<<

REPUBLIC OF

Kenya Primary Education Development (PRIEDE) Project:

INTERNATIONAL COMPETITIVE BIDDING (ICB)

TENDER No: MOEST/GPE/ICB/01/2015 – 2016

For

PRINTING AND DISTRIBUTION OF EARLY GRADE MATHEMATICS TEXTBOOKS AND TEACHERS’ GUIDES.

Purchaser: Ministry of Education, Science and Technology

Issued on: 12th August, 2015

CLOSING DATE: 23rd September, 2015 AT 10.00 A.M (E.A.T.)

REPUBLIC OF KENYA

Invitation for Bids

COUNTRY: Republic of Kenya

PROJECT NAME: Kenya Primary Education Development (PRIEDE) Project

GRANT NO: TF018863

CONTRACT TITLE: Printing and Distribution of Early Grade Mathematics Textbooks and Teachers’ Guides

REFERENCE NO: MOEST/GPE/ICB/01/2015-2016

1. The Ministry of Education, Science and Technology (MOEST) has received financing from the World Bank toward the cost of the Kenya Primary Education Development Global Partnership for Education (PRIEDE) Project and intends to apply part of the proceeds toward payments under the contract for printing and distribution of textbooks and teachers’ guides.

2. The Ministry now invites sealed bids from eligible bidders for Printing and Distribution of 5,145,000 Pupils’ Early Grade Mathematics Textbooks and Teachers’ Guides to about 22,572 primary schools and teacher training colleges spread in over 1,140 zones in all of Kenya’s 47 counties. The books will be printed and distributed in two batches between November 2015 and February 2016 for batch 1, and between August 2016 and November 2016 for batch 2.

3. Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers dated January 2011 and revised July 2014. (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines.

4. Interested eligible bidders may obtain further information from Ministry of Education, Science and Technology, attention Head of Supply Chain Management, State Department of Education on email address [email protected] and inspect the bidding documents during office hours i.e 0900 to 1700 hours at the address given below.

5. A complete set of bidding documents in English may be downloaded by interested eligible bidders from the website provided below free of charge. Interested bidders shall be required to provide company details and addresses to the Ministry for information and record before submission of bids. 6. Bids must be delivered to the address below on or before 10:00 AM EAT on 23rd September, 2015. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on 10:00 AM EAT on 23rd September, 2015. 7. All bids must be accompanied by a Bid Security of 2% of the bid price in Kenya Shillings or in a freely convertible currency.

1. The addresses referred to above are:

Physical Address: Jogoo House B, Harambee Avenue, Ground Floor, Room 014 Attn: Head of Supply Chain Management, State Departmnet of Education Postal Address: P.O. Box 30040, , Kenya Code: 00100 City: Nairobi Zip code: +254 Tel: (0)20 318581 Ext.30413 Fax: 254-020-318581 Email: [email protected] Web site: www.education.go.ke and http://supplier.treasury.go.ke/site/tenders.go/index.php/

Table of Contents

Table of Contents

Part I – Bidding Procedures...... v Section I. Instructions to Bidders ...... 7 Section II. Bidding Data Sheet ...... 27 Section III. Bidding Forms ...... 31

Part II – Activity Schedule ...... 45 Section V. Activity Schedule...... 46

Part III – Conditions of Contract and Contract Forms ...... 49 Section VI. General Conditions of Contract ...... 51 Section VII. Special Conditions of Contract...... 67 Section VIII. Performance Specifications and Drawings ...... 71 Section IX. Contract Forms ...... 83

Part IV – Annexes ...... 88 Annex 1: Distribution Shedule...... 89 Annex 2: Map of Zonal Delivery Points and Counties ...... 164

Part I – Bidding Procedures

7

Section I. Instructions to Bidders

Table of Clauses

A. General ...... 9 1. Scope of Bid ...... 9 2. Source of Funds ...... 9 3. Corrupt or Fraudulent Practices ...... 9 4. Eligible Bidders ...... 11 5. Qualification of the Bidder ...... 11 6. One Bid per Bidder ...... 14 7. Cost of Bidding ...... 14 8. Site Visit...... 14

B. Bidding Documents ...... 14 9. Content of Bidding Documents ...... 14 10. Clarification of Bidding Documents ...... 15 11. Amendment of Bidding Documents ...... 15

C. Preparation of Bids ...... 15 12. Language of Bid ...... 15 13. Documents Comprising the Bid ...... 16 14. Bid Prices ...... 16 15. Currencies of Bid and Payment ...... 17 16. Bid Validity ...... 17 17. Bid Security ...... 17 18. Alternative Proposals by Bidders...... 19 19. Format and Signing of Bid ...... 19

D. Submission of Bids ...... 20 20. Sealing and Marking of Bids ...... 20 21. Deadline for Submission of Bids ...... 20 22. Late Bids ...... 21 23. Modification and Withdrawal of Bids ...... 21

