1
KENYA ANIMAL GENETIC RESOURCES CENTRE
TENDER DOCUMENT
FOR
PRE-QUALIFICATION OF SUPPLIERS FOR THE
PERIOD 2021 – 2023
CLOSING DATE 26TH MAY, 2021
2
Table of Contents Page No.
Section A Tender Notice……..……………………….….….……….……….. 3-13
Section B Confidential Business Questionnaire……….….……….…. …….15-16
Section C Supplies Application Form…………………….………………….…….16
Section D Prequalification Criteria…………………………………. …………17-18
Section E Financial position and terms of trade and notes….……………….18-19
SUPPLY OF…………………………………………………………………………………….
CATEGORY NO:……………………………………………………………………………….
TENDERERS NAME:…………………………………………………………………………….
OFFICIAL RECEIPT NO:…………………………...…………………………..of Kshs.1,000
(Photocopy of the O.R. to be attached)
The firms which will be short listed to supply goods and services will be invited to quote for the
same as and when an item/service under the above category is required by the Kenya Animal
Genetic Resources Centre in the next two financial years ending June, 2023
NB: (i) Please note that you will be disqualified if you give false information for the purposes
of seeking qualification(s)
(ii) Also check your tender documents before leaving the issuing office and be satisfied that
you have taken the relevant forms/documents.
P.O. Box 23070 - 00604 , Lower Kabete, Nairobi, Kenya. Cell Phone: 0728899767/ 073754060, Landline : 020 - 2064018 , 4181325/6 DL : 020 - , Fax 4180024 : 4181328/2064017
Email: [email protected] , Web: www.kagrc.go.k e ISO 9001:2008
QMS Certified
3
SECTION A
DATE: 11TH MAY, 2021
PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE
PERIOD 2021/2022 AND 2022/2023.
Kenya Animal Genetic Resources Centre invites applications for Pre-Qualification Tenders from
interested, eligible bidders for the supply of the under listed goods and services for the period
ending 30th June, 2023.
S/NO TENDER
NUMBER
TENDER
DESCRIPTION
METHOD OF
PROCUREMENT
ELIGIBILITY
SUPPLY AND DELIVERY OF GOODS
1 KAGRC
01/2021/2023
Supply and delivery of
General office
stationery, computer
consumables
accessories
Framework
Agreement
Youth/Women
2 KAGRC
02/2021/2023
Supply and delivery of
Office
Furniture and
equipment’s
Prequalification’s Youth/Women/PWDS
3 KAGRC
03/2021/2023
Supply of Printed
Stationeries,
Promotional Materials
and Publishing
Prequalification’s Youth
4 KAGRC
04/20212023
Supply of Animal
feeds, Bull Cubes,
Molasses, Minerals
and Farm inputs
Prequalification’s Youth/Women
5 KAGRC
05/2021/2023
Supply of Farm tools,
Hardware,
Building Materials and
Electric Materials
Prequalification’s PWDS
6 KAGRC
06/2021/2023
Supply of Uniforms
and Protective
Clothing
Framework
Agreement
Youth/Women
7 KAGRC
07/2021/2023
Supply of veterinary
Drugs, Vaccines and
Veterinary Equipment
Framework
Agreement
Youth/Women
4
8 KAGRC
08/2021/2023
Supply of
Laboratory
Chemicals,
Glassware, Bull
Blocks, Dyes and
other Laboratory
wares
Prequalification’s Youth/Women/PWDS
9 KAGRC
9/2021/2023
Supply of Detergents
and Disinfectant
Prequalification’s Youth/Women/PWDS
10 KAGRC
10/2021/2023
Supply of Petrol,
Diesel, Lubricants,
Tyres, Tubes and
Batteries
Prequalification’s All Bidders
11 KAGRC
11/2021/2023
Supply of loose Tools
and
Equipment’s
Prequalification’s PWDS
12 KAGRC
12/2021/2023
Supply of Insemination
Artificial items and
Containers
Framework
Agreement
Youth/Women/PWDS
13 KAGRC
