Vous êtes sur la page 1sur 75

REPUBLIC OF KENYA

OFFICE OF THE PRESIDENT

STATE HOUSE

TENDER NO. SH/001/2017-2019

FOR

SUPPLY OF GENERAL HARDWARE &


ELECTRICALS
FOR THE

FINANCIAL YEAR 2017/2019

TABLE OF CONTENTS
INTRODUCTION

SECTION I INVITATION TO TENDER

SECTION II INSTRUCTIONS TO TENDERERS


Appendix to Instructions to Tenderers

SECTION III GENERAL CONDITIONS OF CONTRACT

SECTION IV SPECIAL CONDITIONS OF CONTRACT

SECTION V TECHNICAL SPECIFICATIONS

SECTION VI SCHEDULE OF REQUIREMENTS

SECTION VII PRICE SCHEDULE FOR GOODS

SECTION VIII STANDARD FORMS

8.1 FORM OF TENDER

8.2 CONFIDENTIAL BUSINESS


QUESTIONNAIRES FORMS

8.3 TENDER SECURITY FORM

8.4 CONTRACT FORM

8.5 PERFORMANCE SECURITY FORM

8.6 BANK GUARANTTE FOR ADVANCE


PAYMENT FORM

8.7 MANUFACTURER’S AUTHORIZATION


FORM

SECTION I INVITATION TO TENDER


DATE: 26th February, 2018

2
TENDER REF NO.SH/001/2017-2019
TENDER NAME : SUPPLY OF GENERAL HARDWARE & ELECTRICALS
FOR THE FINANCIAL YEAR 2017-2019

1.1 STATE HOUSE invites sealed bids from eligible candidates for
supply of hardware and electrical items for the financial year 2017-
2019

1.2 Interested eligible candidates may obtain further information from and
inspect the tender documents at the Supply Chain Management
Office, State House Nairobi during normal working hours.

1.3 A complete tender document may be downloaded from


www.president.go.ke free of charge by ONLY the approved
candidates that have been prequalified in the category A07, supply of
hardware and electrical items under tender no. SH/01/2017-2018.

1.4 Prices quoted should be net inclusive of all taxes and delivery costs,
must be expressed in Kenya shillings and shall remain valid for a
period of Two years from the closing date of the tender.

1.5 Completed tender documents are to be enclosed in plain sealed


envelopes, marked with the tender number and be deposited in the
tender box provided at the Supply Chain Management Office, State
House Nairobi, or be addressed and posted to:
The Comptroller of State House,
P. O. Box 40530 - 00100
Nairobi.
So as to reach him on or before Tuesday, 13th March, 2018 at 10.00am.

1.6 Tenders will be opened immediately thereafter in the presence of the


tenderers representatives who choose to attend the opening at the new
Administration conference room on Tuesday, 13th March,
2018 at 10.00am
NB: BIDDERS THAT HAVE NOT BEEN APPROVED WILL BE
DISQUALIFIED AT OPENING.

Head, Supply Chain Management Services

SECTION II - INSTRUCTIONS TO TENDERERS

3
Table of Clauses

2.1 Eligible tenderers


2.2 Eligible goods
2.3 Cost of tendering
2.4 Contents of Tender document
2.5 Clarification of documents
2.6 Amendment of documents
2.7 Language of tender
2.8 Documents comprising the tender
2.9 Tender forms
2.10 Tender prices
2.11 Tender currencies
2.12 Tenderers eligibility and qualifications
2.13 Goods’ eligibility and conformity to
tender documents
2.14 Tender security
2.15 Validity of tenders
2.16 Format and signing of tenders
2.17 Sealing and marking of tenders
2.18 Deadline for submission of tender
2.19 Modification and withdrawal of tenders
2.20 Opening of tenders
2.21 Clarification of tenders
2.22 Preminary examination
2.23 Conversion to single currency
2.24 Evaluation and comparison of tenders
2.25 Contacting the procuring entity
2.26 Award of contract
(a) Post qualification
(b) Award criteria
(c) Procuring entity’s right to vary quantities
(d) Procuring entity’s right to accept or
reject any or all tenders
2.27 Notification of award
2.28 Signing of contract
2.29 Performance security
2.30 Corrupt or fraudulent practices

SECTION II - INSTRUCTIONS TO TENDERERS

2.1 Eligible Tenderers


4
2.1.1 This Invitation for Tenders is open to all tenderers eligible as
described in the Invitation to Tender. Successful tenderers shall
complete the supply of goods by the intended completion date
specified in the Schedule of Requirements Section VI.
2.1.2 The procuring entity’s employees, committee members, board
members and their relative (spouse and children) are not eligible to
participate in the tender.
2.1.3 Tenderers shall provide the qualification information statement that
the tenderer (including all members of a joint venture and
subcontractors) is not associated, or have been associated in the past,
directly or indirectly, with a firm or any of its affiliates which have
been engaged by the Procuring entity to provide consulting services
for the preparation of the design, specifications, and other documents
to be used for the procurement of the goods under this Invitation for
tenders.
2.1.4 Tenderers shall not be under a declaration of ineligibility for corrupt
and fraudulent practices.

2.2 Eligible Goods


2.2.1 All goods to be supplied under the contract shall have their origin in
eligible source countries.
2.2.2 For purposes of this clause, “origin” means the place where the goods
are mined, grown, or produced. Goods are produced when, through
manufacturing, processing, or substantial and major assembly of
components, a commercially-recognized product results that is
substantially different in basic characteristics or in purpose or utility
from its components
2.2.3 The origin of goods is distinct from the nationality of the tenderer.

2.3 Cost of Tendering


2.3.1 The Tenderer shall bear all costs associated with the preparation and
submission of its tender, and the procuring entity, will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process.
2.3.2 The price to be charged for the tender document shall not exceed
Kshs.5,000/=
2.3.3 All firms found capable of performing the contract satisfactorily in
accordance with the set prequalification criteria shall be prequalified.

2.4. The Tender Document

5
2.4.1 The tender document comprises the documents listed below and
addenda issued in accordance with clause 2.6 of these instructions to
Tenderers
(i) Invitation to Tender
(ii) Instructions to tenderers
(iii) General Conditions of Contract
(iv) Special Conditions of Contract
(v) Schedule of requirements
(vi) Technical Specifications
(vii) Tender Form and Price Schedules
(viii) Tender Security Form
(ix) Contract Form
(x) Performance Security Form
(xi) Bank Guarantee for Advance Payment Form
(xii) Manufacturer’s Authorization Form
(xiii) Confidential Business Questionnaire
2.4.2 The Tenderer is expected to examine all instructions, forms, terms,
and specifications in the tender documents. Failure to furnish all
information required by the tender documents or to submit a tender
not substantially responsive to the tender documents in every respect
will be at the tenderers risk and may result in the rejection of its
tender.

2.5 Clarification of Documents


2.5.1 A prospective tenderer requiring any clarification of the tender
document may notify the Procuring entity in writing or by post at the
entity’s address indicated in the Invitation to Tender. The Procuring
entity will respond in writing to any request for clarification of the
tender documents, which it receives not later than seven (7) days
prior to the deadline for the submission of tenders, prescribed by the
procuring entity. Written copies of the Procuring entities response
(including an explanation of the query but without identifying the
source of inquiry) will be sent to all prospective tenderers that have
received the tender document.
2.5.2 The procuring entity shall reply to any clarifications sought by the
tenderer within 3 days of receiving the request to enable the tenderer
to make timely submission of its tender.

2.6 Amendment of Documents


2.6.1 At any time prior to the deadline for submission of tenders, the
Procuring entity, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective tenderer, may
modify the tender documents by amendment.
6
2.6.2 All prospective candidates that have received the tender documents
will be notified of the amendment in writing or by post and will be
binding on them.
2.6.3 In order to allow prospective tenderers reasonable time in which to
take the amendment into account in preparing their tenders, the
Procuring entity, at its discretion, may extend the deadline for the
submission of tenders.

2.7 Language of Tender


2.7.1 The tender prepared by the tenderer, as well as all correspondence and
documents relating to the tender exchange by the tenderer and the
Procuring entity, shall be written in English language, provided that
any printed literature furnished by the tenderer may be written in
another language provided they are accompanied by an accurate
English translation of the relevant passages in which case, for
purposes of interpretation of the tender, the English translation shall
govern.

2.8 Documents Comprising of Tender


2.8.1 The tender prepared by the tenderers shall comprise the following
components
(a) a Tender Form and a Price Schedule completed in
accordance with paragraph 2.9, 2.10 and 2.11 below
(b) documentary evidence established in accordance with
paragraph 2.1 that the tenderer is eligible to tender and is
qualified to perform the contract if its tender is accepted;
(c) documentary evidence established in accordance with
paragraph 2.2 that the goods and ancillary services to be
supplied by the tenderer are eligible goods and services
and conform to the tender documents; and
(d) tender security furnished in accordance with paragraph
2.14
2.9 Tender Forms
2.9.1 The tenderer shall complete the Tender Form and the appropriate
Price Schedule furnished in the tender documents, indicating the
goods to be supplied, a brief description of the goods, their country of
origin, quantity, and prices.
2.10 Tender Prices
2.10.1 The tenderer shall indicate on the appropriate Price Schedule the unit
prices and total tender price of the goods it proposes to supply under
the contract

7
2.10.2 Prices indicated on the Price Schedule shall include all costs
including taxes, insurances and delivery to the premises of the entity.
2.10.3 Prices quoted by the tenderer shall be fixed during the Tender’s
performance of the contract and not subject to variation on any
account. A tender submitted with an adjustable price quotation will
be treated as non-responsive and will be rejected, pursuant to
paragraph 2.22
2.10.4 The validity period of the tender shall be 60 days from the date of
opening of the tender.

2.11 Tender Currencies


2.11.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in
the Appendix to Instructions to Tenderers.

2.12 Tenderers Eligibility and Qualifications


2.12.1Pursuant to paragraph 2.1. the tenderer shall furnish, as part of its
tender, documents establishing the tenderers eligibility to tender and
its qualifications to perform the contract if its tender is accepted.
2.12.2The documentary evidence of the tenderers eligibility to tender shall
establish to the Procuring entity’s satisfaction that the tenderer, at the
time of submission of its tender, is from an eligible source country as
defined under paragraph 2.1
2.12.3The documentary evidence of the tenderers qualifications to perform
the contract if its tender is accepted shall be established to the
Procuring entity’s satisfaction;
(a) that, in the case of a tenderer offering to supply goods under the
contract which the tenderer did not manufacture or otherwise
produce, the tenderer has been duly authorized by the goods’
Manufacturer or producer to supply the goods.
(b) that the tenderer has the financial, technical, and production
capability necessary to perform the contract;
(c) that, in the case of a tenderer not doing business within Kenya,
the tenderer is or will be (if awarded the contract) represented
by an Agent in Kenya equipped, and able to carry out the
Tenderer’s maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or
Technical Specifications.
2.13 Goods Eligibility and Conformity to Tender Documents
2.13.1 Pursuant to paragraph 2.2 of this section, the tenderer shall furnish, as
part of its tender documents establishing the eligibility and conformity
to the tender documents of all goods which the tenderer proposes to
supply under the contract

8
2.13.2 The documentary evidence of the eligibility of the goods shall consist
of a statement in the Price Schedule of the country of origin of the
goods and services offered which shall be confirmed by a certificate
of origin issued at the time of shipment.
2.13.3 The documentary evidence of conformity of the goods to the tender
documents may be in the form of literature, drawings, and data, and
shall consist of:
(a) a detailed description of the essential technical and performance
characteristic of the goods;
(b) a list giving full particulars, including available source and
current prices of spare parts, special tools, etc., necessary for
the proper and continuing functioning of the goods for a period
of two (2) years, following commencement of the use of the
goods by the Procuring entity; and
(c) a clause-by-clause commentary on the Procuring entity’s
Technical Specifications demonstrating substantial
responsiveness of the goods and service to those specifications,
or a statement of deviations and exceptions to the provisions of
the Technical Specifications.
2.13.4 For purposes of the documentary evidence to be furnished pursuant to
paragraph 2.13.3(c) above, the tenderer shall note that standards for
workmanship, material, and equipment, as well as references to brand
names or catalogue numbers designated by the Procurement entity in
its Technical Specifications, are intended to be descriptive only and
not restrictive. The tenderer may substitute alternative standards,
brand names, and/or catalogue numbers in its tender, provided that it
demonstrates to the Procurement entity’s satisfaction that the
substitutions ensure substantial equivalence to those designated in the
Technical Specifications.

2.14 Tender Security


2.14.1 The tenderer shall furnish, as part of its tender, a tender security for
the amount specified in the Appendix to Invitation to Tenderers.
2.14.2 The tender security shall be in the amount of 0.5 – 2 per cent of the
tender price.
2.14.3 The tender security is required to protect the Procuring entity against
the risk of Tenderer’s conduct which would warrant the security’s
forfeiture, pursuant to paragraph 2.14.7
2.14.4 The tender security shall be denominated in Kenya Shillings or in
another freely convertible currency, and shall be in the form of a bank
guarantee or a bank draft issued by a reputable bank located in Kenya
or abroad, or a guarantee issued by a reputable insurance company in
the form provided in the tender documents or another form acceptable
9
to the Procuring entity and valid for thirty (30) days beyond the
validity of the tender.
2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and
2.14.3 will be rejected by the Procuring entity as non responsive,
pursuant to paragraph 2.22
2.14.6 Unsuccessful Tenderer’s tender security will be discharged or
returned as promptly as possible, but not later than thirty (30) days
after the expiration of the period of tender validity prescribed by the
Procuring entity.
2.14.7 The successful Tenderer’s tender security will be discharged upon the
tenderer signing the contract, pursuant to paragraph 2.27 and
furnishing the performance security, pursuant to paragraph 2.28
2.14.8 The tender security may be forfeited:
(a) if a tenderer withdraws its tender during the period of tender
validity specified by the procuring entity on the Tender Form;or
(b) in the case of a successful tenderer, if the tenderer fails:
(i) to sign the contract in accordance with paragraph 2.27, or
(ii) to furnish performance security in accordance with
paragraph 2.28

2.15 Validity of Tenders


2.15.1 Tenders shall remain valid for 90 days or as specified in the Invitation
to Tender after the date of tender opening prescribed by the Procuring
entity, pursuant to paragraph 2.18. A tender valid for a shorter period
shall be rejected by the Procuring entity as non responsive.
2.15.2 In exceptional circumstances, the Procuring entity may solicit the
Tenderer’s consent to an extension of the period of validity. The
request and the responses thereto shall be made in writing. The tender
security provided under paragraph 2.14 shall also be suitably
extended. A tenderer may refuse the request without forfeiting its
tender security. A tenderer granting the request will not be required
nor permitted to modify its tender.

2.16 Format and Signing of Tender


2.16.1 The Procuring entity shall prepare two copies of the tender, clearly
marking each “ORIGINAL TENDER” and “COPY OF TENDER,” as
appropriate. In the event of any discrepancy between them, the
original shall govern.
2.16.2 The original and all copies of the tender shall be typed or written in
indelible ink and shall be signed by the tenderer or a person or persons
duly authorized to bind the tenderer to the contract. The latter
authorization shall be indicated by written power-of-attorney
accompanying the tender. All pages of the tender, except for
10
unamended printed literature, shall be initialed by the person or
persons signing the tender.
2.16.3 The tender shall have no interlineations, erasures, or overwriting
except as necessary to correct errors made by the tenderer, in which
case such corrections shall be initialed by the person or persons
signing the tender.

2.17 Sealing and Marking of Tenders


2.17.1 The Tenderer shall seal the original and each copy of the tender in
separate envelopes, duly marking the envelopes as “ORIGINAL” and
“COPY.” The envelopes shall then be sealed in an outer envelope.
2.17.2 The inner and outer envelopes shall:
(a) be addressed to the Procuring entity at the address given in the
Invitation to Tender:
(b) bear, tender number and name in the Invitation for
Tenders and the words, “DO NOT OPEN BEFORE,” Tuesday, 13th
March, 2018 at 10.00am
2.17.3 The inner envelopes shall also indicate the name and address of the
tenderer to enable the tender to be returned unopened in case it is
declared “late”.
2.17.4 If the outer envelope is not sealed and marked as required by
paragraph 2.17.2, the Procuring entity will assume no responsibility
for the tender’s misplacement or premature opening.