E. Bid Opening and Evaluation ...... 21 24. Bid Opening ...... 21 25. Process to Be Confidential ...... 22 26. Clarification of Bids ...... 22 27. Examination of Bids and Determination of Responsiveness ...... 22 28. Correction of Errors ...... 23 29. Currency for Bid Evaluation ...... 23 30. Evaluation and Comparison of Bids ...... 24 31. Preference for Domestic Bidders ...... 24

F. Award of Contract ...... 25 32. Award Criteria ...... 25 Section I. Instructions to Bidders 8

33. Employer’s Right to Accept any Bid and to Reject any or all Bids ...... 25 34. Notification of Award and Signing of Agreement ...... 25 35. Performance Security ...... 26 36. Advance Payment and Security ...... 26 37. Adjudicator ...... 26

Section I. Instructions to Bidders 9

Instructions to Bidders

A. General

1. Scope of Bid 1.1 The Employer, as defined in the Bidding Data Sheet (BDS), invites bids for the Services, as described in the Appendix A to the Contract. The name and identification number of the Contract is provided in the BDS.

1.2 The successful Bidder will be expected to complete the performance of the Services by the Intended Completion Date provided in the BDS. 2. Source of 2.1 The Borrower, as defined in the BDS, intends to apply part of the Funds funds of a loan from the World Bank, as defined in the BDS, towards the cost of the Project, as defined in the BDS, to cover eligible payments under the Contract for the Services. Payments by the World Bank will be made only at the request of the Borrower and upon approval by the World Bank in accordance with the Loan Agreement, and will be subject in all respects to the terms and conditions of that Agreement. Except as the World Bank may specifically otherwise agree, no party other than the Borrower shall derive any rights from the Loan Agreement or have any rights to the loan proceeds. 3. Corrupt or 3.1 It is the Bank’s policy to require that Borrowers (including Fraudulent beneficiaries of Bank loans), as well as bidders, suppliers, and Practices contractors and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; (ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another Section I. Instructions to Bidders 10

party; (iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; (v) “obstructive practice” is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or (bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under para. 1.14 (e) of the Bank’s Procurement Guidelines. (b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; (c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, coercive or obstructive practices during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the situation; (d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that they have, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, a Bank-financed contract; and (e) will have the right to require that a provision be included in bidding documents and in contracts financed by a Bank Section I. Instructions to Bidders 11

Loan, requiring bidders, suppliers, contractors and consultants to permit the Bank to inspect their accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Bank. 3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clauses 1.7 and 2.6.1 of the General Conditions of Contract. 4. Eligible 4.1 This Invitation for Bids is open to all bidders from eligible Bidders countries as defined in the Procurement Guidelines. Any materials, equipment, and Services to be used in the performance of the Contract shall have their origin in eligible source countries. 4.2 All bidders shall provide in Section III, Bidding Forms, a statement that the Bidder (including all members of a joint venture and subcontractors) is not associated, nor has been associated in the past, directly or indirectly, with the consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Borrower to provide Consultant Services for the preparation or supervision of the Services, and any of its affiliates, shall not be eligible to bid. 4.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and financially autonomous, operate under commercial law, and are not a dependent agency of the Employer. 4.4 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations. 4.5 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with ITB Sub-Clause 3.1. 5. 5.1 All bidders shall provide in Section III, Bidding Forms, a Qualific preliminary description of the proposed work method and ation of the schedule, including drawings and charts, as necessary. Bidder 5.2 In the event that prequalification of potential bidders has been undertaken as stated in the BDS, only bids from prequalified bidders shall be considered for award of Contract, in which case the provisions of sub-clauses 5.3 to 5.6 hereafter shall not apply. These qualified bidders should submit with their bids any Section I. Instructions to Bidders 12

information updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted prequalification information remains essentially correct as of the date of bid submission. The update or confirmation should be provided in Section IV. 5.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids in Section IV, unless otherwise stated in the BDS: (a) copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder; (b) total monetary value of Services performed for each of the last five years; (c) experience in Services of a similar nature and size for each of the last five years, and details of Services under way or contractually committed; and names and address of clients who may be contacted for further information on those contracts; (d) list of major items of equipment proposed to carry out the Contract; (e) qualifications and experience of key site management and technical personnel proposed for the Contract; (f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor’s reports for the past five years; (g) evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources); (h) authority to the Employer to seek references from the Bidder’s bankers; (i) information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount; and (j) Proposals for subcontracting components of the Services amounting to more than 10 percent of the Contract Price. 5.4 Bids submitted by a joint venture of two or more firms as partners Section I. Instructions to Bidders 13