13/2021/2023
Supply of Embryos Prequalification’s All bidders
14 KAGRC
14/2021/2023
Provision of
Surrogates
Prequalification’s All bidders
15 KAGRC
15/2021/2023
Supply of sexed semen Prequalification’s All bidders
16 KAGRC
16/2021/2023
Supply of Bucks Prequalification’s All bidders
17 KAGRC
17/2021/2023
Supply of Nanny Prequalification’s All bidders
PROVISION OF SERVICES
18 KAGRC
18/2021/2023
Provision of training of
Embryo Transfer
Prequalification’s All bidders
19 KAGRC
19/2021/2023
Provision of Motor
Vehicles and
Agricultural
Machinery (CMTE
Approved
Garage/Dealers)
Prequalification’s All Bidders
20 KAGRC
20/2021/2023
Provision of Repair
and Maintenance
Prequalification’s All Bidders
5
Service of Water
Booster Pumps
21 KAGRC
21/2021/2023
Provision of Repair
and maintenance
Service of Cold-
Rooms, Washing
Machine and Distillers
Prequalification’s All Bidders
22 KAGRC
22/2021/2023
Provision of
Rehabilitation Service
for
Buildings, Roads, Bull
paddocks and
Quarantine facility
Prequalification’s All Bidders
23 KAGRC
23/2021/2023
Provision of Courier
Services
Prequalification’s All Bidders
24 KAGRC
24/2021/2023
Provision of Repair
and Maintenance of
Telephone Equipment,
Fax Machines and
PABX
Prequalification’s All Bidders
25 KAGRC
25/2021/2023
Provision of Insurance
Services (Livestock,
Motor vehicle,
General and accident
Cover)
Prequalification’s All Bidders
26 KAGRC
26/2021/2023
Provision of
Consultancy to carry
out various Baseline
and surveys
Prequalification’s All Bidders
27 KAGRC
27/2021/2023
Collection and
Handling of General,
Biological and
Chemical
Waste (NEMA
approved firms)
Prequalification’s All Bidders
28 KAGRC
28/2021/2023
Provision of Legal
Service
Prequalification’s All Bidders
29 KAGRC
29/2021/2023
Provision of catering
services
Prequalification’s All Bidders
30 KAGRC
30/2021/2023
Provision of Air
Ticketing Service
Prequalification’s All Bidders
31 KAGRC
31/2021/2023
Provision of Security/
Guarding Services
Prequalification’s All Bidders
6
32 KAGRC
32/2020/2023
Provision of
Rehabilitations and
Service of Motor
Vehicles
Prequalification’s All Bidders
33 KAGRC
33/2020/2023
Provision of
Rehabilitations and
Service of
Equipment’s and
Machinery
Prequalification’s All Bidders
LIST OF ITEMS UNDER FRAME WORK AGREEMENT
GENERAL OFFICE STATIONERY, COMPUTER CONSUMABLES & ACCESSORIES
7
No. Description Unit of
Measure
Estimate
d
quantity
required
Unit price
(Kes)
(INC’ OF
16% VAT)
Brand Delivery
Time after
LPO is
issued
(in Days)
1. Black toner catridges for Kyocera
ECOSYS M4125 idn
Pcs 10
2. Toner cartridges black 530 Pcs 10
3. Toner cartridge 531 Pcs 10
4. Toner cartridge 532 Pcs 10
5. Toner cartridge 533 Pcs 10
6. HP Toner no.CF 237A black for HP
Laser jet M607
Pcs 10
7. HP Toner CF 410A black Pcs 10
8. HP Toner CF 411A cyan Pcs 10
9. HP Toner CF 412A yellow Pcs 10
10. HP Toner CF 413A magenta Pcs 10
11. HP Toner C 90A black Pcs 10
12. External hard disk 2Tb Pcs 5
13. External hard disk 1Tb Pcs 5
14. External hard disk 750Gb Pcs 5
15. External hard disk 500Gb Pcs 5
16. Biro pen blue pointed Packet 20
17. Biro pen black pointed Packet 20
18. Biro pen red pointed Packet 10
19. Biro pen normal Packet 10
20. Pencil 2HB Pcs 10
21. Ruler Pcs 10
22. Ink stamp Pcs 10
23. Ink pad Pcs 10
24. Executive pens Pcs 50
25. Audit pens Pcs 50
26. Spring file plastic Pcs 50