2.18 Deadline for Submission of Tenders


2.18.1 Tenders must be received by the Procuring entity at the address
specified under paragraph 2.17.2 no later than Tuesday, 13th March,
2018 at 10.00am
2.18.2 The Procuring entity may, at its discretion, extend this deadline for the
submission of tenders by amending the tender documents in
accordance with paragraph 2.6, in which case all rights and
obligations of the Procuring entity and candidates previously subject
to the deadline will therefore be subject to the deadline as extended

2.19 Modification and Withdrawal of Tenders


2.19.1 The tenderer may modify or withdraw its tender after the tender’s
submission, provided that written notice of the modification, including
substitution or withdrawal of the tenders, is received by the Procuring
Entity prior to the deadline prescribed for submission of tenders.
2.19.2 The Tenderer’s modification or withdrawal notice shall be prepared,
sealed, marked, and dispatched in accordance with the provisions of
paragraph 2.17. A withdrawal notice may also be sent by cable, telex

11
but followed by a signed confirmation copy, postmarked not later than
the deadline for submission of tenders.
2.19.3 No tender may be modified after the deadline for submission of
tenders.
2.19.4 No tender may be withdrawn in the interval between the deadline for
submission of tenders and the expiration of the period of tender
validity specified by the tenderer on the Tender Form. Withdrawal of
a tender during this interval may result in the Tenderer’s forfeiture of
its tender security, pursuant to paragraph 2.14.7
2.19.5 The procuring entity may at any time terminate procurement
proceedings before contract award and shall not be liable to any
person for the termination.
2.19.6 The procuring entity shall give prompt notice of the termination to the
tenderers and on request give its reasons for termination within 14
days of receiving the request from any tenderer.

2.20 Opening of Tenders


2.20.1 The Procuring entity will open all tenders in the presence of tenderers’
representatives who choose to attend, at Tuesday, 13th March, 2018
at 10.00am and in the location specified in the Invitation to Tender.
The tenderers’ representatives who are present shall sign a register
evidencing their attendance.
2.20.2 The tenderers’ names, tender modifications or withdrawals, tender
prices, discounts and the presence or absence of requisite tender
security and such other details as the Procuring entity, at its discretion,
may consider appropriate, will be announced at the opening.
2.20.3 The Procuring entity will prepare minutes of the tender opening.

2.21 Clarification of Tenders


2.21.1 To assist in the examination, evaluation and comparison of tenders the
Procuring entity may, at its discretion, ask the tenderer for a
clarification of its tender. The request for clarification and the
response shall be in writing, and no change in the prices or substance
of the tender shall be sought, offered, or permitted.
2.21.2 Any effort by the tenderer to influence the Procuring entity in the
Procuring entity’s tender evaluation, tender comparison or contract
award decisions may result in the rejection of the tenderers’ tender.

2.22 Preliminary Examination


2.22.1 The Procuring entity will examine the tenders to determine whether
they are complete, whether any computational errors have been made,
whether required sureties have been furnished, whether the documents

12
have been properly signed, and whether the tenders are generally in
order.
2.22.2 Arithmetical errors will be rectified on the following basis. If there is
a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantify, the unit price
shall prevail, and the total price shall be corrected. If the candidate
does not accept the correction of the errors, its tender will be rejected,
and its tender security forfeited. If there is a discrepancy between
words and figures the amount in words will prevail
2.22.3 The Procuring entity may waive any minor informality or non-
conformity or irregularity in a tender which does not constitute a
material deviation, provided such waiver does not prejudice or effect
the relative ranking of any tenderer.
2.22.4 Prior to the detailed evaluation, pursuant to paragraph 2.23 the
Procuring entity will determine the substantial responsiveness of each
tender to the tender documents. For purposes of these paragraphs, a
substantially responsive tender is one, which conforms to all the terms
and conditions of the tender documents without material deviations.
The Procuring entity’s determination of a tender’s responsiveness is to
be based on the contents of the tender itself without recourse to
extrinsic evidence.
2.22.5 If a tender is not substantially responsive, it will be rejected by the
Procuring entity and may not subsequently be made responsive by the
tenderer by correction of the non conformity.

2.23 Conversion to Single Currency


2.23.1 Where other currencies are used, the procuring entity will convert
these currencies to Kenya Shillings using the selling exchange rate on
the date of tender closing provided by the Central Bank of Kenya.

2.24 Evaluation and Comparison of Tenders


2.24.1 The Procuring entity will evaluate and compare the tenders which
have been determined to be substantially responsive, pursuant to
paragraph 2.22
2.24.2 The tender evaluation committee shall evaluate the tender within 30
days of the validity period from the date of opening the tender.
2.24.3 A tenderer who gives false information in the tender document about
its qualification or who refuses to enter into a contract after
notification of contract award shall be considered for debarment from
participating in future public procurement.
2.25 Preference
2.25.1 Preference where allowed in the evaluation of tenders shall not exceed
15%
13
2.26 Contacting the Procuring entity
2.26.1 Subject to paragraph 2.21 no tenderer shall contact the Procuring
entity on any matter related to its tender, from the time of the tender
opening to the time the contract is awarded.
2.26.2 Any effort by a tenderer to influence the Procuring entity in its
decisions on tender, evaluation, tender comparison, or contract award
may result in the rejection of the Tenderer’s tender.

2.27 Award of Contract


(a) Post-qualification
2.27.1 In the absence of pre-qualification, the Procuring entity will determine
to its satisfaction whether the tenderer that is selected as having
submitted the lowest evaluated responsive tender is qualified to
perform the contract satisfactorily.
2.27.2 The determination will take into account the tenderer financial,
technical, and production capabilities. It will be based upon an
examination of the documentary evidence of the tenderers
qualifications submitted by the tenderer, pursuant to paragraph 2.12.3
as well as such other information as the Procuring entity deems
necessary and appropriate.
2.27.3 An affirmative determination will be a prerequisite for award of the
contract to the tenderer. A negative determination will result in
rejection of the Tenderer’s tender, in which event the Procuring entity
will proceed to the next lowest evaluated tender to make a similar
determination of that Tenderer’s capabilities to perform satisfactorily.

(b) Award Criteria


2.27.4 The Procuring entity will award the contract to the successful
tenderer(s) whose tender has been determined to be substantially
responsive and has been determined to be the lowest evaluated tender,
provided further that the tenderer is determined to be qualified to
perform the contract satisfactorily.

(c) Procuring entity’s Right to Vary quantities


2.27.5 The Procuring entity reserves the right at the time of contract award
to increase or decrease the quantity of goods originally specified in
the Schedule of requirements without any change in unit price or other
terms and conditions

(d) Procuring entity’s Right to Accept or Reject Any or All Tenders


2.27.6 The Procuring entity reserves the right to accept or reject any tender,
and to annul the tendering process and reject all tenders at any time
prior to contract award, without thereby incurring any liability to the
14
affected tenderer or tenderers or any obligation to inform the affected
tenderer or tenderers of the grounds for the Procuring entity’s action

2.28 Notification of Award


2.28.1 Prior to the expiration of the period of tender validity, the Procuring
entity will notify the successful tenderer in writing that its tender has
been accepted.
2.28.2 The notification of award will constitute the formation of the
Contract but will have to wait until the contract is finally signed by
both parties
2.28.3 Upon the successful Tenderer’s furnishing of the performance security
pursuant to paragraph 2.28, the Procuring entity will promptly notify
each unsuccessful Tenderer and will discharge its tender security,
pursuant to paragraph 2.14

2.29 Signing of Contract


2.29.1 At the same time as the Procuring entity notifies the successful
tenderer that its tender has been accepted, the Procuring entity will
send the tenderer the Contract Form provided in the tender
documents, incorporating all agreements between the parties.
2.29.2 The parties to the contract shall have it signed within 30 days from the
date of notification of contract award unless thee is an administrative
review request.
2.29.3 Within thirty (30) days of receipt of the Contract Form, the successful
tenderer shall sign and date the contract and return it to the Procuring
entity.

2.30 Performance Security


2.30.1 Within Thirty (30) days of the receipt of notification of award from
the Procuring entity, the successful tenderer shall furnish the
performance security in accordance with the Conditions of Contract,
in the Performance Security Form provided in the tender documents,
or in another form acceptable to the Procuring entity.
2.30.2 Failure of the successful tenderer to comply with the requirements of
paragraph 2.27 or paragraph 2.28 shall constitute sufficient grounds
for the annulment of the award and forfeiture of the tender security, in
which event the Procuring entity may make the award to the next
lowest evaluated Candidate or call for new tenders.

2.31 Corrupt or Fraudulent Practices


2.31.1 The Procuring entity requires that tenderers observe the highest
standard of ethics during the procurement process and execution of

15
contracts when used in the present regulations, the following terms are
defined as follows;
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting of any thing of value to influence the action of a
public official in the procurement process or in contract
execution; and
(ii) “fraudulent practice” means a misrepresentation of facts in
order to influence a procurement process or the execution of a
contract to the detriment of the Procuring entity, and includes
collusive practice among tenderer (prior to or after tender
submission) designed to establish tender prices at artificial non-
competitive levels and to deprive the Procuring entity of the
benefits of free and open competition;
2.31.2 The procuring entity will reject a proposal for award if it determines
that the tenderer recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in question.
2.31.3 Further a tenderer who is found to have indulged in corrupt or
fraudulent practices risks being debarred from participating in public
procurement in Kenya.

Appendix to Instructions to Tenderers


The following information regarding the particulars of the tender shall
complement supplement or amend the provisions of the instructions to
tenderers. Wherever there is a conflict between the provision of the
instructions to tenderers and the provisions of the appendix, the provisions
of the appendix herein shall prevail over those of the instructions to
tenderers

INSTRUCTIONS TO PARTICULARS OF APPENDIX


TENDERERS REFERENCE TO INSTRUCTIONS TO
TENDERS
2.1.1 Bidders successfully prequalified
under tender no: SH/01/2017-2019
2.14.1 Tender Security shall be Kenya
shillings Hundred Thousand
2.16.1 Only one original copy to be
submitted
2.18.1 Tuesday, 13th March, 2018 at
10.00am
2.29.1 As in 2.18.1 above
2.29.1 N/A

16
SECTION III: GENERAL CONDITIONS OF CONTRACT

Table of Clauses

3.1 Definitions
3.2 Application
3.3 Country of Origin
3.4 Standards
3.5 Use of Contract documents and information
3.6 Patent Rights
3.7 Performance security
3.8 Inspection and Tests
3.9 Packing
3.10 Delivery and documents
3.11 Insurance
3.12 Payment
3.13 Price
3.14 Assignments
3.15 Sub contracts
3.16 Termination for default
3.17 Liquidated damages
3.18 Resolution of Disputes
3.19 Language and law
3.20 Force Majeure

3.1 Definitions
3.1.1 In this Contract, the following terms shall be interpreted as indicated:-
(a) “The Contract” means the agreement entered into between the
Procuring entity and the tenderer, as recorded in the Contract
Form signed by the parties, including all attachments and
appendices thereto and all documents incorporated by reference
therein.
(b) “The Contract Price” means the price payable to the tenderer
under the Contract for the full and proper performance of its
contractual obligations
(c) “The Goods” means all of the equipment, machinery, and/or
other materials, which the tenderer is required to supply to the
Procuring entity under the Contract.
(d) “The Procuring entity” means the organization purchasing the
Goods under this Contract.

17
(e) “The Tenderer’ means the individual or firm supplying the
Goods under this Contract.

3.2 Application
3.2.1 These General Conditions shall apply in all Contracts made by the
Procuring entity for the procurement installation and commissioning
of equipment

3.3 Country of Origin


3.3.1 For purposes of this clause, “Origin” means the place where the
Goods were mined, grown or produced.
3.3.2 The origin of Goods and Services is distinct from the nationality of
the tenderer.

3.4 Standards
3.4.1 The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications.

3.5 Use of Contract Documents and Information


3.5.1 The tenderer shall not, without the Procuring entity’s prior written
consent, disclose the Contract, or any provision therefore, or any
specification, plan, drawing, pattern, sample, or information furnished
by or on behalf of the Procuring entity in connection therewith, to any
person other than a person employed by the tenderer in the
performance of the Contract.
3.5.2 The tenderer shall not, without the Procuring entity’s prior written
consent, make use of any document or information enumerated in
paragraph 3.5.1 above
3.5.3 Any document, other than the Contract itself, enumerated in
paragraph 3.5.1 shall remain the property of the Procuring entity and
shall be returned (all copies) to the Procuring entity on completion of
the Tenderer’s performance under the Contract if so required by the
Procuring entity

3.6 Patent Rights


3.6.1 The tenderer shall indemnify the Procuring entity against all third-
party claims of infringement of patent, trademark, or industrial design
rights arising from use of the Goods or any part thereof in the
Procuring entity’s country
3.7 Performance Security
3.7.1 Within thirty (30) days of receipt of the notification of Contract
award, the successful tenderer shall furnish to the Procuring entity the

18
performance security in the amount specified in Special Conditions of
Contract.
3.7.2 The proceeds of the performance security shall be payable to the
Procuring entity as compensation for any loss resulting from the
Tenderer’s failure to complete its obligations under the Contract.
3.7.3 The performance security shall be denominated in the currency of the
Contract, or in a freely convertible currency acceptable to the
Procuring entity and shall be in the form of a bank guarantee or an
irrevocable letter of credit issued by a reputable bank located in
Kenya or abroad, acceptable to the Procuring entity, in the form
provided in the tender documents.
3.7.4 The performance security will be discharged by the Procuring entity
and returned to the Candidate not later than thirty (30) days following
the date of completion of the Tenderer’s performance obligations
under the Contract, including any warranty obligations, under the
Contract

3.8 Inspection and Tests


3.8.1 The Procuring entity or its representative shall have the right to
inspect and/or to test the goods to confirm their conformity to the
Contract specifications. The Procuring entity shall notify the tenderer
in writing in a timely manner, of the identity of any representatives
retained for these purposes.
3.8.2 The inspections and tests may be conducted in the premises of the
tenderer or its subcontractor(s), at point of delivery, and/or at the
Goods’ final destination If conducted on the premises of the tenderer
or its subcontractor(s), all reasonable facilities and assistance,
including access to drawings and production data, shall be furnished
to the inspectors at no charge to the Procuring entity.
3.8.3 Should any inspected or tested goods fail to conform to the
Specifications, the Procuring entity may reject the equipment, and the
tenderer shall either replace the rejected equipment or make
alterations necessary to make specification requirements free of costs
to the Procuring entity.
3.8.4 The Procuring entity’s right to inspect, test and where necessary,
reject the goods after the Goods’ arrival shall in no way be limited or
waived by reason of the equipment having previously been inspected,
tested and passed by the Procuring entity or its representative prior to
the equipment delivery.
3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from
any warranty or other obligations under this Contract.

3.9 Packing
19
3.9.1 The tenderer shall provide such packing of the Goods as is required to
prevent their damage or deterioration during transit to their final
destination, as indicated in the Contract.
3.9.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall
be expressly provided for in the Contract

3.10 Delivery and Documents


3.10.1 Delivery of the Goods shall be made by the tenderer in accordance
with the terms specified by Procuring entity in its Schedule of
Requirements and the Special Conditions of Contract

3.11 Insurance
3.11.1 The Goods supplied under the Contract shall be fully insured against
loss or damage incidental to manufacturer or acquisition,
transportation, storage, and delivery in the manner specified in the
Special conditions of contract.

3.12 Payment
3.12.1 The method and conditions of payment to be made to the tenderer
under this Contract shall be specified in Special Conditions of
Contract
3.12.2 Payments shall be made promptly by the Procuring entity as specified
in the contract

3.13 Prices
3.13.1 Prices charged by the tenderer for goods delivered and services
performed under the Contract shall not, with the exception of any
price adjustments authorized in Special Conditions of Contract, vary
from the prices by the tenderer in its tender.
3.13.2 Contract price variations shall not be allowed for contracts not
exceeding one year (12 months)
3.13.3 Where contract price variation is allowed, the variation shall not
exceed 10% of the original contract price.
3.13.4 Price variation request shall be processed by the procuring entity
within 30 days of receiving the request.

3.14. Assignment
3.14.1 The tenderer shall not assign, in whole or in part, its obligations to
perform under this Contract, except with the Procuring entity’s prior
written consent

20
3.15 Subcontracts
3.15.1 The tenderer shall notify the Procuring entity in writing of all
subcontracts awarded under this Contract if not already specified in
the tender. Such notification, in the original tender or later, shall not
relieve the tenderer from any liability or obligation under the
Contract

3.16 Termination for default


3.16.1 The Procuring entity may, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the tenderer,
terminate this Contract in whole or in part
(a) if the tenderer fails to deliver any or all of the goods within
the period(s) specified in the Contract, or within any
extension thereof granted by the Procuring entity
(b) if the tenderer fails to perform any other obligation(s) under
the Contract
(c) if the tenderer, in the judgment of the Procuring entity has
engaged in corrupt or fraudulent practices in competing for
or in executing the Contract
3.16.2 In the event the Procuring entity terminates the Contract in whole or
in part, it may procure, upon such terms and in such manner as it
deems appropriate, equipment similar to those undelivered, and the
tenderer shall be liable to the Procuring entity for any excess costs for
such similar goods.

3.17 Liquidated Damages


3.17.1. If the tenderer fails to deliver any or all of the goods within the
period(s) specified in the contract, the procuring entity shall, without
prejudice to its other remedies under the contract, deduct from the
contract prices liquidated damages sum equivalent to 0.5% of the
delivered price of the delayed items up to a maximum deduction of
10% of the delayed goods. After this the tenderer may consider
termination of the contract.