shall comply with the following requirements, unless otherwise stated in the BDS: (a) the Bid shall include all the information listed in ITB Sub- Clause 5.3 above for each joint venture partner; (b) the Bid shall be signed so as to be legally binding on all partners; (c) the Bid shall include a copy of the agreement entered into by the joint venture partners defining the division of assignments to each partner and establishing that all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms; alternatively, a Letter of Intent to execute a joint venture agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed agreement; (d) one of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and (e) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge. 5.5 To qualify for award of the Contract, bidders shall meet the following minimum qualifying criteria: (a) annual volume of Services of at least the amount specified in the BDS; (b) experience as prime contractor in the provision of at least two service contracts of a nature and complexity equivalent to the Services over the last 5 years (to comply with this requirement, Services contracts cited should be at least 70 percent complete) as specified in the BDS; (c) proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment listed in the BDS; (d) a Contract Manager with five years’ experience in Services of an equivalent nature and volume, including no less than three years as Manager; and (e) liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than the amount specified in the BDS. Section I. Instructions to Bidders 14

A consistent history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification. 5.6 The figures for each of the partners of a joint venture shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria of ITB Sub-Clause 4.4(a), (b) and (e); however, for a joint venture to qualify the partner in charge must meet at least 40 percent of those minimum criteria for an individual Bidder and other partners at least 25% of the criteria. Failure to comply with this requirement will result in rejection of the joint venture’s Bid. Subcontractors’ experience and resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria, unless otherwise stated in the BDS. 6. One Bid per 6.1 Each Bidder shall submit only one Bid, either individually or as a Bidder partner in a joint venture. A Bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified.

7. Cost of 7.1 The Bidder shall bear all costs associated with the preparation and Bidding submission of his Bid, and the Employer will in no case be responsible or liable for those costs. 8. Site Visit 8.1 The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and examine the Site of required Services and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for the Services. The costs of visiting the Site shall be at the Bidder’s own expense.

B. Bidding Documents

9. Content of 9.1 The set of bidding documents comprises the documents listed in Bidding the table below and addenda issued in accordance with ITB Documents Clause 11: Section I Instructions to Bidders Section II Bidding Data Sheet Section III Bidding Forms Section IV Eligible Countries Section V Activity Schedule Section VI General Conditions of Contract Section VII Special Conditions of Contract Section I. Instructions to Bidders 15

Section VIII Performance Specifications and Drawings (if Applicable) Section IX Contract Forms 9.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in the rejection of its bid. Sections III, V, and IX should be completed and returned with the Bid in the number of copies specified in the BDS. 10. Clarification of 10.1 A prospective Bidder requiring any clarification of the bidding Bidding documents may notify the Employer in writing or by cable Documents (“cable” includes telex and facsimile) at the Employer’s address indicated in the invitation to bid. The Employer will respond to any request for clarification received earlier than 14 days prior to the deadline for submission of bids. Copies of the Employer’s response will be forwarded to all purchasers of the bidding documents, including a description of the inquiry, but without identifying its source. 11. Amendment of 11.1 Before the deadline for submission of bids, the Employer may Bidding modify the bidding documents by issuing addenda. Documents 11.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by cable to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the Employer. 11.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend, as necessary, the deadline for submission of bids, in accordance with ITB Sub-Clause 21.2 below.

C. Preparation of Bids

12. Language of 12.1 The bid prepared by the Bidder, as well as all correspondence Bid and documents relating to the bid exchanged by the Bidder and the Employer shall be written in the language specified in the BDS. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the Bidding Data Sheet, in which case, for purposes of interpretation of the Bid, the translation Section I. Instructions to Bidders 16

shall govern. 13. Documents 13.1 The Bid submitted by the Bidder shall comprise the following: Comprising the Bid (a) The Form of Bid (in the format indicated in Section III); (b) Bid Security; (c) Priced Activity Schedule; (d) Qualification Information Form and Documents; (e) Alternative offers where invited; and any other materials required to be completed and submitted by bidders, as specified in the BDS. 13.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so indicate in the bid together with any discounts offered for the award of more than one contract 14. Bid Prices 14.1 The Contract shall be for the Services, as described in Appendix A to the contract and in the Specifications, Section VIII, based on the priced Activity Schedule, Section V, submitted by the Bidder. 14.2 The Bidder shall fill in rates and prices for all items of the Services described in the in Specifications (or Terms of Reference), Section VIII and listed in the Activity Schedule, Section V. Items for which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Activity Schedule. 14.3 All duties, taxes, and other levies payable by the Service Provider under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the total Bid price submitted by the Bidder. 14.4 If provided for in the BDS, the rates and prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract in accordance with and the provisions of Clause 6.6 of the General Conditions of Contract and/or Special Conditions of Contract. The Bidder shall submit with the Bid all the information required under the Special Conditions of Contract and of the General Conditions of Contract. 14.5 For the purpose of determining the remuneration due for additional Services, a breakdown of the lump-sum price shall be Section I. Instructions to Bidders 17

