.5/5/2023-2024 dated 1st
February, 2024 at Sheria House 2nd Floor room
211 at 11:45am.
finetopsent@gmail.com
makau397@gmail.com
faithmukiri@gmail.com
hachagencies564@gmail.com
figmaxservicesltd@gmail.com
benthaenter@yahoo.com
jutherdorothy@gmail.com
2. TENDER EVALUATION
Mandatory Requirements
5|Page
not be allowed and will result in automatic
disqualification.
Observations
Five (5 No.) bidders were non-responsive to the
preliminary evaluation criteria and therefore
disqualified from further evaluation as indicated
below:
6|Page
B/ Firm Reasons for Non-
No Name Responsiveness
2 Cacotec • The mandatory
h Ltd requirement of either
pagination/initialing/signi
ngor stamping pages was
not adhered to.
• There was no submission
of audited accounts.
3 Plumdrai
• Certificate of
n Incorporation not
Services certified by an
Ltd advocate.
• Tax Compliance
Certificate
expired on
28/9/2023.
• NCA Practicing
License expired
on 30/06/2023.
• Current Single
Business Permit
not certified by
an advocate.
• Letter of
Authority to seek
references from
Tenderer’s
Bankers not
submitted.
• Power of Attorney
not stamped or
signed.
• Audited accounts
not signed.
5 Figmax • Certificate of
Services Incorporation not
Ltd certified by an Advocate.
• Single Business Permit
not certified by an
Advocate.
• Letter of Authority to
seek references from
Tenderer’s Bankers not
submitted.
• Audited Accounts not
submitted.
6 Libani
• Submitted
General Audited Accounts
Supplier
7|Page
B/ Firm Reasons for Non-
No Name Responsiveness
s Ltd
for up to 2021
only.
• CR 12 is not
within the last six
months.
8 Docie
• Certificate of
General Incorporation not
Supplier certified by
Advocate.
• Single Business
Permit not
attached.
• CR 12 not
attached.
• Letter of
Authority to seek
references from
Tenderer’s
Bankers not
submitted.
• Power of Attorney
not attached.
• Audited Accounts
not submitted.
• Code of Ethics
form not filled,
signed or
stamped.
8|Page
Technical evaluation of the responsive bids was
undertaken to determine compliance with
technical specifications and requirements.
Technical Requirements
No EVALUATION CRITERIA MAX
. SCORE
Firm’s Experience 30
marks
Provide evidence of Building Contracts
completed within the period (2018, 2019,
2020, 2021, 2022); a maximum of 3 No.
works of equivalent capacity (attach
completion certificates signed by the
Client)
Each contract with a completion certificate
where you were the main contractor (10
marks)
The tenderer to provide 9
recommendation letters from marks
Clients of successfully
undertaken projects of
equivalent, magnitude and
complexity.
9|Page
No EVALUATION CRITERIA MAX
. SCORE
0.15m2 (1.0mk)
- Concrete pump (1.0mk)
(c) Excavation equipment
- Dozer or equivalent with blade
and ripper (1.0mk)
- Wheeled excavator (1.0mk)
(d) Vertical movement
equipment/machinery
- tower crane (1.0mk)
-- Lifting and jacking gear-pipe
winch (1.0mk)
(Attach evidence of
ownership/lease agreement)
Proposed Project Personnel 13
marks
The tenderer to provide qualified
and experienced technical staff in
the Company, with training in a
building construction related field.
Site Agent/Manager Must attach
registration and practicing licenses
from any relevant professional
body certified by a commissioner
for oaths.
a. Site Manager at least
degree in
Engineering/Architecture/Quantit
y Surveying or Project
Management and 5 years specific
works experience in building
construction site management (4
marks)
10 | P a g e
No EVALUATION CRITERIA MAX
. SCORE
e. ICT Foreman: At least
diploma in Information
Technology and 5 years’
experience as a foreman in
building works (2 marks)
i. (Attach evidence)
Financial Capability 20
i. Submission of certified marks
bank statements for the past 6
months
(3marks).
ii. Turnover in the last
financial year
• over kshs.13 million -
10marks;
• below kshs.13 Million but
more than kshs.10 Million- 5
marks
• Below kshs.10 Million -1
Mark
iii. Total bank account
balances as at 31st of April 2023
(over
kshs.8Million – 4marks; below
kshs.8 Million – 1 mark).
iv. Letter(s) of credit from
the tenderer’s bankers (3 marks)
Quality Assurance for the 4
Proposed Works marks
11 | P a g e
No EVALUATION CRITERIA MAX
. SCORE
information on the location of
their office premises, size of the
office, tools and equipment to be
used if awarded the project;
i. Office Location (1mks)
ii. Size of office (Total
square area) - (over 200
square meters 1mk;
below 200 square meters
– 0.5mk).
iii. Tools & Equipment
(printer 0.5 mk, over 2
no. Computers/Laptops
(0.5mk)
iv. Evidence of atleast 1no.
Computer/Laptop
installed with Microsoft
Project software (1mk)
12 | P a g e
No EVALUATION CRITERIA MAX
. SCORE
Tenderers shall be required to
attain a score of 70 marks and
above to have their bids
evaluated for the equipment
offered against the minimum
technical specifications outlined
in Section VI
Observations
In the technical evaluation, bidder 1 did not
score the mandatory minimum of 70 and was
eliminated. Two (2 No.) bidders scored above
the minimum required points (70 Points) and
was therefore considered for further evaluation
as indicated below:
Table 2.3.3 Responsive Firms to the
Technical Evaluation Criteria
S/ Bidd Bidder Name Points
No. er
No.
1. 4 Hach Agencies Ltd 89
2. 7 Bentha Enterprises 93
Ltd
17 | P a g e