3.18 Resolution of Disputes


3.18.1 The procuring entity and the tenderer shall make every effort to
resolve amicably by direct informal negotiation and disagreement or
dispute arising between them under or in connection with the contract
3.18.2 If, after thirty (30) days from the commencement of such informal
negotiations both parties have been unable to resolve amicably a
contract dispute, either party may require adjudication in an agreed
national or international forum, and/or international arbitration.

21
3.19 Language and Law
3.19.1 The language of the contract and the law governing the contract shall
be English language and the Laws of Kenya respectively unless
otherwise stated.

3.20 Force Majeure


3.20.1 The tenderer shall not be liable for forfeiture of its performance
security or termination for default if and to the extent that it’s delay
in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.

SECTION IV - SPECIAL CONDITIONS OF CONTRACT

4.1. Special Conditions of Contract shall supplement the General


Conditions of Contract. Whenever there is a conflict, between the
GCC and the SCC, the provisions of the SCC herein shall prevail over
these in the GCC.
4.2. Special conditions of contract as relates to the GCC

REFERENCE OF SPECIAL CONDITIONS OF


GCC CONTRACT

3.7.1 N/A

3.12.1 Full payments via Electronic Funds


Transfer after satisfactory service
delivery within 30 days of Invoice.
3.18.1 Kenyan Law

SECTION V - TECHNICAL SPECIFICATIONS

5.1 General
5.1.1 These specifications describe the requirements for goods. Tenderers
are requested to submit with their offers the detailed specifications,
drawings, catalogues, etc for the products they intend to supply
5.1.2 Tenderers must indicate on the specifications sheets whether the
equipment offered comply with each specified requirement.

22
5.1.3 All the dimensions and capacities of the equipment to be supplied
shall not be less than those required in these specifications.
Deviations from the basic requirements, if any shall be explained in
detail in writing with the offer, with supporting data such as
calculation sheets, etc. The procuring entity reserves the right to
reject the products, if such deviations shall be found critical to the use
and operation of the products.
5.1.4 The tenderers are requested to present information along with their
offers as follows:
(i) Shortest possible delivery period of each product
(ii) Information on proper representative and/or workshop for back-up
service/repair and maintenance including their names and
addresses.

5.2 PARTICULARS

[As per the attached list]

SECTION VI -SCHEDULE OF REQUIREMENTS

(As per Attached list of requirements)

SECTION VII - PRICE SCHEDULE FOR GOODS

Name of tenderer Tender Number Page of


ELECTRICAL MECHANICAL COMPONENTS TENDER SH/004/2017-2019
LOT 1:
MATERIALS UNIT of Qty UNIT REMARKS
issue PRICE
1. 13AMP Top Plugs(MK) Or Pcs AWR
Crabtree
2. 2.5mm Heat Resistant Cable, Rolls AWR
Asbestos
3. Air Conditioners 12000 BTU Pcs AWR
LG Or Equivalent-wall
mounted
4. Air Conditioners 18000 BTU Pcs AWR
LG Or Equivalent- wall/floor
mounted
5. Air Conditioners 24000 BTU Pcs AWR

23
LG Or Equivalent wall/floor
mounted
6. Air Conditioners 36000 BTU Pcs AWR
LG Or Equivalent
7. Air Conditioners 48000 LG Pcs AWR
BTU Or Equivalent
8. Air Conditioner Replicable Pcs AWR
Filters
9. Air Conditioner Replicable Pcs AWR
Filters
10. Allen Keys Assorted Hollow Packets AWR
Type
11. Aluminum Insulating Tapes ½” Rolls AWR
12. Aluminum Insulating Tape ¾” Rolls AWR
13. Ambro Spray Paint Assorted Tins AWR
14. Arm Flex Insulating Tubes rolls AWR
¼”,1/2” & 5/8”
15. Arm Flex Insulating Tubes An packets AWR
Nuts
16. Assorted Bolts & Nuts PCS AWR
17. Assorted Bolts & Nuts Steel PCS AWR
18. Automatic Expansion Valve ½ PCS AWR
Ton & ¼
19. Automatic Voltage Switcher 30 PCS AWR
Amps & 5 Amps
20. Baby Seat Switches PCS AWR
21. Bearings Assorted Low Spaced PCS AWR
SKF
22. Brazing Rods Silver Coated Packets AWR
23. Cabinet Lamps R 17 15w Pcs AWR
24. Cabinet Lamps, R17-15w Pcs AWR
25. Camping Gas Butane R600 Tins AWR
500g
26. Charging Horse Imperial Packets AWR
27. Check Valve Assorted pcs AWR
28. Condenser Fan Motors pcs AWR
Assorted
29. Conductors Single Phase pcs AWR
Siemens
30. Cooker Burner pcs AWR
31. Copper Brazing Rods Packets AWR
32. Copper Pipe RAC – K – 3/8 rolls AWR
71/2
33. Copper Pipes RAC Type K ¼”, rolls AWR
3/8”,1/2”,1/16”, 3/16”, 5/16,
¾” And 5/8”

24
34. Coven Cleaner Solution (1x5) Gallons AWR
Neutraz
35. Cylinder Head Assorted Pcs AWR
Bitzer(Mk) I, II, III
36. D.O.L Starters pcs AWR
37. Valve Plates Bitzer I, II & III Pcs AWR
38. Defrost Timers Legrands Pcs AWR
Model Mini
39. Drill Bits Steel, Mason, Sets AWR
Assorted
40. Emery Cloths Assorted Pcs AWR
0.5mm2 - 1.5mm2
41. Epoxy 4 Minutes Solutions Pairs AWR
Chear
42. Epoxy 4 Minutes Solution Pairs AWR
Adhesive Black
43. Evaporator Fan Motors Pcs AWR
Assorted
44. Filter Dries Size ½” 3/8” & 5/8” Pcs AWR
45. Filter Driers Size ½, 3/8, 5/8 Pcs AWR
Serviceable
46. Flare Nuts Assorted Copper Pcs AWR
47. Flare Nuts Assorted Steel pcs AWR
48. Flat Washer, Assorted Sizes Pcs AWR
Steel
49. Fly Wheel Assorted Pcs AWR
50. Fridge Guards 5 Amps Pcs AWR
51. Fridge Guards 30 Amps Pcs AWR
52. Gasket Material Perplex Sheet Pcs AWR
53. Gate Valve Assorted Pcs AWR
54. Grease Lubricant & Pump Kg AWR
55. Hack Saw Blades Pkts AWR
56. Hack Saw Blades & Bow Pkts AWR
57. Halide Torch Pcs AWR
58. Heat Resistance Cable Meter AWR
Asbestos Wire 2.5mm²,
1.5mm²
59. Heavy Duty Gloves-Rubber Pairs AWR
60. Heavy Duty Gloves-Leather Pairs AWR
61. Hermatic Compressor ¼ Hp Rolls AWR
1/5hp ½ Hp & 134a Gas
62. Hoover Motors Pneumatic Pcs AWR
International Assorted
63. Insulting Aluminum, Scotch Dozen AWR
Tapes
64. Insulation Globe Dozen AWR
25
65. Joining Compound Paste Red Tins AWR
Type
66. Mini Charging Horse Imperial Pair AWR
67. Mini Seat Switches Pcs AWR
68. Orifice & Sieve Pair AWR
69. Overload Protectors Assorted Pcs AWR
70. Power Guard Avs 15 Pcs AWR
71. Power Guards Avs 30 Pcs AWR
72. Pressure Gas Regulators Ranco Pcs AWR
Type 1244 & 1344
73. Protective clothes-dust coat Pairs AWR
74. Refrigerant R 410 Cyl AWR
75. Freon R-410 cyl AWR
76. Adopter R410 valve pc AWR
77. Refrigeration oil Calves 68, NO. AWR
G54, G35, RL100H
78. Refrigeration –R-134A Freon, No AWR
R-502
79. Refrigeration-R-22-Freon No AWR
80. Refrigeration-R-404-Freon No AWR
81. Revert guns Pop Type Pcs AWR
82. Revert nails steel Kg AWR
83. Seal Stick Green Pot Pcs AWR
84. Seal stick Aluminum Pcs AWR
85. Self Tapping Screws, assorted Pkt AWR
86. Service spanners fixed & open Sets AWR
type Stanley
87. Service spanners wretched Sets AWR
medium size Stanley make
88. Shaft deals MK 1 & MK III & II Pcs AWR
89. S Shaft Seal, MK II & MK III & I Pcs AWR
90. S Shut off valve ½”, ¾” and 1” Pcs AWR
91. S Silver Coated Rods Pkts AWR
92. Aluminum Rods Pkts AWR
93. Soldering guns Germany Type Pcs AWR
120 watts
94. Soldering Flux HCL Pcs AWR
95. Soldering rods 5mm, 1” Rolls AWR
96. Solenoid Switch Coils Pcs AWR
97. Solenoid switches complete Pcs AWR
with flared unit
98. Super glues Pcs AWR
99. Suppressor S/SVG Pcs AWR
100. Thermo fuses, 7 Amps, 10 Pcs AWR
Amps 7 15 Amps 240ºC
101. Thermostat domestic types Pcs AWR
26
V.T9, V16,VS25
102. Thermostat expansion valves Pcs AWR
½ ton & ¼ Range
103. Thread Tapping Nuts Pcs AWR
104. Thread Tapes Dozen AWR
105. Top Plugs 13MPS CRABTREE, Pcs AWR
(MK)
106. Tower Clips 8” & 12”, Flats & Pkts AWR
Oval Shape
107. V belts assorted sizes A-50, Pcs AWR
R240
108. Valve Plate Assorted Pcs AWR
109. V-Bolts, Assorted Sizes Pcs AWR
110. W.D. 40 Rust Proof solution Tins AWR
500ML
111. Rust Proof solution, 500ml Tins AWR
Paints
112. Wire Brush Pcs AWR
113. Wire brushes soft brooms Pcs AWR
114. Minifold Charging stations Pcs AWR
115. Dial Gauges 0-20°C Pcs AWR
116. Rawl Bolts sizes 8mm², 10mm² Pcs AWR
& 12mm²
117. Adjustable Spawners 12 mm Pcs AWR
Stanley (MK)
118. Knobs Assorted Pcs AWR
119. Charging Valves Domestics Pcs AWR
120. Tube Cutter Imperial Fly Disk Pcs AWR
1”
121. Copper pipes Elbows 1/16”, Pcs AWR
¼’,3/16”,5/16”,⅜”, ¾”,½” &⅝”
122. F Finned Comb, Small & Medium Pcs AWR
Finns Plastic MK
123. Air conditioning Compressor Pcs AWR
12,000 BTU, 18,000 BTU &
24000 BTU
124. Trunking Mini & Metal and Pcs AWR
Plastic 1”x1”,1½x1”, 2”x2”,
4x4”
125. A Air Conditioning Air Filters Pcs AWR
126. T.E.V R₂₂ & R502 Pcs AWR
127. Expansion Valves for R22, 502 Pcs AWR
128. Differential Pressure Controls Pcs AWR
Thermostat type KP M 54-55-
55A
129. Modulating Pressure Pcs AWR

27
Regulators for R₂₂, 502, Type
CPT, CPL, CPCE & CPR
130. Sight glasses SGI,& SGR Pcs AWR
131. Cables Flex 2.5mm² E.A.C & Rolls AWR
1.5mm²
132. Champ Meter Digital (MECO) Pcs AWR
133. Duracell 9V Lead Batteries Pcs AWR
134. Mapp Gas and Burners Pcs AWR
82°C/3600°F
135. D.P. Switches 45 Amps Pcs AWR
CRABTREE
136. Pattress Boxes Single Deep Pcs AWR
Trays
137. Flaring KIT Imperial Pcs AWR
138. Copper Pipe Pending Tool Pcs AWR
139. Compling Unit complete with Pcs AWR
rubber bush
140. Copper Pipe Nipples ½” to ¾”, Pcs AWR
¼” to ½”
141. Dixcel Thermostate double Pcs AWR
probe
142. Compressors hermetic Pcs AWR
143. Compressor open type – Pcs AWR
BITZER mark I,II,III &IV
144. Compressors Semi hermetic Pcs AWR
145. Hermetic compressor Pcs AWR
146. Semi hermetic compressor Pcs AWR
147. Open type compressor Bitzer Pcs AWR
148. Flare block Pcs AWR
149. Armo flex insulation roll AWR
150. Diac gauges Pcs AWR
151. Mountain brackets Pcs AWR
152. Rawl bolt assorted Pcs AWR
153. Wrached Sandles Pcs AWR
154. Torque range Pcs AWR
155. Filler GAUGES Pcs AWR

ELECTRICAL FITTINGS MATERIALS TENDER SH/00/2017-2019


LOT 2
MATERIALS UNITS Qty UNIT REMARKS
of issue PRICE
1.100watts bulk head fittings pcs AWR
2.10Amps mcb (Crabtree) Pcs AWR

28
3.13Amp adaptor pcs AWR
4.13Amps metal clad twin socket Pcs AWR
5.13Amps socket outlet twin brass Crabtree Pcs AWR
6.13Amps socket outlet brass Crabtree Pcs AWR
single
7.13Amps socket outlet single Crabtree Pcs AWR
8.13Amps socket outlet twin Crabtree Pcs AWR
9.13Amps Top plug MK Pcs AWR
10.
150watts metal halide fittings pcs AWR
11.
160watts 3pin mercury bulbs pcs AWR
12.
160watts B22 mercury bulb osram Pcs AWR
13.
160watts B27 mercury bulbs Pcs AWR
14.
16W 2D TUBES, 2Pin pcs AWR
15.
16W 2D TUBES, 4Pin pcs AWR
16.
1gang 2way switches pcs AWR
17.
2.5mm flexible cable 3core Rolls AWR
18.
2.5mm Tower clips(Flexible cord) Pcs AWR
19.
20amps strip connectors Bars AWR
20.
250watts metal halide fitting Pcs AWR
21.
2ft florescent tube osram Pcs AWR
22.
2Ft fluorescent fitting single pcs AWR
23.
2gang 2way switches pcs AWR
24.
30Amps mcb (Crabtree) Pcs AWR
25.
30Amps mcb (MEM) Pcs AWR
26.
30amps porcelain connectors3pole pcs AWR
27.
30ampsstrip connectors Bars AWR
28.
32amps mcb Hager pcs AWR
29.
3gang 2way switches pcs AWR
30.
3KW oven element pcs AWR
31.
4-80w Fluorescent starters pcs AWR
32.
4ft florescent tube osram Pcs AWR
33.
4Ft fluorescent fitting Double pcs AWR
34.
4Ft fluorescent fitting single pcs AWR
35.
4way consumer control unit (mem) Pcs AWR
36.
4way consumer control unit(Crabtree) Pcs AWR
37.
5Amps mcb (Crabtree) Pcs AWR
38.
5ft florescent tube osram Pcs AWR
39.
5Ft fluorescent fitting Double pcs AWR
40.
5Ft fluorescent fitting single pcs AWR
41.
60A mcb crabtree, 10A, 20A, 30A, 50A Pcs AWR
42.
60Amps mcb (MEM), 10A, 20A, 30A, 50A, Pcs AWR
60A
43.
60amps strip connectors Bars AWR
44.
60watts chokes, 20W, 40W pcs AWR
45.
6way consumer control unit (mem) Pcs AWR
46.
B22d 14watts Energy savers osram pcs AWR
29
47.
B22d 20W Energy saver, Osram AWR
48.
B22d 5W Energy saver, Osram AWR
49.
B22d bulbs candle osram 60watts Pcs AWR
50.
B22 bulbs ordinary osram 75watts Pcs AWR
51.
BC Lamps holders pcs AWR
52.
Capacitor 20UF, 10UF 30UF pcs AWR
53.
Ceiling Roses pcs AWR
54.
chokes mercury HP 125W-screw pcs AWR
55.
Contactor 30Amp 60Amp pcs AWR
56.
Contactor coil 240V pcs AWR
57.
Contactor coil 415V pcs AWR
58.
Cooker control unit 6” (Crabtree) pcs AWR
59.
Cooker Plate 6” solid pcs AWR
60.
Cooker Plate 8” solid pcs AWR
61.
Draw wire 10Meters pcs AWR
62.
Draw wire 30Meters pcs AWR
63.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6942X, 2Core size 1.5mm
64.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6942X, 2Core size 10.0mm
65.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6942X, 2Core size 16.0mm
66.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6942X, 2Core size 2.5mm
67.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6942X, 2Core size 4.0mm
68.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6942X, 2Core size 6.0mm
69.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6943X, 3Core size 1.5mm
70.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6943X, 3Core size 10.0mm
71.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6943X, 3Core size 16.0mm
72.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6943X, 3Core size 2.5mm
73.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6943X, 3Core size 4.0mm
74.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6943X, 3Core size 6.0mm
75.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 1.5mm
76.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 10.0mm
77.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 16.0mm
30
78.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 2.5mm
79.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 25.0mm
80.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 4.0mm
81.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 50.0mm
82.
E.A. Armoured Cables XLPE/SWA/PVC Roll AWR
6944X, 4Core size 6.0mm
83.
E.A. Flexible Cable 3183Y 3Core size Roll AWR
1.5mm
84.
E.A. Flexible Cable 3183Y 3Core size Roll AWR
2.5mm
85.
E.A. Flexible Cable 3183Y 3Core size Roll AWR
4.0mm
86.
E.A. Flexible Cable 3183Y 3Core size Roll AWR
6.0mm
87.
E14 5W Energy saver(Pin Type) osram pcs AWR
88.
E14 5W Energy saver(small screw) osram pcs AWR
89.
E14 bulbs small screw 60watts Pcs AWR
90.
R15 bulbs small pin candle Pcs AWR
91.
E27 14W Energy saver osram pcs AWR
92.
E27 20watts Energy savers osram pcs AWR
93.
E27 bulbs candle osram 60watts Pcs AWR
94.
E27 bulbs ordinary osram Pcs AWR
95.
Earth rod 5FT pcs AWR
96.
Electric cooker coil (6’’) original pcs AWR
97.
Electric cooker coil (8’’) original pcs AWR
98.
Electric cooker hot plate (6’’) trim line pcs AWR
original
99.
Electric cooker hot plate (8’’) trim line pcs AWR
original
100.
Florescent Choke 20W, Osram pcs AWR
101.
Florescent Choke 40W, Osram pcs AWR
102.
Florescent Choke 65W, Osram pcs AWR
103.
Fridge guard, 5amps, 15A, 30A pcs AWR
104.
GU10 bulbs halogen Pcs AWR
105.
Gamma six Fitting Pcs AWR
106.
Heat Resistant cable 1.5mm PCS AWR
107.
Heat Resistant cable 2.5mm Pcs AWR
108.
HRC Fuse , 15A, 20A, 30A pcs AWR
109.
Igniter – 20UF pcs AWR
110.
Industrial socket outlet 15Amps complete pcs AWR
111.
Industrial socket outlet 3phase 32Amp pcs AWR
complete
31
112.
Instant water heater 5500W pcs AWR
113.
KMBG 80Amps (mem) pcs AWR
114.
METAL Halide chokes 250w-400w pcs AWR
115.
Metal Halide Lamp 250w pcs AWR
116.
Metal Halide Lamp 250w pcs AWR
117.
Mini tracking pcs AWR
118.
Multi socket extension cable 4way with pcs AWR
power surge Protector ABB
119.
Multi socket extension cable 6way with pcs AWR
power surge Protector ABB
120.
Photo cell 10amps R0ll AWR
121.
PLC 2Pin 9W pcs AWR
122.
PLC 3Pin 9W pcs AWR
123.
Porcelain lamp holders B22 pcs AWR
124.
PVC Insulated & Sheathed EA Electrical Roll AWR
cables 450/500V, 6242Y Twin with Earth
size 1.0mm
125.
PVC Insulated & Sheathed EA Electrical Roll AWR
cables 450/500V, 6242Y Twin with Earth
size 4.0mm
126.
PVC Insulated & Sheathed EA Electrical Roll AWR
cables 450/500V, 6242Y Twin with Earth
size 6.0mm
127.
PVC Insulated & Sheathed EA Electrical Roll AWR
cables 600/1000V, 6181Y single Core size
4.0mm
128.
PVC Insulated & Sheathed EA Electrical Roll AWR
cables 600/1000V, 6181Y single Core size
6.0mm
129.
PVC Insulated & Sheathed EA Electrical Roll AWR
cables 600/1000V, 6491X single Core size
1.0mm
130.
PVC Insulated E& Sheathed A Electrical Roll AWR
cables 600/1000V, 6181Y single Core size
35.0mm
131.
PVC Insulated EA Electrical cables Roll AWR
300/500V, 6192Y Twin Flat size 1.0mm
132.
PVC Insulated EA Electrical cables Roll AWR
300/500V, 6192Y Twin Flat size 1.5mm
133.
PVC Insulated EA Electrical cables Roll AWR
300/500V, 6192Y Twin Flat size 4.0mm
134.
PVC Insulated EA Electrical cables Roll AWR
300/500V, 6192Y Twin Flat size 6.0mm
135.
PVC Insulated EA Electrical cables Roll AWR
300/500V, 6192Y Twin Flat size 10.0mm
136.
PVC Insulated EA Electrical cables Roll AWR