27. Prit glue 20g Pcs 10
28. Prit glue 36g Pcs 10
29. Glue liquid 90g bottle pcs 5
30. Box file Pcs 50
31. Highlighter pen assorted Pcs 100
32. Permanent marker Packet of
10
50
33. Whit board marker Packet of
10
50
8
34. Executive folders Pcs 100
35. Binding covers Pcs 100
36. Spiral binding assorted Pcs 100
37. Cello tape Pcs 20
38. Packing tape pcs 30
39. Envelopes A4 Pcs 200
40. Envelopes A3 Pcs 200
41. Envelopes C5 Pcs 200
42. Envelopes DL Pcs 200
43. Photocopier paper A4 Ream 30
44. Conqueror paper Ream 20
45. Carbon paper A4 Packet of
100
20
46. Note book short hand Pcs 200
47. Drafting pad A4 Pcs 20
48. Stick notes assorted colors Packet of
12
20
49. Urgent stick notes Pcs 100
50. Counter book 1 quire Pcs 100
51. Counter book 2 quire Pcs 50
52. Counter book 3 quire Pcs 50
53. Counter book 4 quire Pcs 50
54. Paper clip small Box of
100
50
55. Paper clip medium Box of 100 50
56. Paper clip large Box of 100 50
57. Staple remover Pcs 20
58. Paper pins Packet of
100g
10
59. Paper punch small Pcs 5
60. Paper punch medium Pcs 5
61. Paper punch giant Pcs 5
62. Stapler giant size Pcs 5
63. Stapler medium Pcs 5
64. Stapler small Pcs 5
65. Staple pins medium 24/6 Packet of
5000
2
66. Staple pins 23/17 Packet of
1000
2
Total Price (KES)
9
Uniforms and Protective Clothing
Description Unit of
Measure
Estimat
ed
quantit
y
require
d
Unit
price
(Kes)
(INC’ OF
16%
VAT)
Brand Delivery
Time
after
LPO is
issued
(in Days)
67. Overall with company logo Pcs 200
68. Dustcoat with company logo Pcs 200
69. Laboratory coat with company logo Pcs 200
70. Raincoat with company logo 100
71. Cold room jacket with company logo Pcs 20
72. Cold room trouser Pcs 20
73. Aprons Pcs 100
74. Water proof apron Pcs 20
75. Suit Pair 50
76. Shirt Pcs 50
77. Neck tie Pcs 50
78. Leather shoes Pair 50
79. Safety boot Pair 50
80. Gum boot Pair 200
81. Branded shirt Pcs 200
82. Branded T-shirt Pcs 200
83. Branded caps Pcs 200
84. Branded umbrella Pcs 200
85. Reflector jacket Pcs 200
86. Heavy duty sweater Pcs 200
87. Trouser Pcs 200
88. Great coat Pcs 50
Total Price (Kes)
10
VETERINARY DRUGS, VACCINES AND VETERINARY EQUIPMENT
No. Description Unit of
Measure
Estimat
ed
quantit
y
require
d
Unit
price
(Kes)
(INC’ OF
16%
VAT)
Brand Delivery
Time
after
LPO is
issued
(in Days)
89. Alamycin LA 100ml Pcs 100
90. Alamycin 10% 100ml Pcs 100
91. Penstrep LA 100ml Pcs 100
92. Penstrep 10% 100ml Pcs 100
93. Tylosin 100ml Pcs 100
94. Biocilin 100ml Pcs 100
95. Betamox 100ml Pcs 100
96. Norodine 100ml Pcs 100
97. Alphamox 100ml Pcs 100
98. Opticlox 20grams Pcs 100
99. Diseptroprim 50 boluses Pcs 100
100. Kaolin 500grams Pcs 50
101. Episome salt 1kg Pcs 50
102. Alamycine spary 140g Pcs 50
103. Vetgenta 100ml Pcs 100
104. Butalex 40ml Pcs 100
105. Imizole 15ml Pcs 100
106. Ivermectin 15ml Pcs 100
107. Valbazen 10% 1litre Pcs 100
108. Catasol 100ml Pcs 100
109. Multivatimin 100ml Pcs 100
110. Butaphors 100ml Pcs 100
111. Bimahistamin 100ml pcs 100
112. Histacure 50ml Pcs 100
113. Colvasone 50ml Pcs 100
114. Dexamethasone 100ml Pcs 100
115. Terexine 5grams Pcs 100
116. Stopbloat 1litre Pcs 50
117. Activated charcoal 1kg Pcs 50
118. Liquid paraffin 5litre Pcs 20
119. Calcijet 400ml Pcs 50
120. Copper sulphate 25kg Pcs 8
121. Formalin 5litre Pcs 20
122. Surgical spirit Pcs 50
11
123. Lugos iodine 5litre Pcs 20