provided by the Bidder in the form of Appendices D and E to the Contract 15. Currencies of 15.1 The lump sum price shall be quoted by the Bidder separately in Bid and the following currencies: Payment (a) for those inputs to the Services which the Bidder expects to provide from within the Employer’s country, the prices shall be quoted in the currency of the Employer’s country, unless otherwise specified in the BDS; and (b) for those inputs to the Services which the Bidder expects to provide from outside the Employer’s country, the prices shall be quoted in up to any three currencies of any member country of the Bank. 15.2 Bidders shall indicate details of their expected foreign currency requirements in the Bid. 15.3 Bidders may be required by the Employer to justify their foreign currency requirements and to substantiate that the amounts included in the Lump Sum are reasonable and responsive to ITB Sub-Clause 15.1. 16. Bid Validity 16.1 Bids shall remain valid for the period specified in the BDS. 16.2 In exceptional circumstances, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by cable. A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request will not be required or permitted to otherwise modify the Bid, but will be required to extend the validity of Bid Security for the period of the extension, and in compliance with ITB Clause 17 in all respects. 16.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), if the period of bid validity is extended by more than 60 days, the amounts payable in local and foreign currency to the Bidder selected for award, shall be increased by applying to both the local and the foreign currency component of the payments, respectively, the factors specified in the request for extension, for the period of delay beyond 60 days after the expiry of the initial bid validity, up to the notification of award. Bid evaluation will be based on the Bid prices without taking the above correction into consideration. 17. Bid Security 17.1 The Bidder shall furnish, as part of the Bid, a Bid Security or a Section I. Instructions to Bidders 18

Bid-Securing Declaration, if required, as specified in the BDS. 17.2 The Bid Security shall be in the amount specified in the BDS and denominated in the currency of the Employer’s Country or a freely convertible currency, and shall: (a) at the bidder’s option, be in the form of either a letter of credit, or a bank guarantee from a banking institution, or a bond issued by a surety; (b) be issued by a reputable institution selected by the bidder and located in any eligible country. If the institution issuing the bond is located outside the Employer’s Country, it shall have a correspondent financial institution located in the Employer’s Country to make it enforceable. (c) be substantially in accordance with one of the forms of Bid Security included in Section IX, Contract Forms, or other form approved by the Employer prior to bid submission; (d) be payable promptly upon written demand by the Employer in case the conditions listed in ITB Sub-Clause 17.5 are invoked; (e) be submitted in its original form; copies will not be accepted; (f) remain valid for a period of 28 days beyond the validity period of the bids, as extended, if applicable, in accordance with ITB Sub-Clause 16.2; 17.3 If a Bid Security or a Bid- Securing Declaration is required in accordance with ITB Sub-Clause 17.1, any bid not accompanied by a substantially responsive Bid Security or Bid Securing Declaration in accordance with ITB Sub-Clause 17.1, shall be rejected by the Employer as non-responsive. 17.4 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the Performance Security pursuant to ITB Clause 35. 17.5 The Bid Security may be forfeited or the Bid Securing Declaration executed: (a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Form, except as provided in ITB Sub-Clause 16.2; or Section I. Instructions to Bidders 19

(b) if the successful Bidder fails to: (i) sign the Contract in accordance with ITB Clause 34; (ii) furnish a Performance Security in accordance with ITB Clause 35. 17.6 The Bid Security or Bid- Securing Declaration of a JV must be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the Bid Security or Bid-Securing Declaration shall be in the names of all future partners as named in the letter of intent to constitute the JV. 18. Alternative 18.1 Unless otherwise indicated in the BDS, alternative bids shall Proposals by not be considered. Bidders 18.2 When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion. 18.3 Except as provided under ITB Sub-Clause 18.4 below, bidders wishing to offer technical alternatives to the requirements of the bidding documents must first submit a Bid that complies with the requirements of the bidding documents, including the scope, basic technical data, graphical documents and specifications. In addition to submitting the basic Bid, the Bidder shall provide all information necessary for a complete evaluation of the alternative by the Employer, including calculations, technical specifications, breakdown of prices, proposed work methods and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Employer. Alternatives to the specified performance levels shall not be accepted. 18.4 When bidders are permitted in the BDS to submit alternative technical solutions for specified parts of the Services, such parts shall be described in the Specifications (or Terms of Reference) and Drawings, Section VIII. In such case, the method for evaluating such alternatives will be as indicated in the BDS. 19. Format and 19.1 The Bidder shall prepare one original of the documents Signing of Bid comprising the Bid as described in ITB Clause 11 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked “ORIGINAL.” In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS, and clearly marked as “COPIES.” In the event of Section I. Instructions to Bidders 20

discrepancy between them, the original shall prevail. 19.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub- Clauses 5.3(a) or 5.4(b), as the case may be. All pages of the Bid where entries or amendments have been made shall be initialed by the person or persons signing the Bid. 19.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