32
300/500V, 6192Y Twin Flat size 16.0mm
137.
PVC Insulated EA Electrical cables Roll AWR
300/500V, 6192Y Twin Flat size 25.0mm
138.
PVC Insulated EA Electrical cables Roll AWR
450/750V, 6491X single Core size 1.5mm
139.
S2 starters 4-22w, osram Pcs AWR

140.
Single Patress Pcs AWR

141.
Sl Suprematic Bulbs, B22 Pcs AWR

142.
Sl Suprematic Bulbs, E27 Pcs AWR

143.
Spherical Fittings Pcs AWR

144.
Straight Batten Lamp Holders Pcs AWR

145.
Timer Switch (Alpha Orbis) Pcs AWR

146.
Twin Patress Pcs AWR

147.
Water Heater Switches (Crabtree)45amps Pcs AWR

148.
Earth Resistance Tester NO. AWR

149.
Earth Loop Tester NO. AWR
150.
Insulation Resistance Tester NO. AWR
151.
20mm PVC Conduit NO. AWR
152.
25mm PVC Conduit NO. AWR
153.
32mm PVC Conduit NO. AWR
154.
20mm PVC Coupler NO. AWR
155.
25mm PVC Coupler NO. AWR
156.
32mm PVC Coupler NO. AWR
157.
20mm Through Box NO. AWR
158.
25mm PVC Through Box NO. AWR
159.
20mm PVC Tee Box NO. AWR
160.
25mm PVC Tee Box NO. AWR
161.
20mm PVC 4 Way Box NO. AWR
162.
25mm PVC 4 Way Box NO. AWR
163.
32mm PVC 4 Way Box NO. AWR
164.
1” Pvc Trunking (Min) Length AWR
165.
2” Pvc Trunking (Main) Length AWR
166.
20mm PVC End Box NO. AWR
167.
25mm PVC End Box NO. AWR
168.
32mm PVC End Box NO. AWR
169.
32mm PVC End Box NO. AWR
33
170.
18”X18” Meter Box NO. AWR
171.
G U9 Capsules, Halogen Bulb(40w) NO. AWR
172.
3W-5w Led Down light Bulb NO. AWR
173.
1LM-007 Panther Rechargeable Torch NO. AWR
174.
5.5V(IA)- Halogen Bulb NO. AWR
175.
80W-240V Floodlight Bulb NO. AWR
176.
B15-60W Candle Bulb NO. AWR
177.
E14-5W Energy Sever Bulb NO. AWR
178.
9W Dulux Bulb(Osram)-11w, 5w, 7w) NO. AWR
179.
60W(284MM) Strip light NO. AWR
180.
E14-60W Candle(Osram) NO. AWR

GENERAL HARDWARE
LOT3
MATERIALS UNIT of Qty UNIT REMARKS
issue PRICE
1.Clear Varnish, High Gloss, 5litres Tin AWR
2.Cotton Waste Kg AWR
3.Double Coated Tapes Thread 50m 2” Roll AWR
4.Drawer Locks, Union Pcs AWR
5.Gloss Paints 20lts Tins Assorted Colours Tins AWR
6.Gloss Paints 4lts Assorted Colours Tins AWR
7.Silk snowbus rose OW40IP 4LTR AWR
8.Silk summer ice 2182p 4LTR AWR
9.Silk irish pink 5152P 4LTR AWR
10.
Silk irish pink 5162P 4LTR AWR
11.
Silk right approach OW202P 4LTR AWR
12.
Silk Sundlight Ow251p 4LTR AWR
13.
Silk Delicate Pinch 6051p 4LTR AWR
14.
Silk Perfume Powder 6011p 4LTR AWR
15.
Silk Fire Brush 5073d 4LTR AWR
16.
Tivoli Gold 4LTR AWR
17.
Convette Grey 4LTR AWR
18.
Beatle Green Roof Paint 4LTR AWR
19.
Lagoon Paint 4LTR AWR
20.
Signal Red 4LTR AWR
21.
Comflower Roof Paint 4LTR AWR
22.
Pinotex Mahogany Colours 4LTR AWR
23.
Aluminium Paint 4LTR AWR
24.
Red Oxide Primer 4LTR AWR
25.
Flag Paint Green/Red/Black 4LTR AWR
26.
Emerald Bermuda Paint 4LTR AWR
27.
Caterpilar Silk 12e53 4LTR AWR
28.
Ordinary Black 4LTR AWR
34
29.
Tampico 8162-1 V-Matt 4LTR AWR
30.
Tampico 8162-1 Gross 4LTR AWR
31.
Chestnut Pale 4LTR AWR
32.
High Gloss Thinner, 5ltr Tins AWR
33.
Crystal Silk 4LTR AWR
34.
Autumn Mist Silk 4LTR AWR
35.
Pale Chest Nut Gloss 4LTR AWR
36.
Tango V/Silk 4LTR AWR
37.
Brick Dust V/Silk 4LTR AWR
38.
Red Oxide Floor Paint 4LTR AWR
39.
Emulsion Paint 20ltr Tins AWR
40.
Emulsion Paint 4 Ltr Tins AWR
41.
Cover Matt Emulsion 4ltr Tins AWR
42.
Masking Tapes 1” Pcs AWR
43.
Paint Remover X 5litres tin AWR
44.
Paints Brushes, Harris 1” Pcs AWR
45.
Paints Brushes, Harris 2” Pcs AWR
46.
Paints Brushes, Harris 4” Pcs AWR
47.
Paints Brushes, Harris 5” Pcs AWR
48.
Paint Brushes, Harris 6” Pcs AWR
49.
Pinnotex No. 3&4. Litres Tin AWR
50.
Polyfiller 2.5kg Packets AWR
51.
Polythene Paper Clear, G1000x40KG Roll AWR
52.
Powder Stain, Black, Mahogany 1litre Tin AWR
53.
Powder stain, water, mahogany tin AWR
54.
Putty Knife, H/Gauge Pcs AWR
55.
Red Oxide Floor Paints 4litres Tins AWR
56.
Road Marking Paints 4litres Tins AWR
57.
Road Marking Paints 20litres Tins AWR
58.
Sand Paper P100 Roll AWR
59.
Sand Paper P120 Roll AWR
60.
Sand Paper P40 Roll AWR
61.
Sand Paper P80 Roll AWR
62.
Silk Paints 20litres, Assorted Colours Tins AWR
63.
Silk Paints 4ltr, Assorted Colours Tins AWR
64.
Steel Putty Kg AWR
65.
Two Pack Varnish X 5ltr Tin AWR
66.
Under Coat Paint 20ltr Tin AWR
67.
Under Coat Paint 4ltr Tin AWR
68.
Vinyl Matt Paints 4ltr, Assorted Colours Tins AWR
69.
Vinyl Matt Paints 20ltr, Assorted Colours Tins AWR
70.
White Spirit 5ltr Tins AWR
71.
Wire Brushes Pcs AWR
72.
Wood Preservative X 20ltr Tins AWR
73.
Ordinary Nails 6” Kg AWR
74.
Ordinary Nails 5” Kg AWR
35
75.
Ordinary Nails 4” Kg AWR
76.
Ordinary Nails 3” Kg AWR
77.
Ordinary Nails 2” Kg AWR
78.
Ordinary Nails 1” Kg AWR
79.
Quarry Building Stones 9x9 (Foundation) Ft AWR
80.
Quarry Building Stones 6x9 (Foundation) Ft AWR
81.
Quarry Building Stones 6x6 Ft AWR
82.
Building Stones 9x6 Machine Dressed Ft AWR
83.
Building Stones 6x6 Machine Dressed Ft AWR
84.
Ordinary Cement 50kg Bag Bag AWR
85.
River Sand Tonne AWR
86.
Ballast ¼” Tonne AWR
87.
Ballast ½” Tonne AWR
88.
Ballast ¾” Tonne AWR
89.
Ballast 1” Tonne AWR

BUILDING ITEMS

MATERIALS UNIT Qty UNIT REMARKS


PRICE
1.Wheel barrow Jua Kali Big Size No AWR
2.Crobber No AWR
3.Mason hammer No AWR
4.Mason chisel No AWR
5.Spirit level No AWR
6.Builder trowel No AWR
7.Builder square No AWR
8.Mason bit No AWR
9.Spade No AWR
10.
Mattock No AWR
11.
Jembes No AWR
12.
Folk jembes No AWR
13.
Roughcast machine No AWR
14.
Hammer drill machine No AWR
15.
Wood flout No AWR
16.
Straight edge No AWR
17.
Building line No AWR
18.
Grinding machine No AWR

GALVANISED SHEET UNIT Qty UNITS REMARKS


PRICE
PLAIN GALVINISED WIRES AWR
8 1.
gauge x 50kg Pc AWR
102.gauge x 50kg Pc AWR
123.gauge x 50kg Pc AWR
144.gauge x 50kg Pc AWR
36
165.gauge x 50kg Pc AWR
186.gauge x 50kg Pc AWR
8 7.
gauge x 25kg Pc AWR
108.gauge x 25kg Pc AWR
129.gauge x 25kg Pc AWR
1410.
gauge x 25kg Pc AWR
1611.
gauge x 25kg Pc AWR
1812.
gauge x 25kg Pc AWR
Coffee
13. tray wire Pc AWR
Triple
14. twisted wire Pc AWR
Coffee
15. netting wire Pc AWR
Monkey
16. wire Pc AWR
Green
17. gauze wire Pc AWR
Galv.
18. Gauze wire Pc AWR

BARBED WIRE UNIT of Qty UNIT REMARKS


issue PRICE
610M
1. X 16G ROLL AWR
480M
2. X 16G ROLL AWR
180M
3. X 12.5G ROLL AWR
140M
4. X 12.5G ROLL AWR

CHAIN LINK UNIT Qty UNIT REMARKS


PRICE
4FT
1. X 18MTRS X 14G ROLL AWR
5FT
2. X 18MTRS X 14G ROLL AWR
6FT
3. X 18MTRS X 14G ROLL AWR
7FT
4. X 18MTRS X 14G ROLL AWR
8FT
5. X 18MTRS X 14G ROLL AWR
9FT
6. X 18MTRS X 14G ROLL AWR
10FT
7. X 18MTRS X 14G ROLL AWR
4FT
8. X 18MTRS X 16G ROLL AWR
5FT
9. X 18MTRS X 16G ROLL AWR
6FT
10.X 18MTRS X 16G ROLL AWR
7FT
11.X 18 MTRS X 16G ROLL AWR
8FT
12.X 18MTRS X 165G ROLL AWR
9FT
13.X 18MTRS X 16G ROLL AWR
10FT
14. X 18MTRS X 16G ROLL AWR

CHICKEN WIRE (LOCAL) UNIT Qty UNIT REMARKS


PRICE
3FT
1. X 1.5” X 30MTRS Pc AWR
3FT
2. X 1” X 30MTRS Pc AWR
3FT
3. X 3/4” X 30MTRS Pc AWR
3FT
4. X ½” X 30MTRS Pc AWR
6FT
5. X 1.5” X 30MTRS Pc AWR
37
6FT
6. X 1 X 30MTRS Pc AWR
6FT
7. X ¾” X 30MTRS Pc AWR
6FT
8. X ½” X 30MTRS Pc AWR

CHICKEN WIRE (IMPORTED) UNIT of Qty UNIT REMARKS


issue PRICE
3FT
1. X 1.5” X 30MTRS Pc AWR
3FT
2. X 1” X 30MTRS Pc AWR
3FT
3. X 3/4” X 30MTRS Pc AWR
3FT
4. X ½” X 30MTRS Pc AWR
6FT
5. X 1.5” X 30MTRS Pc AWR
6FT
6. X 1 X 30MTRS Pc AWR
6FT
7. X ¾” X 30MTRS Pc AWR
6FT
8. X ½” X 30MTRS Pc AWR

IRON SHEET UNIT of Qty UNIT PRICE REMARKS


issue
1. 30G X 2M Pc AWR
2. 30G X 2.5M Pc AWR
3. 30G X 3M Pc AWR
4. 28G X 2M Pc AWR
5. 28G X 2.5M Pc AWR
6. 28G X 3M Pc AWR

COLOURED RIDGES UNIT of Qty UNIT PRICE REMARKS


issue
1. 30G X 2M Pc AWR
2. 28G X 2M Pc AWR

IRON SHEET VERSATILE UNIT of Qty UNIT PRICE REMARKS


issue
1. 28G X 2.1M Pc AWR
2. 28G X 2.4M Pc AWR
3. 28G X 2.7M Pc AWR
4. 28G X 3M Pc AWR
5. 28G X 2M Pc AWR
6. 28G X 2.5M Pc AWR
7. 28G X 3M Pc AWR

SQUARE HOLLOW SECTION UNIT of Qty UNIT REMARKS


issue PRICE
1. 5/8 X 5/8X 18G Pc AWR
2. 5/8 X 5/8X 16G Pc AWR
3. ¾ X ¾ X 18G Pc AWR
4. ¾ X ¾ X 16G Pc AWR