124. Tincture of iodine 5litre Pcs 20
125. Hydrogen peroxide 5litre Pcs 20
126. Lysol 5litre Pcs 50
127. Steladone 5litres Pcs 50
128. Triatix 5litres Pcs 50
129. Mineral lick 10kg Pcs 150
130. Healing oil 500ml Pcs 50
131. Vetmycine spary 140g Pcs 50
132. Atropine sulphate Pcs 50
133. Lignocaine 100ml Pcs 100
134. Xylazine 50ml Pcs 100
135. Amprolium 500g Pcs 100
136. Terramycine 10ml Pcs 100
137. FMD vaccine 240ml Pcs 100
138. Blanthrax Pcs 100
139. LSD Vaccine Pcs 100
140. RVF vaccine Pcs 100
141. Clinical thermometer(APS) Pcs 100
142. Intraruminal magnets Pcs 100
143. Stethoscope(littman) Pcs 100
144. Bull chain Pcs 100
145. Bull hooks Pcs 100
Total Price (Kes)
12
ARTIFICIAL INSEMINATION ITEMS AND CONTAINERS
No. Description Unit of
Measure
Estimat
ed
quantit
y
require
d
Unit
price
(Kes)
(INC’ OF
16%
VAT)
Brand Delivery
Time
after
LPO is
issued
(in Days)
146. Standard Goblet 100 straws Pcs 50
147. Large Goblet 300 straws Pcs 50
148. Pistollete-Universal Pcs 50
149. Plastic Socks-Ordinary/Universal Pcs 50
150. Pistolette –Self locking Pcs 50
151. Pistollete – O-ring Pcs 50
152. Hand gloves – Arm length 100 pcs Packet 50
153. Forceps (small) Pcs 200
154. Forceps (Large) Pcs 200
155. Syringe 2ml Pcs 100
156. Syringe 5ml Pcs 100
157. Syringe 10ml Pcs 100
158. Thawing goblet Pcs 100
159. Thaw Monitor Pcs 100
160. A.I. Thermometer Pcs 50
161. Thermos flask (1/2 litre Capacity) Pcs 300
162. Thermos flask stainless steel Pcs 300
163. Thawing Flask (for use with thaw
monitor)
Pcs 300
164. Liquid Nitrogen Container 1Lt Pcs 50
165. Liquid Nitrogen Container 2Lts Pcs 50
166. Liquid Nitrogen Container 3Lts Pcs 50
167. Liquid Nitrogen Container 3Lts MVE
Asia- ET Series
Pcs 20
168. Liquid Nitrogen Container 8Lts pcs 20
169. Liquid Nitrogen Container 10Lts Pcs 20
170. Liquid Nitrogen Container 12Lts Pcs 20
171. Liquid Nitrogen Container 20Lts Pcs 20
172. Liquid Nitrogen Container 30lts Pcs 20
173. Liquid Nitrogen Container 35Lts Pcs 20
174. Liquid Nitrogen Container 47Lts
Pcs 20
175. Liquid Nitrogen Container 50Lts Pcs 20
13
176. Liquid Nitrogen Container 50Lts USA
Model
Pcs 20
177. Haversack Pcs 50
178. Neck Plug MVE 3 Pcs 20
179. Neck Plug MVE 20 Pcs 20
180. Dip Stick Pcs 20
181. Ear tag Pcs 100
182. Ear tag applicator (Markiflex)
Pcs 100
183. Scissors Pcs 200
184. Newsletters Pcs 1000
185. Branded Umbrellas
Pcs 200
186. Branded Caps Pcs 300
187. Red File Pcs 100
188. Cow-Card Pcs 100
189. Latex gloves Pcs 500
190. Plastic pipettes 25pcs (per packet) Packet 50
191. Branded T-shirts Pcs 200
192. Burdizzo Pcs 50
193. Water proof Apron pcs 50
194. Gumboots Pcs 100
195. Lab coats Pcs 100
196. A.I. fee set (50 leaves triplicate) Pcs 300
197. Adopter 3 Inches Pcs 50
198. Straw Cutter (Citto cutter) Pcs 50
199. Paper Towel Pkts 100
200. Ear Notchers Pcs 50
Total Price (Kes)
14
Interested candidates may obtain the tender documents with the complete qualification criteria
from the Centre’s Revenue office located at the administration block A, on Kapenguria road, off
Lower Kabete road upon payment of a non-refundable fee of Kshs 1,000.00 in cash or Bankers
cheque payable to Kenya Animal Genetic Resources Centre during normal working hours on week
days. Tender documents may also be downloaded from our website www.kagrc.go.ke and
Treasury portal www.tenders.go.ke free of charge.