D. Submission of Bids

20. Sealing and 20.1 The Bidder shall seal the original and all copies of the Bid in Marking of two inner envelopes and one outer envelope, duly marking the Bids inner envelopes as “ORIGINAL” and “COPIES”. 20.2 The inner and outer envelopes shall (a) be addressed to the Employer at the address provided in the BDS; (b) bear the name and identification number of the Contract as defined in the BDS and Special Conditions of Contract; and (c) Provide a warning not to open before the specified time and date for Bid opening as defined in the BDS. 20.3 In addition to the identification required in ITB Sub-Clause 20.2, the inner envelopes shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late, pursuant to ITB Clause 22. 20.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid. 21. Deadline for 21.1 Bids shall be delivered to the Employer at the address specified Submission of above no later than the time and date specified in the BDS. Bids 21.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with ITB Clause 11, in which case all rights and obligations of the Employer and the Section I. Instructions to Bidders 21

bidders previously subject to the original deadline will then be subject to the new deadline. 22. Late Bids 22.1 Any Bid received by the Employer after the deadline prescribed in ITB Clause 21 will be returned unopened to the Bidder. 23. Modification 23.1 Bidders may modify or withdraw their bids by giving notice in and writing before the deadline prescribed in ITB Clause 21. Withdrawal of Bids 23.2 Each Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with ITB Clauses 19 and 20, with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL,” as appropriate. 23.3 No Bid may be modified after the deadline for submission of Bids. 23.4 Withdrawal of a Bid between the deadline for submission of bids and the expiration of the period of Bid validity specified in the BDS or as extended pursuant to ITB Sub-Clause 16.2 may result in the forfeiture of the Bid Security pursuant to ITB Clause 17. 23.5 Bidders may only offer discounts to, or otherwise modify the prices of their bids by submitting Bid modifications in accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation

24. Bid Opening 24.1 The Employer will open the bids, including modifications made pursuant to ITB Clause 23, in the presence of the bidders’ representatives who choose to attend at the time and in the place specified in the BDS.

24.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to ITB Clause 23 shall not be opened. 24.3 The bidders’ names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid Security, and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to ITB Clause 22; Bids, and modifications, sent pursuant to ITB Clause 23 that are Section I. Instructions to Bidders 22

not opened and read out at bid opening will not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned unopened to the bidders. 24.4 The Employer will prepare minutes of the Bid opening, including the information disclosed to those present in accordance with ITB Sub-Clause 24.3. 25. Process to Be 25.1 Information relating to the examination, clarification, Confidential evaluation, and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful Bidder is notified of the award. Any effort by a Bidder to influence the Employer’s processing of bids or award decisions may result in the rejection of his Bid. 25.2 If, after notification of award, a bidder wishes to ascertain the grounds on which its bid was not selected, it should address its request to the Employer, who will provide written explanation. Any request for explanation from one bidder should relate only to its own bid; information about the bid of competitors will not be addressed. 26. Clarification of 26.1 To assist in the examination, evaluation, and comparison of bids, Bids the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of the prices in the Activity Schedule, and other information that the Employer may require. The request for clarification and the response shall be in writing or by cable, telex, or facsimile, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids in accordance with ITB Clause 28. 26.2 Subject to ITB Sub-Clause 26.1, no Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, he should do so in writing. 26.3 Any effort by the Bidder to influence the Employer in the Employer’s bid evaluation or contract award decisions may result in the rejection of the Bidder’s bid. 27. Examination of 27.1 Prior to the detailed evaluation of bids, the Employer will Bids and determine whether each Bid (a) meets the eligibility criteria Determination defined in ITB Clause 4; (b) has been properly signed; (c) is of accompanied by the required securities; and (d) is substantially Section I. Instructions to Bidders 23

Responsiveness responsive to the requirements of the bidding documents. 27.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Services; (b) which limits in any substantial way, inconsistent with the bidding documents, the Employer’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids. 27.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. 28. Correction of 28.1 Bids determined to be substantially responsive will be checked Errors by the Employer for any arithmetic errors. Arithmetical errors will be rectified by the Employer on the following basis: if there is a discrepancy between unit prices and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected; if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; if there is a discrepancy between the amounts in figures and in words, the amount in words will prevail. 28.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid will be rejected, and the Bid Security may be forfeited in accordance with ITB Sub- Clause 17.5(b). 29. Currency for 29.1 The Employer will convert the amounts in various currencies in Bid Evaluation which the Bid Price, corrected pursuant to ITB Clause 28, is payable (excluding Provisional Sums but including Daywork where priced competitively) to either: (a) the currency of the Employer’s country at the selling rates established for similar transactions by the authority specified in the BDS on the date stipulated in the BDS; or (b) a currency widely used in international trade, such as the U.S. Section I. Instructions to Bidders 24