38
5. ¾ X ¾ X 14G Pc AWR
6. 1 X 1 X 18G Pc AWR
7. 1 X 1 X 16G Pc AWR
8. 1 X 1 X 14G Pc AWR
9. 1 X 1 X 14G Pc AWR
10. 1.25 X 1.25 X 18G Pc AWR
11. 1.25 X 1.25 X 16G Pc AWR
12. 1.25 X 1.25 X 14G Pc AWR
13. 1.25 X 1.25 X 3MM Pc AWR
14. 1.5 X 1.5 X 18G Pc AWR
15. 1.5 X 1.5 X 16G Pc AWR
16. 1.5 X 1.5 X 14G Pc AWR
17. 1.5 X 1.5 X 3MM Pc AWR
18. 1.5 X 1.5 X 4MM Pc AWR
19. 2 X 2 X 18G Pc AWR
20. 2 X 2 X 18G Pc AWR
21. 2 X 2 X 16G Pc AWR
22. 2 X 2 X 14G Pc AWR
23. 2 X 2 X 3MM Pc AWR
24. 2 X 2 X 4MM Pc AWR
25. 2.5 X 2.5 X 18G Pc AWR
26. 2.5 X 2.5 X 16G Pc AWR
27. 2.5 X 2.5 X 14G Pc AWR
28. 2.5 X 2.5 X 3MM Pc AWR
29. 2.5 X 2.5 X 4MM Pc AWR
30. 3 X 3 X 14G Pc AWR
31. 3 X 3 X 3MM Pc AWR
32. 3 X 3 X 4MM Pc AWR
33. 4 X 4 X 14G Pc AWR
34. 4 X 4 X 3MM Pc AWR
35. 4 X 4 X 4MM Pc AWR
36. 4 X 4 X 6MM Pc AWR

MS BLACK SHEETS UNIT o Qty UNIT REMARKS


issue PRICE
1. 8FT X 3FT X 18G Pc AWR
2. 6FT X 3FT X 16G Pc AWR
3. 6FT X 3FT X 18G Pc AWR
4. 7FT X 3FT X 16G Pc AWR
5. 8FT X 3FT X 16G Pc AWR
6. 8FT X 3FT X 14G Pc AWR
7. 8FT X 4FT X 20G Pc AWR
8. 8FT X 4FT X 18G Pc AWR
9. 8FT X 4FT X 16G Pc AWR
10. 8FT X 4FT X 14G Pc AWR
11. 8FT X 4FT X 3MM Pc AWR
39
12. 8FT X 4FT X 4MM Pc AWR
13. 8FT X 4FT X 6MM Pc AWR
14. 8FT X 4FT X 8MM Pc AWR
15. 8FT X 4FT X 10MM Pc AWR
16. 8FT X 4FT X 12MM Pc AWR
AWR

CHECKER PLATE UNIT of Qty UNIT REMARKS


issue PRICE
1. 8FT X 4FT X 2MM Pc AWR
2. 8FT X 4FT X 2.5MM Pc AWR
3. 8FT X 4FT X 3MM Pc AWR
4. 8FT X 4FT X 4MM Pc AWR
5. 8FT X 4FT X 6MM Pc AWR

40
PLAIN GALVANISED SHEET UNIT Qty UNIT PRICE REMARKS
issue
1. 6FT X 3FT X 32G Pc AWR
2. 6FT X 3FT X 30G Pc AWR
3. 6FT X 3FT X 28G Pc AWR
4. 8FT X 4FT X 28G Pc AWR
5. 8FT X 4FT X 26G Pc AWR
6. 8FT X 4FT X 24G Pc AWR
7. 8FT X 4FT X 22G Pc AWR
8. 8FT X 4FT X 20G Pc AWR
9. 8FT X 4FT X 18G Pc AWR
10. 8FT X 4FT X 16G Pc AWR
11. 8FT X 4FT X 14G Pc AWR
12. 8FT X 4FT X 3MM Pc AWR
13. 8FT X 4FT X 4MM Pc AWR

ANGLE LINES UNIT Qty UNIT PRICE REMARKS


of
issue
1. ¾ x ¾ x 3mm Pc AWR
2. ¾ x ¾ x 4mm Pc AWR
3. ¾ x ¾ x 6mm Pc AWR
4. 1 x 1 x 3mm Pc AWR
5. 1 x 1 x 4mm Pc AWR
6. 1 x 1 x 6mm Pc AWR
7. 1.25 x 1.25 x 3mm Pc AWR
8. 1.25 x 1.25 x 4mm Pc AWR
9. 1.25 x 1.25 x 6mm Pc AWR
10. 1.5 x 1.5 x 3mm Pc AWR
11. 1.5 x 1.5 x 4mm Pc AWR
12. 1.5 x 1.5 x 6mm Pc AWR
13. 2 x 2 x 3mm Pc AWR
14. 2 x 2 x 4mm Pc AWR
15. 2 x 2 x 6mm Pc AWR
16. 2.5 x 2.5 x 6mm Pc AWR
17. 3 x 3 x 6mm Pc AWR
18. 4 x 4 x 6mm Pc AWR

41
TWISTED BARS UNIT of Qty UNIT PRICE REMARKS
issue
1. Y8MM Pc AWR
2. Y10MM Pc AWR
3. Y12MM Pc AWR
4. Y12MM Pc AWR
5. Y16MM Pc AWR
6. Y12MM Pc AWR
7. Y16MM Pc AWR
8. Y20MM Pc AWR
9. Y25MM Pc AWR
10.Y32MM Pc AWR

ROUND BARS UNIT of Qty UNIT PRICE REMARKS


issue
1. R6MM Pc AWR
2. R8MM Pc AWR
3. R10MM Pc AWR
4. R12MM Pc AWR
5. R16MM Pc AWR
6. R20MM Pc AWR
7. R25MM Pc AWR
8. R32MM Pc AWR

SQUARE BARS UNIT Of Qty UNIT PRICE REMARKS


issue
1. SQ8MM Pc AWR
2. SQ10MM Pc AWR
3. SQ12MM Pc AWR
4. SQ16MM Pc AWR
5. SQ20MM Pc AWR
6. SQ25MM Pc AWR
7. SQ32MM Pc AWR

FLAT BARS UNIT of Qty UNIT PRICE REMARKS


issue
1. ¾” X 3MM Pc AWR
2. ¾” X 4MM Pc AWR
3. ¾” X 6MM Pc AWR
4. 1” X 3MM Pc AWR
5. 1” X 4MM Pc AWR
6. 1” X 6MM Pc AWR
7. 1.25” X 3MM Pc AWR
8. 1.25” X 4MM Pc AWR

42
9. 1.25”X 6MM Pc AWR
10. 1.5”X 3MM Pc AWR
11. 1.5”X 4MM Pc AWR
12. 1.5”X 6MM Pc AWR
13. 2” X 3MM Pc AWR
14. 2” X 4MM Pc AWR
15. 2” X 6MM Pc AWR
16. 2.5”X 6MM Pc AWR
17. 3” X 6MM Pc AWR
18. 4” X 6MM Pc AWR

PLASTIC GUTTERS(IMPORTED) UNIT of Qty UNIT PRICE REMARKS


issue
1. GUTTER PLAIN 10FT Pc AWR
2. BRACKET Pc AWR
3. DOWN PIPES Pc AWR
4. DOWN PIPE ELBOW 90 Pc AWR
5. DOWN PIPE ELBOW 45 Pc AWR
6. DOWN PIPE CLIP Pc AWR
7. STOP END Pc AWR
8. STOP END WITH OUTLET Pc AWR
9. RUNNING OUTLET Pc AWR
10. CORNER WITHOUT OUTLET Pc AWR
11. CORNER WITH OUTLET Pc AWR
12. TEE Pc AWR
13. JOINT UNION Pc AWR
14. GUTTER BOX Pc AWR

CARPENTRY MATERIALS
SECTION D
DESCRIPTION UNIT of Qty UNIT PRICE REMARKS
issue
1. Flush door 28”x80” No AWR
2. Flush door 32”x80” No AWR
3. Tee door 32”x80 No AWR
4. Tee door 28”x80” No AWR
5. Batten door 32”x80” No AWR
6. Batten door 28”x80” No AWR
7. Butt hitches 4” Pair AWR
8. Butt hitches 3” Pair AWR
9. Butt hitches 2” Pair AWR
10.Tee hitches 8” Pair AWR
11.Tee hitches 6” pair AWR
12.Tee hitches 4” pair AWR
13.Ceiling board 8”x4” No AWR
14.Chip board 1” No AWR
43
15.Chip board ¾” No AWR
16.Chip board ½” No AWR
17.Chip board ¼” No AWR
18.Block board 1” No AWR
19.Block board ¾” No AWR
20.Block board ½” No AWR
21.Conta adhesive (4x1 liters) Tins AWR
22.Cupboard lock ( union) No AWR
23.Drawer lock (union) No AWR
24.Pad locking bolt 8” No AWR
25.Pad locking bolt 6” No AWR
26.Pad locking bolt 4” No AWR
27.Pad locking bolt 12” No AWR
28.Pedestal lock No AWR
29.Tower bolt 8” No AWR
30.Tower bolt 6” No AWR
31.Tower bolt 4” No AWR
32.Window stay No AWR
33.Window fastener Pair AWR
34.Window glasses 4mm (clear) Mtrs AWR
35.Window glasses 4mm (obsequies) Mtrs AWR
36.Curtain rail No AWR
37.Iron sheet G28 (3m) No AWR
38.Iron sheet G28 (2.5m) No AWR
39.Rain gutter GI Mtrs AWR
40.Wood glue Kgs AWR
41.Shoe tacks ¾” Pkts AWR
42.Wire nails 4” Kgs AWR
43.Wire nails 3” Kgs AWR
44.Wire nail 2 ½” Kgs AWR
45.Wire nail 2” Kgs AWR
46.Wire nail 1 ½” Kgs AWR
47.Wire nail 1” Kgs AWR
48.Panel nails 2” Kgs AWR
49.Panel nails 1 ½” Kgs AWR
50.Panel nails 1” Kgs AWR
51.Panel nails ¾” Kgs AWR
52.Roofing nails Kgs AWR
53.Mortise locks 3 levers ( union), Silver No AWR
54.Mortise locks 2 lever ( union), Silver No AWR
55.Mortise locks 5 lever ( union, Silver No. AWR
56.Mortise locks 3 levers ( union), Brass No AWR
57.Mortise locks 2 lever ( union), Brass No AWR
58.Mortise locks 5 lever ( union, Brass No. AWR
59.Quatry Union Lock LHP006AB No. AWR
60.Presidential locks No AWR
44
61.Pad locks Viro, Cylindrical 103 No AWR
62.Pad locks Viro, Cylindrical 104 No AWR
63.Pad locks Viro, Cylindrical 105 No AWR
64.Pad locks Viro, Cylindrical 106 No AWR
65.Pad locks Viro, Normal 1” No. AWR
66.Pad locks Viro, Normal 1 ½ ” Pkts AWR
67.Pad locks Viro, Normal 2” Pkts AWR
68.Pad locks Viro, Normal 3” Pkts AWR
69.Security woodlock Double No. 355 No. AWR
70.Wood screws 1” G8 Pkts AWR
71.Wood screws ¾” G6 Pkts AWR
72.Wood screws ½” G 6 Pkts AWR
73.Wood screws ¾” G 4 Pkts AWR
74.Wood screws ½” G 4 Pkts AWR
75.Wood screws 1” G 4 Pkts AWR
76.Phase board 8”x1” Mtrs AWR
77.Phase board 6”x1” Mtrs AWR
78.Phase board 4”x1” Mtrs AWR
79.Timber conies 4”x1” Mtrs AWR
80.Timber conies 3”x1” Mtrs AWR
81.Brass curtain rail No AWR
82.Laminated boards 1” No AWR
83.Laminated boards ¾” No AWR
84.Laminated boards ½” No AWR
85.Plastic wood filler Ml. 300 Pcs AWR
86.Laminated boards 1 ½” No AWR
87.Curtain hooks Pkts AWR
88.Curtain runners Pkts AWR
89.Wood primmer 1x4 Ltrs AWR
90.Plywood 4mm Pcs AWR
91.Plywood 6mm Pcs AWR
92.Plywood 9mm Pcs AWR
93.Knight latch Pcs AWR
94.Cylinder Dead lock single, roman Pcs AWR
95.Cupboard locks Pcs AWR
96.Steel door locks Pcs AWR
97.Iron sheet box type 3m pcs AWR
98.Iron sheet box type 2.5m pcs AWR
99.Iron sheet box type 2m pcs AWR
100.
Security dead lock no. 355 No. AWR
101.
Cylinder mortise locks No. AWR
102.
Rebated mortise locks 3lever No. AWR
103.
Rebated mortise locks 5lever No. AWR
104.
P.V.C. rain gutters No. AWR
105.
P.V.C. rain gutters lettings pcs AWR
106.
Versatile roofing sheets 3m pcs AWR
45
107.
Versatile roofing sheets 2.5m pcs AWR
108.
Versatile roofing sheets 2m pcs AWR
109.
Timber(planned cypress)4”x2” Mtr AWR
110.
Timber(planned cypress)4”x3’ Mtr AWR
111.
Timber(planned cypress)4”x4” Mtr AWR
112.
Timber(planned cypress)4”x1” Mtr AWR
113.
Timber(planned cypress)3”x2” Mtr AWR
114.
Timber(planned cypress)3”x1” Mtr AWR
115.
Timber(planned cypress)2”x2” Mtr AWR
116.
Timber(planned cypress)2”x1” Mtr AWR
117.
Timber(planned cypress)1”x1” Mtr AWR
118.
Timber(planned cypress)1/2”x1” Mtr AWR
119.
Timber(planned cypress)6”x2” Mtr AWR
120.
Timber(planned cypress)6”x1” Mtr AWR
121.
Timber(scatting cypress)4”x1” Mtr AWR
122.
Timber(conies cypress)3”x1” Mtr AWR
123.
Timber(weather board Mtr AWR
cypress)6”x1”
124.
Timber (planned cypress)1/4” Mtr AWR
round
125.
Timber cypress(battens)2”x1” Mtr AWR
126.
Wood brocks Mtr AWR
127.
Wood parquets Mtr AWR
128.
Timber( mould cypress)4”x1” Mtr AWR
129.
Timber( mould cypress)3”x1 Mtr AWR
130.
Timber( mould cypress)2x1 Mtr AWR
131.
Formica 8’x4’G 26 Sheet AWR
132.
Plain sheets 8’x4’ Sheet AWR
133.
Ply wood(4mm) 8’x4’ Sheet AWR
134.
Ply wood (6mm)8’x4’ Sheet AWR
135.
Timber(planned cypress)12”x1” M AWR
136.
Double coated tape Roll AWR
137.
Araldite glue No AWR
138.
Timber cypress (T&G) 4”x1” M AWR
139.
Dust coat No AWR
140.
Overall coat No AWR
141.
Sass clamp (Stanley) 7’ No AWR
142.
Sass clamp (Stanley) 4’ No AWR
143.
Carpentry tool box No AWR
144.
Crosscut machine No AWR
145.
Jigsaw machine No AWR
146.
Bench vise No AWR
147.
G clump No AWR
148.
Plainer machine No AWR
149.
Door frame (cypress) 4”x2” No AWR
150.
Door closer large No AWR
46
151.
Door closer medium No AWR
152.
Door closer small No AWR
153.
Door stopper No AWR
154.
Veneer boards No AWR
155.
Foot door stopper No AWR
156.
Rubber door stopper No AWR
157.
Cutting Discs pcs AWR
158.
Cutting Blades pcs AWR
159.
Barbed Wire 600meters Roll AWR
160.
Barbed Wire 480meters Roll AWR
161.
Shellac kg AWR
162.
Chrome Pipes pcs AWR
163.
Rofary drill pcs AWR
164.
H/D Brass handle No. AWR
165.
H/D Brass handle No. AWR
166.
Roofing Tiled Mangalore type Pcs AWR
167.
Roofing felt 2ply Rolls AWR
168.
Roofing membrane Rolls AWR
Ceramic tiles 12”x12”
169. Pcs AWR
PVC tiles 12”x12”
170. Pcs AWR
171.
Colas 20Ltr Tins tin AWR
172.
Bitumen aluminous paint 20Ltr tin AWR
Tins
Slabs 24’x24’
173. Pcs AWR
174.
Tile master cement bags AWR
175.
Water proof cement 2kg packet Packet AWR

PLUMBING MATERIALS-TENDER SH/ 00 /2017-19


SECTION E:
NO MATERIAL UNIT of Qty UNIT REMARKS
issue PRICE
1. Steel Hardware H/D.40 Pcs AWR
2. Back Nuts G.I. ½” Pcs AWR
3. Back Nuts G.I. ¾” Pcs AWR
4. Back Nuts G.I. 1” Pcs AWR
5. Back Nuts Pcs AWR
6. Ball Valve Pegler ¼” Original Pcs AWR
7. Ball Valve Pegler ½” Original Pcs AWR
8. Ball Valve Pegler 1” Original Pcs AWR
9. Ball Valve Pegler 11/2” Original Pcs AWR
10. Ball Valve Pegler 2” Original Pcs AWR
11. Bath Tap Waste Pcs AWR
12. Bend G.I. ½” Pcs AWR
13. Bend G.I. ¾” Pcs AWR
14. Bend G.I. 1 ½” Pcs AWR