Completed bid documents in plain sealed envelopes, marked only with the tender number and
tender name and bearing no indication of the tenderer should be addressed to:
Interested bidders may obtain the tender documents with the complete qualification criteria from
the Centre’s Revenue office located at the administration block A, on Kapenguria road, off Lower
Kabete road upon payment of a non-refundable fee of Kshs 1,000.00 in cash or Bankers cheque
payable to Kenya Animal Genetic Resources Centre during normal working hours on week days.
Tender documents may also be downloaded from our website www.kagrc.go.ke and Treasury
portal www.tenders.go.ke free of charge.
Completed bid documents in plain sealed envelope and clearly marked with the tender number and
addressed to
Managing Director
Kenya Animal Genetic Resources Centre
P.O Box 23070-00604
Lower Kabete, Nairobi
Be deposited in the tender box situated at the reception area of the administration block A not
later than Monday 26th May, 2021 at 10.00am. Late bids will be rejected and returned unopened.
Submitted bids will be opened publicly in the Centre’s boardroom A2, situated at the
Administration Block A along Kapenguria road, off Lower Kabete road, immediately after
closing of the tender in the presence of the candidates or their representatives who choose to
attend.
MANAGING DIRECTOR
15
Republic of Kenya
CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particulars indicated in Part I and either Part 2 (a), 2(b) or 2(c) which
ever applies to your 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:……………………………………………………………………………….
Plot No…………………………………..Street/Road:…………………………………………
Postal Address:……………………………………Tel. No:…………………………………….
Nature of Bussiness:……………………………………………………………………………
Current Trade License No:……………………Expiring Date:……………………………………..
Maximum value of Business which you can handle at any one time: Ksh:………………………
Name of your Bankers:…………………………Branch:…………………………………………
Are your Agent of Kenya National Trading Corporation? YES/NO
Part 2 (a) Sole Proprietor:
Your Name in Full:……………..………………………………………….…Age:………………
Nationality:………………………………………Country of Origin:…………………………….
Part 2 (b) Partnership
Give Details of partners as follows:
Name Nationality Citizenship Details Shares
1. …………………………………………………………………………………………………
2. …………………………………………………………………………………………………
3. …………………………………………………………………………………………………
4. …………………………………………………………………………………………………
16
Part 2 (c) Registered Company:
Private or Public……………………………………………………………………………………
State the nominal and issued capital of the company
Nominal Kshs…………………………………………………..…………………………………
Issued Kshs…………………………………………………..……….……………………………
Give details of all Directors as Follows:
1. …………………………………………………………………………………………………
2. …………………………………………………………………………………………………
3. ………………………………………………………………………………………………
4. …………………………………………………………………………………………………
Date:……………....Signature of Tenderer…………………………..
SECTION C SUPPLIERS APPLICATION
Official Receipt No:…………………………………………………………………………………
Date:……………………………………………………………………………………………….
REGISTRATION OF SUPPLIERS APPLICATION FORM
I/WE…………………………………………….……………………………………apply
(Name of the Company/Firm) for registration as supplier (s)
…………………………………………
………………………………………………………………………………………….
(Category No. and Item description) (Category No.)
Postal Address:…………………………….Email Address:………………………………….
Website Address:……………………………..Tel:……………………………………………….
Street:…………………………………………Name of Building:…………………….................
……………………..Room/Office No……..Floor No…………………………………………..
Full Name of Applicant:…………………………………………………………………………….