dollar, stipulated in the BDS, at the selling rate of exchange published in the international press as stipulated in the BDS on the date stipulated in the BDS, for the amounts payable in foreign currency; and, at the selling exchange rate established for similar transactions by the same authority specified in ITB Sub-Clause 29.1 (a) above on the date specified in the BDS for the amount payable in the currency of the Employer’s country. 30. Evaluation and 30.1 The Employer will evaluate and compare only the bids Comparison of determined to be substantially responsive in accordance with Bids ITB Clause 27. 30.2 In evaluating the bids, the Employer will determine for each Bid the evaluated Bid price by adjusting the Bid price as follows: (a) making any correction for errors pursuant to ITB Clause 28; (b) excluding provisional sums and the provision, if any, for contingencies in the Activity Schedule, Section V, but including Day work, when requested in the Specifications (or Terms of Reference) Section VIII; (c) making an appropriate adjustment for any other acceptable variations, deviations, or alternative offers submitted in accordance with ITB Clause 18; and (d) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with ITB Sub-Clause 23.5. 30.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors, which are in excess of the requirements of the bidding documents or otherwise result in unsolicited benefits for the Employer will not be taken into account in Bid evaluation. 30.4 The estimated effect of any price adjustment conditions under Sub-Clause 7.6 of the General Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation. 31. Preference for 31.1 Domestic bidders shall not be eligible for any margin of Domestic preference in Bid evaluation. Bidders

Section I. Instructions to Bidders 25

F. Award of Contract

32. Award 32.1 Subject to ITB Clause 33, the Employer will award the Contract Criteria to the Bidder whose Bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of ITB Clause 4, and (b) qualified in accordance with the provisions of ITB Clause 5. 32.2 If, pursuant to ITB Sub-Clause 13.2 this contract is being let on a “slice and package” basis, the lowest evaluated Bid Price will be determined when evaluating this contract in conjunction with other contracts to be awarded concurrently. Taking into account any discounts offered by the bidders for the award of more than one contract. 33. Employer’s 33.1 Notwithstanding ITB Clause 32, the Employer reserves the right Right to to accept or reject any Bid, and to cancel the bidding process Accept any Bid and reject all bids, at any time prior to the award of Contract, and to Reject without thereby incurring any liability to the affected Bidder or any or all Bids bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Employer’s action. 34. Notification of 34.1 The Bidder whose Bid has been accepted will be notified of the Award and award by the Employer prior to expiration of the Bid validity Signing of period by cable, telex, or facsimile confirmed by registered letter Agreement from the Employer. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state the sum that the Employer will pay the Service provider in consideration of the execution, completion, and maintenance of the Services by the Service provider as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”). 34.2 The notification of award will constitute the formation of the Contract. 34.3 The Contract, in the form provided in the bidding documents, will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and sent to the successful Bidder along with the Letter of Acceptance. Within 21 days of receipt of the Contract, the successful bidder shall sign the Contract and return it to the Employer, together with the required performance security pursuant to Clause 35. 34.4 Upon fulfillment of ITB Sub-Clause 34.3, the Employer will promptly notify the unsuccessful Bidders the name of the winning Bidder and that their bid security will be returned as Section I. Instructions to Bidders 26

promptly as possible. 34.5 If, after notification of award, a bidder wishes to ascertain the grounds on which its bid was not selected, it should address its request to the Employer. The Employer will promptly respond in writing to the unsuccessful Bidder. 35. Performance 35.1 Within 21 days after receipt of the Letter of Acceptance, the Security successful Bidder shall deliver to the Employer a Performance Security in the amount and in the form (Bank Guarantee and/or Performance Bond) stipulated in the BDS, denominated in the type and proportions of currencies in the Letter of Acceptance and in accordance with the General Conditions of Contract. 35.2 If the Performance Security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a bank located in the country of the Employer or a foreign bank through a correspondent bank located in the country of the Employer, or (b) with the agreement of the Employer directly by a foreign bank acceptable to the Employer. 35.3 If the Performance Security is to be provided by the successful Bidder in the form of a Bond, it shall be issued by a surety which the Bidder has determined to be acceptable to the Employer. 35.4 Failure of the successful Bidder to comply with the requirements of ITB Sub-Clause 35.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. 36. Advance 36.1 The Employer will provide an Advance Payment on the Payment and Contract Price as stipulated in the Conditions of Contract, Security subject to the amount stated in the BDS. 37. Adjudicator 37.1 The Employer proposes the person named in the BDS to be appointed as Adjudicator under the Contract, at an hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If, in the Letter of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by the Appointing Authority designated in the Special Conditions of Contract at the request of either party.