47
15. Bend G.I. 1” Pcs AWR
16. Bend G.I. 2” Pcs AWR
17. Bend G.I. 3” Pcs AWR
18. Bend G.I. 6” Pcs AWR
19. Bend G.I.4” Pcs AWR
20. Bib Tap Bricon ¾” No. AWR
21. Bib Taps ½” Bricon Pcs AWR
22. Bib Taps 1” Bricon Pcs AWR
23. Bib Taps ¾ Bricon Pcs AWR
24. Blow Lamp Pcs AWR
25. Bottle Traps 1 1/4” Germany Pcs AWR
26. Bottle Traps 1 1/2” Germany Pcs AWR
27. Bottle Traps 1 ¼” Chrome Pcs AWR
28. Chain Spanner 4” Pcs AWR
29. Cistern Ceramic Ordinary- Pcs AWR
Germany
30. Cistern Fordham H/L-L/L Pcs AWR
31. Cistern Malasia H/L-L/L Pcs AWR
32. Cold Chisel Pointed No. AWR
33. Cone Rubber For Toilet Pan Pcs AWR
34. End Caps ½” G.I Pcs AWR
35. Fire Hydrant 3” Pcs AWR
36. Flexible Hose Pipe D/H11/2”33m Pcs AWR
37. Flexible Hose Pipe H/D 3”33m Pcs AWR
38. Flexible Hose Pipe H/D 3” 33m Pcs AWR
39. Flexible Hose Pipe H/D 4” 33m Pcs AWR
40. Flexible Hose Pipe H/D ½” 33m Pcs AWR
41. Flexible Hose Pipe H/D 11/4” Pcs AWR
33m
42. Flexible Hose Pipe H/D 2” 33m Pcs AWR
43. Flexible Waste Pipe 2” No. AWR
44. Flexible Waste Pipe 4” No. AWR
45. Floor Traps 2” Pcs AWR
46. Flushing Handles Fordham H/L Pcs AWR
47. Flushing Handles HL Original H/D Pcs AWR
48. Flushing Handles L/L Ordinary Pcs AWR
49. Fodham Siphon Boxes Pcs AWR
50. Foot Valve ½” Pcs AWR
51. Foot Valve ¾” Pcs AWR
52. Foot Valve 1 ½” Pcs AWR
53. Foot Valve 1” Pcs AWR
54. Foot Valve 2” Pcs AWR
55. Foot Valve 3” Pcs AWR
56. Foot Valve 4” Pcs AWR
57. G.I. Pipes ¾ Class A Pcs AWR

48
58. G.I. Pipes ¾” Class B Pcs AWR
59. G.I. Pipes ¾” C Pcs AWR
60. G.I. Pipes 2” Class A Pcs AWR
61. G.I. Pipes 2” Class B Pcs AWR
62. G.I. Pipes 2” Class C Pcs AWR
63. G.I. Pipes 1 ¾” Class A Pcs AWR
64. G.I. Pipes 1 ¾” Class B Pcs AWR
65. G.I. Pipes 1 ¾ “ Class C Pcs AWR
66. G.I. Pipes 3” Class B Pcs AWR
67. G.I. Pipes 4” Class B Pcs AWR
68. G.I. Pipes 6” Class B Pcs AWR
69. G.I. Pipes 1/2” C Pcs AWR
70. G.I. Pipes ½ Class B Pcs AWR
71. G.I. Pipes 1 ½” Class A Pcs AWR
72. G.I. Pipes 1 ½” Class C Pcs AWR
73. G.I. Pipes 1 ½” Class B Pcs AWR
74. G.I. Pipes ½” Class A Pcs AWR
75. GI Nipples ½” Pcs AWR
76. GI Nipples ¾” Pcs AWR
77. GI Nipple 1 ¼” Pcs AWR
78. GI Nipple 1 ½” Pcs AWR
79. GI nipple 1” Pcs AWR
80. GI nipple 2” Pcs AWR
81. GI union ½” Pcs AWR
82. GI union ¾” Pcs AWR
83. GI union 1 ¼” Pcs AWR
84. GI union 1 ¼” Pcs AWR
85. GI union 1” Pcs AWR
86. GI union 2 ½” Pcs AWR
87. GI union 2” Pcs AWR
88. Hoose clips s/steel 21/2” Pcs AWR
89. Hoose clips s/steel 3” Pcs AWR
90. Kitchen Mixer Tap-Bricon ½” Pcs AWR
91. Kitchen Waste Chrome H/D 11/4” Pcs AWR
92. Kitchen Waste Chrome 11/4” Pcs AWR
93. Kitchen Waste P Trap 11/2” Pcs AWR
Chrome
94. Kitchen Waste Plastic H/D11/2” Pcs AWR
95. Length Thread Nipples ½” Pcs AWR
96. Length Thread Nipples ¾” Pcs AWR
97. Length Thread Nipples 1 ½” Pcs AWR
98. Length Thread Nipples 1” Pcs AWR
99. Length Thread Nipples 1 ¼” Pcs AWR
100. Non-Return Valve Pegler ½” Pcs AWR
101. Non-Return Valve Pegler ½” Pcs AWR
102. Non-Return Valve Pegler ¾” Pcs AWR
49
103. Non-Return Valve Pegler 1 ½” Pcs AWR
104. Non-Return Valve Pegler 1” Pcs AWR
105. Non-Return Valve Pegler 2” Pcs AWR
106. Non-Return Valve Pegler 3” Pcs AWR
107. P.P.R pipe H/D ½” Pcs AWR
108. P.P.R pipe H/D 1 ¼” Pcs AWR
109. P.P.R pipe H/D 1 1/2” Pcs AWR
110. P.P.R pipe H/D1” Pcs AWR
111. P.P.R pipe H/D ¾ Pcs AWR
112. P.P.R pipe H/D 1” Pcs AWR
113. P.P.R pipe H/D 2” Pcs AWR
114. P.P.R pipe H/D 3” Pcs AWR
115. P.P.R Machine ½” by 2” Pcs AWR
116. P.P.R Machine ½” by ¾” Pcs AWR
117. P.V.C. pipe 1” H/D Pcs AWR
118. P.V.C. pipe 2” H/D Pcs AWR
119. P.V.C. pipe 3/4” H/D Pcs AWR
120. P.V.C. pipe 3” H/D Pcs AWR
121. P.V.C. Pipe 4” H/D Pcs AWR
122. P.V.C. Pipe 6” H/D Pcs AWR
123. P.V.C. Pipe 8” H/D Pcs AWR
124. P.V.C. Pipe 1/2” H/D Pcs AWR
125. Pillar Taps ½” Bricon Pcs AWR
126. Plastic Storage Tank 2300 Ltrs No. AWR
127. Plastic Storage Tank 10000 Ltrs No. AWR
128. Plastic Storage Tank 150000 Ltrs No. AWR
129. Plastic Storage Tank 2400 Ltrs No. AWR
130. Plastic Water Tank 2400 Ltrs No. AWR
131. Plastic Water Tank 1000 Ltrs No. AWR
132. Plastic Water Tank 500 Ltrs No. AWR
133. Pliers H/D-Large Stanley Pcs AWR
134. Pliers H//D -Medium Stanley Pcs AWR
135. Pliers H/D- Small Stanley Pcs AWR
136. Plugs G.I. ½X3/4 Pcs AWR
137. Pressure Pipe UPVC-Class C-4” Pcs AWR
138. Pressure Pipe UPVC E2” Pcs AWR
139. Pressure Pipe-UPVC E3” Pcs AWR
140. Pressure Pipe UPVC-Class C-2” Pcs AWR
141. Pressure Pipe UPVC-Class C-3” Pcs AWR
142. Pressure Pipe UPVC-Class C-6” Pcs AWR
143. Rubber Bush For Toilet Pan Pcs AWR
144. Rubber Connectors 14” Flexible Pcs AWR
145. Saddle Connector 3x1” No. AWR
146. Saddle Connector 3x1” No. AWR
147. Saddle Connector Clamps 6x2 No. AWR
148. Saddle Connector Clamps 6x3 No. AWR
50
149. Screw Drivers H/D-Full Set Pcs. AWR
Stanley
150. Seat Cover H/D/Size Pcs AWR
151. Seat Cover Medium Gauge Pcs AWR
152. Sewage Ash Rods Plastic Full Set Pcs AWR
153. Sewage Ash Rods Plastic Set Pcs AWR
154. Single Air Valve2” Pcs AWR
155. Sluice Valve 1” Pcs AWR
156. Sluice Valve 2” Pcs AWR
157. Sluice Valve 3” Pcs AWR
158. Sluice Valve 4” Pcs AWR
159. Tap ½” Pegler Original Pcs AWR
160. Tap 1 Pegler Original Pcs AWR
161. Tap3/4” Pegler Original Pcs AWR
162. Urinal Bowel C/W Flushing Auto Set AWR
Cistern And Drop Pipe System
(Vitreous)
163. Wash Hand Basin E/Large Pcs AWR
164. Wash Hand Basin Large 22” Pcs AWR
165. Wash Hand Basin Medium 14” Pcs AWR
166. Wash Hand S/Z 12” Pcs AWR
167. Wielding Rods 3.2” Pkt AWR
168. WIP Pan Asian Type Pcs AWR

NO. GALVANISED FITTINGS UNIT Qty PRICE REMARKS


of issue
1. SOCKET ½” Pc AWR
2. SOCKET ¾” Pc AWR
3. SOCKET 1” Pc AWR
4. SOCKET 11/4” Pc AWR
5. SOCKET 1 ½” Pc AWR
6. SOCKET 2” Pc AWR
7. SOCKET 21/2” Pc AWR
8. SOCKET 3” Pc AWR
9. SOCKET 4” Pc AWR
10 TEE ½” Pc AWR
11 TEE ¾” Pc AWR
12 TEE 1” Pc AWR
13 TEE 11/4” Pc AWR
14 TEE 11/2” Pc AWR
15 TEE 2” Pc AWR
16 TEE 21/2” Pc AWR
17 TEE 3” Pc AWR
18 TEE 4” Pc AWR
19 ELBOW ½” Pc AWR
51
20 ELBOW ¾” Pc AWR
21 ELBOW 1” Pc AWR
22 ELBOW 11/4” Pc AWR
23 ELBOW 11/2” Pc AWR
24 ELBOW 2” Pc AWR
25 ELBOW 21/2” Pc AWR
26 ELBOW 3” Pc AWR
27 ELBOW 4” Pc AWR
28 BEND 1/2 “ X 45 Pc AWR
29 BEND ¾” X 45 Pc AWR
30 BEND 1” X 45 Pc AWR
31 BEND 11/4” X 45 Pc AWR
32 BEND 11/2” X 45 Pc AWR
33 BEND 2” X 45 Pc AWR
34 BEND 21/2” X 45 Pc AWR
35 BEND 3” X 45 Pc AWR
36 BEND 4” X 45 Pc AWR
37. BEND ½” X 90 Pc AWR
38 BEND ¾” X 90 Pc AWR
39 BEND 1” X 90 Pc AWR
40 BEND 11/4”X90 Pc AWR
41 BEND 11/2” X90 Pc AWR
42 BEND 2” X 90 Pc AWR
43 BEND 21/2” X 90 Pc AWR
44 BEND 3” X 90 Pc AWR
45 BEND 4” X 90 Pc AWR
46 PLUG ½” Pc AWR
47 PLUG ¾” Pc AWR
48 PLUG 1” Pc AWR
49 PLUG 11/4” Pc AWR
50 PLUG 11/2” Pc AWR
51 PLUG 2” Pc AWR
52 PLUG 21/2” Pc AWR
53 PLUG 3” Pc AWR
54 PLUG 4” Pc AWR
55 CAP ½” Pc AWR
56 CAP ¾” Pc AWR
57 CAP 1” Pc AWR
58 CAP 11/4” Pc AWR
59 CAP 11/2” Pc AWR
60 CAP 2” Pc AWR
61 CAP 21/2” Pc AWR
62. CAP 3” Pc AWR
63. CAP4” Pc AWR
64 GI R/TEE ¾” X ½” Pc AWR
65 GI R/TEE 1 X ¾” Pc AWR
52
66 GI R/TEE 1 X ½” Pc AWR
67 GI R/TEE 11/4” X 1” Pc AWR
68 GI R/TEE 11/4” X ¾” Pc AWR
69 GI R/TEE 11/4”X ½” Pc AWR
70 GI R/TEE 11/2” X 11/4” Pc AWR
71 GI R/TEE 11/2” X 1” Pc AWR
72 GI R/TEE 11/2” X ¾” Pc AWR
73 GI R/TEE 11/2” X ½” Pc AWR
74 GI R/TEE 2” X 11/2” Pc AWR
75 GI R/TEE 2” X 11/4” Pc AWR
76 GI R/TEE 2” X 1” Pc AWR
77 GI R/TEE 2” X ¾” Pc AWR
78 GI R/TEE 2” X ½” Pc AWR
79 GI R/TEE 3” X 2” Pc AWR
80 GI R/TEE 3” X 11/2” Pc AWR
81 GI R/TEE 3” X 11/4” Pc AWR
82 GI R/TEE 3” X 1” Pc AWR
83 GI R/TEE 3”X 3/4” Pc AWR
84 GI R/TEE 3” X ½” Pc AWR
85 GI R/TEE 4” X 3” Pc AWR
86 GI R/TEE 4 “ X 2” Pc AWR
87 GI R/TEE 4” X 11/2” Pc AWR
88 GI R/TEE 4” X 11/4” Pc AWR
89 GI R/TEE 4” X 1” Pc AWR
90 GI R/TEE 4” X ¾” Pc AWR
91 GI R/TEE 4 X ½” Pc AWR
92 GI R/BUSH 11/2” X ½” Pc AWR
93 GI R/BUSH 2” X 11/2” Pc AWR
94 GI R/BUSH 2” X 11/4” Pc AWR
95 GI R/BUSH 2” X 1” Pc AWR
96 GI R/BUSH 2” X ¾” Pc AWR
97 GI R/BUSH 2” X ½” Pc AWR
98 GI R/BUSH 3” X 2” Pc AWR
99 GI R/BUSH 3” X 11/2” Pc AWR
100 GI R/BUSH 3” X 11/4” Pc AWR
101 GI R/BUSH 3”X 1” Pc AWR
102 GI R/BUSH 3” X ¾” Pc AWR
103 GI R/BUSH Pc AWR
104 GI R/BUSH 4” X 3” Pc AWR
105 GI R/BUSH 4” X 2” Pc AWR
106 GI R/BUSH 4” X 11/2” Pc AWR
107 GI R/BUSH 4” X 11/4” Pc AWR
108 GI R/BUSH 4” X 1” Pc AWR
109 GI R/BUSH 4” X ¾” Pc AWR
110 GI R/BUSH 4” X ½” Pc AWR
111 GI R/SOCKET ¾” X ½” Pc AWR
53
112 GI R/SOCKET 1” X ¾” Pc AWR
113 GI R/SOCKET 1” X ½” Pc AWR
114 GI R/SOCKET 11/4” X 1” Pc AWR
115 GI R/SOCKET 11/4” X ¾” Pc AWR
116 GI R/SOCKET 11/4” X ½” Pc AWR
117 GI R/SOCKET 11/2” X11/4” Pc AWR
118 GI R/SOCKET 11/2” X 1” Pc AWR
119 GI R/SOCKET 11/2” X ¾” Pc AWR
120 GI R/SOCKET11/2” X ½” Pc AWR
121 GI R/SOCKET 2” X 11/2” Pc AWR
122 GI R/SOCKET 2” X 11/4” Pc AWR
123 GI R/SOCKET 2” X 1” Pc AWR
124 GI R/SOCKET 2” X ¾” Pc AWR
125 GI R/SOCKET 2” X ½” Pc AWR
126 GI R/SOCKET 3” X 2” Pc AWR
127 GI R/SOCKET 3” X 11/2” Pc AWR
128 GI R/SOCKET 3” X 11/4” Pc AWR
129 GI R/SOCKET 3” X 1” Pc AWR
130 GI R/SOCKET 3” X ¾” Pc AWR
131 GI R/SOCKET 3” X ½” Pc AWR
132 GI R/SOCKET 4” X 3” Pc AWR
133 GI R/SOCKET 4” X 2” Pc AWR
134 GI R/SOCKET 4” X 11/2” Pc AWR
135 GI R/SOCKET 4’’ X 11/4” Pc AWR
136 GI R/SOCKET 4” X 1” Pc AWR
137 GI R/SOCKET 4” X ¾” Pc AWR
138 GI R/SOCKET 4” X ½” Pc AWR
139 GI R BUSH 11/2” X 1” Pc AWR
140 GI R BUSH 11/2” X ¾” Pc AWR
141 FLANGE ½” Pc AWR
142 FLANGE ¾” Pc AWR
143 FLANGE 1” Pc AWR
144 FLANGE 11/4” Pc AWR
145 FLANGE 11/2” Pc AWR
146 FLANGE 2” Pc AWR
147 FLANGE 21/2” Pc AWR
148 FLANGE 3” Pc AWR
149 FLANGE 4” Pc AWR
NO. COBRA ITEMS UNIT AWR PRICE REMARKS
1. PILLAR TAP Pc AWR
2. SINK TAP Pc AWR
3. SINK MIXER W/TYPE Pc AWR
4. BASIN MIXER P/TYPE Pc AWR
5. BASIN S/HOLE MIXER Pc AWR
6. BATH MIXER O/HEAD Pc AWR
7. BATH TUB MIXER Pc AWR
54
8. ELBOW ACTION P/TAP Pc AWR
9. ELBOW ACTION W/TAP Pc AWR
10. ELBOW ACTION MIXER P/TAP Pc AWR
11. ELBOW ACTION MIXER W/TAP Pc AWR
12. LABORATORY P/TAP Pc AWR
13. LABORATORY W/TAP Pc AWR
14. LAB MIXER W/TAP Pc AWR
15. LAB MIXER P/TAP Pc AWR
16. CONSEALED STOP COCK ½ Pc AWR
17. CONSEALED STOP COCK ¾ Pc AWR
18. TELEPHONE SHOWER MIXER Pc AWR
19. BLOCK BOARD 8 X 4 X ½” Pc AWR
20. BLOCK BOARD 8 X 4 X ¾” Pc AWR
21. BLOCK BOARD 8 X 4 X 1” Pc AWR
22. CHIPBOARD 8 X 4 X 6MM Pc AWR
23. CHIPBOARD 8 X 4 X 9MM Pc AWR
24. CHIPBOARD 8 X 4 X 612MM Pc AWR
25. CHIPBOARD 8 X 4 X 20MM Pc AWR
26. CHIPBOARD 8 X 4 X 25MM Pc AWR
27. WIRE NAILS 1 Kg AWR
28. WIRE NAILS 11/2 Kg AWR
29 WIRE NAIL 2 Kg AWR
30 WIRE NAIL 21/2 Kg AWR
31 WIRE NAIL 3 Kg AWR
32 WIRE NAIL 4 Kg AWR
33 WIRE NAIL 5 Kg AWR
34 WIRE NAIL 6 Kg AWR
ROOFING NAILS AWR
35 CEILLING NAIL Kg AWR
36 FENCING NAIL Kg AWR
37 STEEL NAIL 1 Kg AWR
38 STEEL NAIL 11/2 Kg AWR
39 STEEL NAIL 2 Kg AWR
40 STEEL NAIL 21/2 Kg AWR
41 STEEL NAIL 3 Kg AWR
42 STEEL NAIL 4 Kg AWR
43 PLYWOOD 8 X 4 X 3MM Pc AWR
44 PLYWOOD 8 X 4 X 6MM Pc AWR
45 PLYWOOD 8 X 4 X 9MM Pc AWR
46 PLYWOOD 8 X 4 X 12MM Pc AWR
47 GYPSUM BOARD 8X4X9MM Pc AWR
48 GYPSUM BOARD 8X4X12MM Pc AWR
49 GYPSUM BOARD 8X4X9MM Pc AWR
50 GYPSUM BOARD 8X4X12MM Pc AWR
51 WHITE CEMENT 50KG Bag AWR
52 ORDINARY CEMENT Bag AWR
55
53 TILE ADHESIVE 25KG Pkt AWR
54 GYPSUM FILLER 25KG Pkt AWR
CAST MAN HOLE AWR
55 MAN HOLE COVER 12X12” pc AWR
56 MAN HOLE COVER 15X15” pc AWR
57 MAN HOLE COVER 18X18” pc AWR
58 MAN HOLE COVER 12X24” pc AWR
PLASTIC MAN HOLE AWR
59 MAN HOLE COVER 12X12” pc AWR
60 MAN HOLE COVER 15X15” pc AWR
61 MAN HOLE COVER 18X18” pc AWR
62 MAN HOLE COVER 18X24” pc AWR