17
Other Branches Location:…………………………………………………………………………
SECTION D
PREQUALIFICATION CRITERIA
A. MANDATORY REQUIREMENTS
NO. CRITERIA
1. KRA Tax Compliance Certificate
2. Certificate of Incorporation/Business Registration
3. KRA PIN Certificate
4. Duly filled Confidential Business Questionnaire
5. Single Business Permit
6. For special groups, submit copy of Registration Certificate by The National Treasury in
addition to the KRA Tax Compliance Certificate.
7. For provision of professional services, attach relevant licence or certificate from licensing
or certifying body eg. CM&TE certified garages, National Construction Authority(NCA),
Insurance Regulatory Authority(IRA),NEMA Licence, IATA Licence etc
For a bid to proceed to technical evaluation, it must comply with all the above requirements.
However, firms owned by the Youth, Women and Persons With Disabilities will automatically
prequalify upon submission of KRA Tax Compliance Certificate and Registration Certificate by
The National Treasury.
B. TECHNICAL EVALUATION
NO. CRITERIA Score %
1. Letter of recommendation from atleast 5
major clients and copies of their respective
contracts/LPOs/LSOs
25
2. Physical location of the business, attach
tenancy/lease agreement and/or latest utility
bill-KAGRC may visit the premises to
verify.
10
3. Technical knowledge and possession of
competent staff and expertise. Attach CV of
key staff,( 5 mks per staff)
25
4. Written confirmation that the client has not
been debarred as a supplier, service provider
or consultant for goods and services in
Kenya.
5
5. Company profile including management
team and board of directors and a completed
confidential questionnaire.
5
6. Company profile 5
7. Two referees(clients) attach proof 5
18
8. Value of business firm can handle ; Less
than Ksh.200,000 - 0 mks
Ksh. 500,000 to 1,000,000 – 5 mks
Ksh. 1,000,000.00 and above 15mks
20
TOTAL 100
For a firm to be prequalified, it must score 70% of the above criteria.
SECTION E
FINANCIAL POSITION AND TERMS OF TRADE
3. Assets and Liabilities:-
1. Total Assets in Kshs:………………………………………………………………………
2. Current Assets in Kshs:…………………………………………………………………….
3. Total Liabilities in Kshs:……………………………………………………………………
4. Net Worth (Total Assets – Total Liabilities)………………………………………………..
5. Working Capital Kshs……………………………………………………………………….
(Total Assets – Net Worth)
(Provide company accounts/financial statements)
Indicate terms of sale/trade:-
(i) Cash on delivery
(ii) Credit period Yes/No. Tick as appropriate, if yes indicate No. of days………………….
(iii) Upfront payment/down payment Yes/No. tick as appropriate, if yes state
percentage………………………………..
Referees (1)
Name of Company………………………………………………………………………………
Addresses…………………………………………………………………………………………
Telephone No………………………………………………………………………………………
Names of contact persons………………………………………………………………………….
Signature and Date………………………………………………………………………………….
Company Stamp…………………………………………………………………………………….
19
Referees (2)
Name of Company………………………………………………………………………………...
Addresses………………………………………………………………………………………….
Telephone No………………………………………………………………………………………
Names of contact persons………………………………………………………………………….
Signature and Date………………………………………………………………………………….
Company Stamp…………………………………………………………………………………….
Declaration:
I/We have completed this form(s) accurately at the time of reply and it is agreed that all responses
can be substantiated, if requested to do so. Any inaccuracy in the information filled herein will be
used as grounds for removal from or termination of the qualification process.
Signed and Sealed:………………………………………………………………………………….
For and on behalf of:………………………………………………………………………………..
Position in Company:……………………………………………………………………………….
Date:………………………………………………………………………………………………..
NOTE:
• KAGRC shall notify those bidders whose tenders did not meet the minimum qualifying
scores. The centre shall also notify the bidders who scored the minimum qualifying score
of 70% and above indicating that they are prequalified by KAGRC during 2022/2022 and
2022/2023 financial years.
• KAGRC does not bind itself to assign any work to all the prequalified suppliers but shall
endeavor to ensure that all the prequalified candidates are treated equitably.
• Applicants shall be required to update the information used for prequalification at the time
of engagement, to confirm their continued compliance with the qualification criteria and
verification of the information provided.
Top Related