27 Section II. Bidding Data Sheet

Section II. Bidding Data Sheet

Instructions to Bidders Clause Reference

A. General 1.1 The Employer is Ministry of Education, Science and Technology The name and identification number of the Contract is MOEST/ICB/01/2015-2016: Printing and Distribution of Early Grade Mathematics Textbooks and Teachers’ Guides. ______1.2 The Intended Completion Date is November 2016. The Pupil’s Books and Teachers Guides will be printed and distributed in 2 batches i.e. Batch 1 in Nov 2015-Feb 2016 and Batch 2 in Aug 2016-Nov 2016. 2.1 The Borrower is Republic of Kenya The Project is Kenya Primary Education Development Project-Global Partnership for Education The Grant number is TF018863 5.2 Prequalification has not been undertaken. 5.3 The Qualification Information and Bidding forms to be submitted are as follows: As per Para ITB 5.3 5.4 The information needed for Bids submitted by joint ventures is as follows: As per Para ITB 5.4 5.5 The qualification criteria in Sub-Clause 5.5 are modified as follows: See ITB 5.5(a) through to (c) and ITB 5.5(e) here below. 5.5(a) The minimum required annual volume of Services for the successful Bidder in any of the last ten years shall be: USD 7.5 million. 5.5(b) The experience required to be demonstrated by the Bidder should include as a minimum that he has executed during the last 5 years the following: At least two printing service contracts (printing of textbooks) of similar nature and complexity of at least 1,500,000 USD each; contracts must be at least 70 percent complete. Section II. Bidding Data Sheet 28

5.5(c) The essential equipment to be made available for the Contract by the successful Bidder shall be: The minimum amount of liquid assets and/or credit facilities net of other contractual commitments of the successful Bidder shall be: USD 2,500,000. Item No Equipment for Ownership Printing Owned Leased Hired Age of Equipment 1 4-color 4-color printing machine(s) with capacity to print a minimum of 10,000 pages per minute 2 Automatic Collator and Stitcher Machine 3 Thread sewer 4 Computer-to-Plate Machine 5 Three knife trimmer

The printer will be required to demonstrate capacity to distribute or access resources for distribution of the books to zonal centres within the contract timelines by providing the following: a) Proposed fleet of appropriate vehicles (type and quantity of vehicles used). Show whether owned, leased or hired b) Proposed delivery routes, including: i. a step-by-step plan on how and when materials will be distributed, the fleets assigned to the routes to deliver the quantities in Annex 1 ii. planned supervison and coordination of the distribution iii. planned measures to deal with challenges such as mechanical breakdown and other emergencies c) Demonstrate experience of at least one distribution contract of similar complexity of at least USD 100,000. Although a printer will not necessarily be disqualified for lack of sufficient capacity for distribution, it will be a condition for award of contract.

5.5(e) The minimum amount of liquid assets and/or credit facilities net of other contractual commitments of the successful Bidder shall be: USD 2,500,000. Section II. Bidding Data Sheet 29

5.6 Subcontractors’ experience will not be taken into account. B. Bidding Data 9.2 and The number of copies of the Bid to be completed and returned shall be One (1) copy and one original. 19.1 C. Preparation of Bids 12.1 Language of the bid: English 13.1 The additional materials required to be completed and submitted are: i) Dummy sample(s) as per the given specification (not printed). ii). Bidder’s internal quality control and assurance policy and procedures in place. (Provide any recognized certification). 14.4 The Contract is not subject to price adjustment in accordance with Clause 6.6 of the Conditions of Contract. 15.1 Local inputs shall be quoted in Kenya shillings 16.1 The period of Bid validity shall be 120 days after the deadline for Bid submission specified in the BDS. 17.1 The Bidder shall provide: A bid security (issued by Bank) using the form included in Section III of the Bidding Forms. 17.2 The amount of Bid Security shall 2% of the Bid Price in Kenya shillings or in a freely-convertible currency. 18.1 Alternative bids are not permitted. 18.2 Alternative times for completion are permitted. The range of acceptable completion time is 12 weeks to 16 weeks. The evaluation method will be as follows; No credit will be given to deliveries before 12 weeks and bids offering delivery after 16 weeks will be rejected as non-responsive. Within this acceptable period, an adjustment factor of 0.5% per week of delay will be added (for evaluation purposes only) to bid prices offering deliveries later than 12 weeks.

18.4 Alternative technical solutions shall be permitted for the following parts of the Services: Not permitted

Section II. Bidding Data Sheet 30

D. Submission of Bids 20.2 The Employer’s address for the purpose of Bid submission is: Ministry of Education, Science &Technology, Jogoo House “B” Harambee Avenue, Ground Floor Room 14, Attention: Head of Supply Chain Management, State Department of Education. For identification of the bid the envelopes should indicate: Contract: Printing and Distribution of Early Grade Mathematics Textbooks and Teachers’ Guide Contract Number: MOEST/GPE/1CB/01/2015-2016 21.1 The deadline for submission of bids shall be: 23rd September, 2015 at 10:00 AM (EAT) E. Bid Opening and Evaluation 24.1 Bids will be opened at 10.00 a.m. (E.A.T) on 23rd September, 2015 at the following address: Jogoo House “B”, Harambee Avenue 10th Floor Main Conference Room 29.1 Currency chosen for the purpose of converting to a common currency Kenya shillings Source of exchange rate: Central Bank of Kenya selling rate Exchange rate date. Deadline for Submission of bids