NO. PVC PRESSURE FITTING UNIT of Qty PRICE Remarks


issue
1. VALVE SOCKET ½” pc AWR
2. VALVE SOCKET ¾” pc AWR
3. VALVE SOCKET ½” pc AWR
4. VALVE SOCKET 1” pc AWR
5. VALVE SOCKET 1.25” pc AWR
6. VALVE SOCKET 1.5” pc AWR
7. VALVE SOCKET 2” pc AWR
8. VALVE SOCKET 21/2” pc AWR
9. VALVE SOCKET 3” pc AWR
10. VALVE SOCKET 4” pc AWR
11. ELBOW ½” pc AWR
12. ELBOW ¾” pc AWR
13. ELBOW 1” pc AWR
14. ELBOW 1.1/4” pc AWR
15. ELBOW 1.5” pc AWR
16. ELBOW 2” pc AWR
17. ELBOW 3” pc AWR
18. ELBOW 4” pc AWR
19. PVC TEE ½” pc AWR
20. PVC TEE ¾” pc AWR
21. PVC TEE 1” pc AWR
22. PVC TEE 1.25” pc AWR
23. PVC TEE 1.5” pc AWR
24. PVC TEE 2” pc AWR
25. PVC TEE 21/2” pc AWR
26. PVC TEE 3” pc AWR
27. PVC TEE 4” pc AWR
28. PVC END CAP ½” pc AWR
29. PVC END CAP ¾” pc AWR
30. PVC END CAP 1” pc AWR
31. PVC END CAP 1.25” pc AWR
56
32 PVC END CAP 1.5” pc AWR
33 PVC END CAP 2” pc AWR
34 PVC END CAP 2 ½” pc AWR
35 PVC END CAP 3” pc AWR
36 PVC END CAP 4” pc AWR
37 PVD R/BUSH AWR
38 ¾” X 1/2” pc AWR
39 1 X 1/2” pc AWR
40 1 X ¾” pc AWR
41 11/4” X ½” pc AWR
42 11/4” X ¾” pc AWR
43 11/4” X 1” pc AWR
44 11/2” X 11/4” pc AWR
45 11/2” X 1” pc AWR
46 11/2” X ¾” pc AWR
47 11/2” X ½” pc AWR
48 2” X 11/2” pc AWR
49 2” X 11/4” pc AWR
50 2” X 1” pc AWR
51 2” X ¾” pc AWR
52 2” X ½” pc AWR
53 3” X 2” pc AWR
54 3” X 11/2” pc AWR
55 3” X 11/4” pc AWR
56 3” X 1” pc AWR
PVC R/TEE AWR
57 ¾” X ½” pc AWR
58 1 X ½” pc AWR
59 1 X ¾” pc AWR
60 11/4” X ½” pc AWR
61 11/4” X ¾” pc AWR
62 11/4” X 1” pc AWR
63 11/2” X 11/4” pc AWR
64 11/2” X 1” pc AWR
65 11/2” X ¾” pc AWR
66 11/2” X ½” pc AWR
67 2” X 11/2” pc AWR
68 2” X 11/4” pc AWR
69 2” X 1” pc AWR
70 2” X ¾” pc AWR
71 2” X ½” pc AWR
72 3” X 2” pc AWR
73 3” X 11/2” pc AWR
74 3” X 11/4” pc AWR
75 3” X 1” pc AWR
76 3” X ¾” pc AWR
57
77 3” X ½” pc AWR
78 4” X 3” pc AWR
79 4” X 2” pc AWR
80 4” X 11/2” pc AWR
81 4” X 11/4” pc AWR
82 4” X 1” pc AWR
83 4” X ¾” pc AWR
84 4” X ½” pc AWR

PPR FITTINGS UNIT of Qty PRICE REMARKS


issue
1 SOCKET 20MM pc AWR
2 SOCKET 25MM pc AWR
3 SOCKET 32MM pc AWR
4 SOCKET 40MM pc AWR
5 SOCKET 50MM pc AWR
6 SOCKET 63MM pc AWR
7 SOCKET 75MM pc AWR
8 SOCKET 90MM pc AWR
9 SOCKET 110MM pc AWR
10 TEE 20MM pc AWR
11 TEE 25MM pc AWR
12 TEE 32MM pc AWR
13 TEE 40MM pc AWR
14 TEE 50MM pc AWR
15 TEE 63MM pc AWR
16 TEE 75MM pc AWR
17 TEE 90MM pc AWR
18 TEE 110MM pc AWR
19 ELBOW 20MM pc AWR
20 ELBOW 25MM pc AWR
21 ELBOW 32MM pc AWR
22 ELBOW 40MM pc AWR
23 ELBOW 50MM pc AWR
24 ELBOW 63MM pc AWR
25 ELBOW 75MM pc AWR
26 ELBOW 90MM pc AWR
27 ELBOW 110MM pc AWR
28 UNION 20MM pc AWR
29 UNION 32MM pc AWR
30 UNION 40MM pc AWR
31 UNION 50MM pc AWR
32 UNION 63MM pc AWR
33 UNION 75MM pc AWR
58
34 UNION 90MM pc AWR
35 UNION 110MM pc AWR
36 END CAP 20MM pc AWR
37 END CAP 25MM pc AWR
38 END CAP 32MM pc AWR
39 END CAP 40MM pc AWR
40 END CAP 50MM pc AWR
41 END CAP 63MM pc AWR
42 END CAP 75MM pc AWR
43 END CAP 90MM pc AWR
44 END CAP 110MM pc AWR
45 MALE ADAPTER 20 X ½” pc AWR
46 MALE ADAPTER 25 X ½” pc AWR
47 MALE ADAPTER 25 X 3/4“ pc AWR
48 MALE ADAPTER 32 X ¾” pc AWR
49 MALE ADAPTER 32 X 1” pc AWR
50 MALE ADAPTER 40X11/4” pc AWR
51 MALE ADAPTER 50 X 11/2” pc AWR
52 MALE ADAPTER 63 X2” pc AWR
53 MALE ADAPTER 75 X 21/2” pc AWR
54 MALE ADAPTER 90 X 3” pc AWR
55 MALE ADAPTER 110 X 4” pc AWR
56 FEMALE ADAPTER 20X1/2” pc AWR
57 FEMALE ADAPTER 25 X ½” pc AWR
58 FEMALE ADAPTER 25 X ¾” pc AWR
59 FEMALE ADAPTER 32 X ¾” pc AWR
60 FEMALE ADAPTER 32 X 1” pc AWR
61 FEMALE ADAPTER 40X11/4” pc AWR
62 FEMALE ADAPTER 50X11/2” pc AWR
63 FEMALE ADAPTER 63X2” pc AWR
64 FEMALE ADAPTER 75X21/2” pc AWR
65 FEMALE ADAPTER 90X3” pc AWR
66 FEMALE ADAPTER 110X4” pc AWR
67 MALE TEE 20X1/2” pc AWR
68 MALE TEE 25X1/2” pc AWR
69 MALE TEE 25 X ¾” pc AWR
70 MALE TEE 32X3/4” pc AWR
71 MALE TEE 32X1” pc AWR
72 MALE TEE 40X11/4” pc AWR
73 MALE TEE 50X11/2” pc AWR
74 MALE TEE 63X2” pc AWR
75 MALE TEE 75” X 21/2” pc AWR
76 MALE TEE 90X3” pc AWR
77 MALE TEE 110X4” pc AWR
78 FEMALE TEE 20X1/2” pc AWR
79 FEMALE TEE 25X1/2” pc AWR
59
80 FEMALE TEE 25X3/4” pc AWR
81 FEMALE TEE 32X3/4” pc AWR
82 FEMALE TEE 32X1” pc AWR
83 FEMALE TEE 40X11/14” pc AWR
84 FEMALE TEE 50X11/2” pc AWR
85 FEMALE TEE 63X2” pc AWR
86 FEMALE TEE 73X21/2” pc AWR
87 FEMALE TEE 90X3” pc AWR
88 FEMALE TEE 110X4” pc AWR
89 PPR CUTTER pc AWR
90 MALE ELBOW 20X1/2 pc AWR
91 MALE ELBOW 25X1/2” pc AWR
92 MALE ELBOW 25X3/4” pc AWR
93 MALE ELBOW 32X3/4” pc AWR
94 MALE ELBOW 32X1” pc AWR
95 MALE ELBOW 40X11/4” pc AWR
96 MALE ELBOW 50X11/2” pc AWR
97 MALE ELBOW 63X2” pc AWR
98 MALE ELBOW 75X21/2” pc AWR
99 MALE ELBOW 90X3” pc AWR
100 MALE ELBOW 110X4” pc AWR
101 FEMALE ELBOW 20X1/2” pc AWR
102 FEMALE ELBOW 25X1/2” pc AWR
103 FEMALE ELBOW 25X3/4” pc AWR
104 FEMALE ELBOW 32X3/4” pc AWR
105 FEMALE ELBOW 32X1” pc AWR
106 FEMALE ELBOW 40X11/4” pc AWR
107 FEMALE ELBOW 50X11/2” pc AWR
108 FEMALE ELBOW 63X2” pc AWR
109 FEMALE ELBOW 75X21/2” pc AWR
110 FEMALE ELBOW 90X3” pc AWR
111 FEMALE ELBOW 110X4” pc AWR
112 R/BUSH 25X20 pc AWR
113 R/BUSH 32X20 pc AWR
114 R/BUSH 32X25 pc AWR
115 R/BUSH 40X20 pc AWR
116 R/BUSH 40X25 pc AWR
117 R/BUSH 40X32 pc AWR
118 R/BUSH 50X2 pc AWR
119 R/BUSH 50X25 pc AWR
120 R/BUSH 50X3 pc AWR
121 R/BUSH 50X40 pc AWR
122 R/BUSH 63X20 pc AWR
123 R/BUSH 63X25 pc AWR
124 R/BUSH 63X32 pc AWR
125 R/BUSH 63X40 pc AWR
60
126 R/BUSH 75X2 pc AWR
127 R/BUSH 75X25 pc AWR
128 R/BUSH 75X40 pc AWR
129 R/BUSH 75X50 pc AWR
130 R/BUSH 75X63 pc AWR
131 R/BUSH 90X40 pc AWR
132 R/BUSH 90X50 pc AWR
133 R/BUSH 90X56 pc AWR
134 R/BUSH 90X75 pc AWR
135 R/BUSH 110X63 pc AWR
136 R/BUSH 110X75 pc AWR
137 R/BUSH 110X90 pc AWR
138 R/TEE 25X20 pc AWR
139 R/TEE 32X25 pc AWR
140 R/TEE 40X20 pc AWR
141 R/TEE 40X 25 pc AWR
142 R/TEE 40X 32 pc AWR
143 R/TEE 50X20 pc AWR
144 R/TEE 50X25 pc AWR
145 R/TEE 50X32 pc AWR
146 R/TEE 50X40 pc AWR
147 R/TEE 63X20 pc AWR
148 R/TEE 63X25 pc AWR
149 R/TEE 63X32 pc AWR
150 R/TEE 63X40 pc AWR
151 R/TEE 75X20 pc AWR
152 R/TEE 75X25 pc AWR
153 R/TEE 75X40 pc AWR
154 R/TEE 75X50 pc AWR
155 R/TEE 75X63 pc AWR
156 R/TEE 90X40 pc AWR
157 R/TEE 90X50 pc AWR
158 R/TEE 90X56 pc AWR
159 R/TEE 90X75 pc AWR
160 R/TEE 110X63 pc AWR
161 R/TEE 110X75 pc AWR
162 R/TEE 110X79 pc AWR
163 R/TEE 63X50 pc AWR
164 R/BUSH63X50 pc AWR
165 GATE VALVE 20MM pc AWR
166 GATE VALVE 25MM pc AWR
167 GATE VALVE 32MM pc AWR
168 GATE VALVE 40MM pc AWR
169 GATE VALVE 50MM pc AWR
170 GATE VALVE 63MM pc AWR
171 GATE VALVE 75MM pc AWR
61
172 GATE VALVE 90MM pc AWR
173 GATE VALVE 110MM pc AWR
174 BALL COCK 20MM pc AWR
175 BALL COCK 25MM pc AWR
176 BALL COCK 32MM pc AWR
177 BALL COCK 40MM pc AWR
178 BALL COCK 50MM pc AWR
179 BALL COCK 63MM pc AWR
180 BALL COCK 75MM pc AWR
181 BALL COCK 90MM pc AWR
182 BALL COCK 110MM pc AWR
183 PPR MACHINE 20X32MM pc AWR
184 PPR MACHINE 20X63MM pc AWR
185 PPR MACHINE 75X110MM pc AWR

NO. WASTE BEND UNIT of Qty PRICE REMARKS


issue
1. 1.25X45 pc AWR
2. 1.5”X 45 pc AWR
3. 2” X 45 pc AWR
4. 3” X 45 pc AWR
5. 4” X 45 pc AWR
6. 6 X 45 pc AWR
7. 8” X 45 pc AWR
WASTE BEND AWR
8 1.25” X 90 pc AWR
9 1.5” X 90 pc AWR
10 2” X 90 pc AWR
11 3” X 90 pc AWR
12 4” X 90 pc AWR
13 6” X 90 pc AWR
14 8” X 90 pc AWR
PVC WASTE TEE AWR
15 1.25” pc AWR
16 1.5” pc AWR
17 2” pc AWR
18 3” pc AWR
19 4” pc AWR
20 6” pc AWR
21 8” pc AWR
PVC WASTE PLUG AWR
22 1.25” pc AWR
23 1.5” pc AWR
24 2” pc AWR
25 3” pc AWR

62
26 4” pc AWR
27 6” pc AWR
28 8” pc AWR
PVC WASTE PLUG AWR
29 1.25” pc AWR
30 1.5” pc AWR
31 2” pc AWR
32 3” pc AWR
33 4” pc AWR
34 6” pc AWR
35 8” pc AWR
BOSS CONNECTORS AWR
36 4”X1.25” pc AWR
37 4” X 1.5” pc AWR
38 4” X 2” pc AWR
PVC WASTE R/BUSH AWR
39 1.5”X1.25” pc AWR
40 2”X1.25” pc AWR
41 2”X1.5” pc AWR
42 3X2” pc AWR
43 4”X2” pc AWR
44 4”X3” pc AWR
45 6”X4” pc AWR
VENT COWL AWR
47 2” pc AWR
48 3” pc AWR
49 4” pc AWR
50 6” pc AWR
51 8” pc AWR
INSPECTIONS AWR
52 BEND 4” pc AWR
53 BEND 6” pc AWR
54 TEE 4” pc AWR
55 TEE 6” pc AWR
56 GULLY TRAP 4” pc AWR
57 GULLY TRAP 6” pc AWR
58 SHOWER TRAP 6” pc AWR
59 FLOOR TRAP 4X2X1.5 pc AWR
60 STRAIGHT CONNECTOR 4” pc AWR
61 WC BEND CONNECTOR 4” pc AWR
62 FLEX BEN CONNECTOR 4” pc AWR

NO. GALVANISED PIPE UNIT of Qty PRICE REMARKS


issue
1. ½” C/A pc AWR
2. ½” C/B pc AWR
63
3. ½”C/C pc AWR
4. ¾”C/A pc AWR
5. ¾” C/B pc AWR
6. ¾” C/C pc AWR
7. 1” C/A pc AWR
8. 1” C/B pc AWR
9. 1” C/C pc AWR
10. 1.5” C/A pc AWR
11. 1.5” C/B pc AWR
12. 1.5” C/C pc AWR
13. 2”C/A pc AWR
14. 2” C/B pc AWR
15. 2” C/C pc AWR
16. 3” C/A pc AWR
17. 3” C/B pc AWR
18. 3” C/C pc AWR
19. 4” C/B pc AWR

KENTANK
NO. PLASTIC TANKS(ROUND) UNIT of Qty PRICE REMARKS
issue
1 230 LTRS NO. AWR
2 250 LTRS NO. AWR
3 300LTRS NO. AWR
4 460LTRS NO. AWR
5 500LTRS NO. AWR
6 750LTRS NO. AWR
7 1000LTRS NO. AWR
8 1350LTRS NO. AWR
9 1500 LTRS NO. AWR
10 2000LTRS NO. AWR
11 2300LTRS NO. AWR
12 2500LTRS NO. AWR
13 3000LTRS NO. AWR
14 3200LTRS NO. AWR
15 3500LTRS NO. AWR
16 4000LTRS NO. AWR
17 5000LTRS NO. AWR
18 6000LTRS NO. AWR
19 8000 LTRS NO. AWR
20 10000LTRS NO. AWR
21 16000LTRS NO. AWR
22 24000LTRS AWR
UNDERGROUND TANK AWR
23 2000LTRS NO. AWR
24 2500LTRS NO. AWR
64
25 3000LTR NO. AWR
26 5000LTRS NO. AWR
SEPTIC TANK AWR
27 2000LTRS NO. AWR
28 2500LTRS NO. AWR
29 3000LTRS NO. AWR
30 5000LTRS NO. AWR

RECTANGULAR TANK
31 230LTRS NO. AWR
32 460LTRS NO. AWR
33 920LTRS NO. AWR
33 24000LTRS NO. AWR

Signature of tenderer

Note: In case of discrepancy between unit price and total, the unit price shall
prevail.

65
SECTION VIII - STANDARD FORMS

Notes on the sample Forms

1. Form of Tender - The form of tender must be completed by


the tenderer and submitted with the tender documents. It must also be
duly signed by duly authorized representatives of the tenderer.

2. Confidential Business Questionnaire Form - This form must be


completed by the tenderer and submitted with the tender documents.

3. Tender Security Form - When required by the tender


documents the tender shall provide the tender security either in the
form included herein or in another format acceptable to the procuring
entity.

4. Contract Form - The Contract Form shall not be completed


by the tenderer at the time of submitting the tender. The Contract
Form shall be completed after contract award and should incorporate
the accepted contract price.

5. Performance Security Form - The performance security form


should not be completed by the tenderers at the time of tender
preparation. Only the successful tenderer will be required to provide
performance security in the form provided herein or in another form
acceptable to the procuring entity.

6. Bank Guarantee for Advance Payment Form - When Advance


payment is requested for by the successful bidder and agreed by the
procuring entity, this form must be completed fully and duly signed
by the authorized officials of the bank.

7. Manufacturers Authorization Form - When required by the


ender documents this form must be completed and submitted with the
tender documents. This form will be completed by the manufacturer
of the goods where the tenderer is an agent.

66
8.1 FORM OF TENDER

Date
Tender No.
To:

[name and address of procuring entity]

Gentlemen and/or Ladies:

1. Having examined the tender documents including Addenda


Nos. ………………………………. [insert numbers].the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to supply deliver, install and commission (
…………………………………………… (insert equipment description) in conformity with the
said tender documents for the sum of ………………………………………………………….
(total tender amount in words and figures) or such other sums as may be ascertained in
accordance with the Schedule of Prices attached herewith and made part of this Tender.

2. We undertake, if our Tender is accepted, to deliver install and commission the


equipment in accordance with the delivery schedule specified in the Schedule of Requirements.

3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of


equivalent to percent of the Contract Price for the due performance of the
Contract , in the form prescribed by ………………. ……………….( Procuring entity).

4. We agree to abid by this Tender for a period of …… [number] days from the date
fixed for tender opening of the Instructions to tenderers, and it shall remain binding upon us and
may be accepted at any time before the expiration of that period.

5. This Tender, together with your written acceptance thereof and your notification of
award, shall constitute a Contract, between us. Subject to signing of the Contract by the parties.

6. We understand that you are not bound to accept the lowest or any tender you may
receive.

Dated this day of 20

[signature] [in the capacity of]

Duly authorized to sign tender for an on behalf of

67
8.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM

You are requested to give the particulars indicated in Part 1 and either
Part 2(a), 2(b) or 2 (c ) whichever applied to your type of business
You are advised that it is a serious offence to give false information
on this form

Part 1 – General:
Business Name …………………………………………………………………………………………………
Location of business premises. …………………………………………………………………………………
Plot No………………………………………………… Street/Road …………………………………………..
Postal Address ……………………….. Tel No. …………………. Fax ………………. E mail …………….
Nature of Business ……………………………………………………………………………………………..
Registration Certificate No. …………………………………………………………………………………
Maximum value of business which you can handle at any one time – Kshs. …………………………………
Name of your bankers ……………………………………….. Branch ………………………………………

Part 2 (a) – Sole Proprietor


Your name in full …………………………………………………….. Age ………………………..
Nationality ………………………………… Country of origin …………………………………….
 Citizenship details
……………………………………………………………………………
……….

Part 2 (b) Partnership
Given details of partners as follows:
Name Nationality Citizenship Details Shares
1. ………………………………………………………………………………………
2. ………………………………………………………………………………………
3. ………………………………………………………………………………………..
4. ………………………………………………………………………………………..

Part 2 (c ) – Registered Company


Private or Public ……………………………………………………………………………………….
State the nominal and issued capital of company-
Nominal Kshs. ………………………………
Issued Kshs. …………………………………
Given details of all directors as follows
Name Nationality Citizenship Details Shares
1…………………………………………………………………………………………………………
2. ………………………………………………………………………………………………………..
3. ………………………………………………………………………………………………………
4. ………………………………………………………………………………………………………
5 ……………………………………………………………………………………………………….
Date ………………………………………………….. Signature of Candidate ………………………………..

 If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or


registration.

68
8.3 TENDER SECURITY FORM

Whereas ………………………………………. [name of the tenderer]


(hereinafter called “the tenderer”) has submitted its tender dated
…………. [date of submission of tender] for the supply, installation
and commissioning of ……………………[name and/or description
of the equipment] (hereinafter called “the Tender”)
……………………………………….. KNOW ALL PEOPLE by
these presents that WE ……………………… of
………………………. having our registered office at
………………… (hereinafter called “the Bank”), are bound unto
…………….. [name of Procuring entity} (hereinafter called “the
Procuring entity”) in the sum of …………………….. for which
payment well and truly to be made to the said Procuring entity, the
Bank binds itself, its successors, and assigns by these presents.
Sealed with the Common Seal of the said Bank this
day of 20 .

THE CONDITIONS of this obligation are:-


1. If the tenderer withdraws its Tender during the period of tender
validity specified by the tenderer on the Tender Form; or
2. If the tenderer, having been notified of the acceptance of its
Tender by the Procuring entity during the period of tender
validity:
(a) fails or refuses to execute the Contract Form, if required; or
(b) fails or refuses to furnish the performance security in
accordance with the Instructions to tenderers;

We undertake to pay to the Procuring entity up to the above amount


upon receipt of its first written demand, without the Procuring entity
having to substantiate its demand, provided that in its demand the
Procuring entity will note that the amount claimed by it is due to it,
owing to the occurrence of one or both of the two conditions,
specifying the occurred condition or conditions.

This tender guarantee will remain in force up to and including thirty


(30) days after the period of tender validity, and any demand in
respect thereof should reach the Bank not later than the above date.
[signature of the bank]____________________________
(Amend accordingly if provided by Insurance Company)

69
8.4 CONTRACT FORM
THIS AGREEMENT made the day of 20
between ……………… [name of Procurement entity) of ……….. [country of
Procurement entity] (hereinafter called “the Procuring entity) of the one part and
…………………….. [name of tenderer] of ………….. [city and country of tenderer]
(hereinafter called “the tenderer”) of the other part;

WHEREAS the Procuring entity invited tenders for certain goods ] and has accepted a
tender by the tenderer for the supply of those goods in the sum of
…………………………… [contract price in words and figures] (hereinafter called “the
Contract Price).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to:

2. The following documents shall be deemed to form and be read and construed as
part of this Agreement viz:
(a) the Tender Form and the Price Schedule submitted by the tenderer
(b) the Schedule of Requirements
(c ) the Technical Specifications
(d) the General Conditions of Contract
(e) the Special Conditions of contract; and
(f) the Procuring entity’s Notification of Award

3. In consideration of the payments to be made by the Procuring entity to the


tenderer as hereinafter mentioned, the tender hereby covenants with the Procuring entity
to provide the goods and to remedy defects therein in conformity in all respects with the
provisions of the Contract

4. The Procuring entity hereby covenants to pay the tenderer in consideration of the
provisions of the goods and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Procuring entity

Signed, sealed, delivered by the (for the tenderer in the


presence of

(Amend accordingly if provided by Insurance Company)

70
8.5 PERFORMANCE SECURITY FORM

To ………………………………………….
[name of Procuring entity]

WHEREAS …………………………………… [name of tenderer]


(hereinafter called “the tenderer”) has undertaken , in pursuance of Contract
No. [reference number of the contract] dated
20 to supply ………………………………………………
[description of goods] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the
tenderer shall furnish you with a bank guarantee by a reputable bank for the
sum specified therein as security for compliance with the Tenderer’s
performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the tenderer a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to


you, on behalf of the tenderer, up to a total of ……………………….
[amount of the guarantee in words and figure] and we undertake to pay you,
upon your first written demand declaring the tenderer to be in default under
the Contract and without cavil or argument, any sum or sums within the
limits of …………………….. [amount of guarantee] as aforesaid, without
you needing to prove or to show grounds or reasons for your demand or the
sum specified therein.

This guarantee is valid until the day of 20

Signed and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

71
8.6 BANK GUARANTEE FOR ADVANCE PAYMENT FORM

To ………………………………
[name of Procuring entity]

[name of tender] …………………..

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,
which amends the General Conditions of Contract to provide for advance payment,
…………………………………………………. [name and address of
tenderer](hereinafter called “the tenderer”) shall deposit with the Procuring entity a bank
guarantee to guarantee its proper and faithful performance under the said Clause of the
Contract in an amount of …… …………………. [amount of guarantee in figures and
words].

We, the ……………………………. [bank or financial institutions], as instructed by the


tenderer, agree unconditionally and irrevocably to guarantee as primary obligator and not
as surety merely, the payment to the Procuring entity on its first demand without
whatsoever right of objection on our part and without its first claim to the tenderer, in the
amount not exceeding …………………… [amount of guarantee in figures and words]

We further agree that no change or addition to or other modification of the terms of the
Contract to be performed there-under or of any of the Contract documents which may be
made between the Procuring entity and the tenderer, shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition,
or modification.

This guarantee shall remain valid in full effect from the date of the advance payment
received by the tenderer under the Contract until ………… [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

72
8.7 MANUFACTURER’S AUTHORIZATION FORM

To [name of the Procuring entity] ………………….


WHEREAS …………………………………………………………[ name
of the manufacturer] who are established and reputable manufacturers of
………………….. [name and/or description of the goods] having factories
at ………………………………… [address of factory] do hereby authorize
………………………… [name and address of Agent] to submit a tender,
and subsequently negotiate and sign the Contract with you against tender
No. ………………………. [reference of the Tender] for the above goods
manufactured by us.

We hereby extend our full guarantee and warranty as per the General
Conditions of Contract for the goods offered for supply by the above firm
against this Invitation for Tenders.

[signature for and on behalf of manufacturer]

Note: This letter of authority should be on the letterhead of the


Manufacturer and should be signed by a competent person.

8.8 LETTER OF NOTIFICATION OF AWARD

Address of Procuring Entity


_____________________
_____________________
To:

RE: Tender No.


Tender Name

This is to notify that the contract/s stated below under the above mentioned tender have
been awarded to you.
1. Please acknowledge receipt of this letter of notification signifying your
acceptance.
2. The contract/contracts shall be signed by the parties within 30 days of the date of
this letter but not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject
matter of this letter of notification of award.

(FULL PARTICULARS)
SIGNED FOR ACCOUNTING OFFICER
73
8.9 FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD

APPLICATION NO…………….OF……….….20……...

BETWEEN
…………………………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)

Request for review of the decision of the…………… (Name of the Procuring Entity) of
……………dated the…day of ………….20……….in the matter of Tender No………..…of
…………..20…
REQUEST FOR REVIEW
I/We……………………………,the above named Applicant(s), of address: Physical
address…………….Fax No……Tel. No……..Email ……………, hereby request the Public
Procurement Administrative Review Board to review the whole/part of the above mentioned
decision on the following grounds , namely:-
1.
2.
etc.
By this memorandum, the Applicant requests the Board for an order/orders that: -
1.
2.
etc
SIGNED ……………….(Applicant)
Dated on…………….day of ……………/…20…

FOR OFFICIAL USE ONLY


Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of
………....20….………

SIGNED
Board Secretary

74
Annex 1

Evaluation Criteria
The evaluation will be carried into three stages as follows;
1. Preliminary Examination-Mandatory
At this stage, the bidder is required to provide the following;
a. Copies of certificate of incorporation
b. Valid tax compliance certificate
c. Form of tender duly filled
d. Tender security of Kenya shillings hundred thousand and or signed
tender declaration form for AGPO
e. Business Questionnaire duly signed
f. Declaration statement that bidder is not involved in fraudulent
practices
g. Declaration statement that bidder is not debarred by PPRA
The above parameters are mandatory and any bidder who fails at this
stage is disqualified from further evaluation.

2. Technical Evaluation
At this stage the bidder is required to provide the following;
a. Experience in the relevant field (attach copies of previous and
ongoing contracts from clients 5No.) – 20
b. Statement that goods/services are from eligible country of origin-10
c. Attach operating licenses from the relevant authorities - 10
d. Credit period for 30 days after delivery -10
e. Audited Financial report for the previous two years and or bank
references/statements for new firms -10
f. Statement of compliance to quality of goods and services -10
g. Sanctity of the tender document (having the document intact) -20
h. Statement of readiness to supply goods and services within a short
notice -10
The pass mark in this stage is 70 points
3. Financial Evaluation
a. Determination of arithmetic errors
b. Comparison of rates

75

Vous aimerez peut-être aussi