F. Award of Contract 35.0 The Performance Security acceptable to the Employer shall be in the standard form of Bank Guarantee in the amount of 10% of the Contract Price. 36.1 The Advance Payment shall be of Ten (10) percent of the Contract Price against an unconditional bank Guarantee of similar amount. 37.1 The Adjudicator proposed by the Employer is Kihara, James Muruthi (Mr.), Coffee Plaza 2nd Floor, Exchange Lane, P.O. Box 8369-00100 Nairobi-Kenya. Telephone +254-20-2224422. The hourly fee for this proposed Adjudicator shall be KES 8,000.00 (Eight Thousand Kenya Shillings). The biographical data of the proposed Adjudicator is as follows: Chairperson, Chartered Institute of Arbitrators Kenya Branch, Advocate of the High Court of Kenya. Specializes in Alternative Dispute Resolution, Commercial Law, Personal Injuries and Insurance Law, Property, Conveyancing, Land Landlord & Tenant Law. 31 Section III. Bidding Forms

Section III. Bidding Forms

Table of Forms

Service Provider's Bid ...... 32

Qualification Information ...... 34

Letter of Acceptance ...... 37

Form of Contract ...... 38

Section III. Bidding Forms 32

Service Provider's Bid

[date]

To: [name and address of Employer]

Having examined the bidding documents including addenda No …….., we offer to execute the [name and identification number of Contract] in accordance with the Conditions of Contract, specifications, drawings and activity schedule accompanying this Bid for the Contract Price of [amount in numbers], [amount in words] [names of currencies].

The Contract shall be paid in the following currencies:

Currency Amount payable in Inputs for which foreign currency is currency required (a)

(b)

We accept the appointment of [name proposed in the Bidding Data Sheet] as the Adjudicator.

[or]

We do not accept the appointment of [name proposed in the Bidding Data Sheet] as the Adjudicator, and propose instead that [name] be appointed as Adjudicator, whose daily fees and biographical data are attached.

This Bid and your written acceptance of it shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you receive.

We hereby confirm that this Bid complies with the Bid validity and Bid Security required by the bidding documents and specified in the Bidding Data Sheet.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address Amount and Purpose of of agent Currency Commission or gratuity

(if none, state “none”)

Section III. Bidding Forms 33

Authorized Signature: Name and Title of Signatory: Name of Bidder: Address:

Section III. Bidding Forms 34

Qualification Information

1. Individual 1.1 Constitution or legal status of Bidder: [attach copy] Bidders or Individual Place of registration: [insert] Members of Principal place of business: [insert] Joint Ventures Power of attorney of signatory of Bid: [attach] 1.2 Total annual volume of Services performed in five years, in the internationally traded currency specified in the BDS: [insert] 1.3 Services performed as prime Service Provider on the provision of Services of a similar nature and volume over the last five years. The values should be indicated in the same currency used for Item 1.2 above. Also list details of work under way or committed, including expected completion date.

Project name and Name of employer Type of Services Value of contract country and contact person provided and year of completion (a)

(b)

1.4 Major items of Service Provider's Equipment proposed for carrying out the Services. List all information requested below. Refer also to ITB Sub-Clause 5.4(c).

Item of Description, Condition (new, good, Owned, leased (from whom?), equipment make, and age poor) and number or to be purchased (from (years) available whom?) (a)

(b)

1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to ITB Sub-Clause 5.4(e) and GCC Clause 9.1.

Section III. Bidding Forms 35

Position Name Years of experience Years of experience (general) in proposed position (a)

(b)

1.6 Proposed subcontracts and firms involved. Refer to GCC Clause 7.

Sections of the Value of Subcontractor Experience in providing Services subcontract (name and address) similar Services (a)

(b)

1.7 Financial reports for the last five years: balance sheets, profit and loss statements, auditors’ reports, etc. List below and attach copies. 1.8 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents. We certify/confirm that we comply with eligibility requirements as per ITB Clause 4. 1.9 Name, address, and telephone, telex, and facsimile numbers of banks that may provide references if contacted by the Employer. 1.10 Information regarding any litigation, current or within the last five years, in which the Bidder is or has been involved.

Other party(ies) Cause of dispute Details of litigation Amount award involved (a)

(b)

1.11 Statement of compliance with the requirements of ITB Sub- Section III. Bidding Forms 36

Clause 4.2. 1.12 Proposed Program (service work method and schedule). Descriptions, drawings, and charts, as necessary, to comply with the requirements of the bidding documents. 2. Joint Ventures 2.1 The information listed in 1.1 - 1.11 above shall be provided for each partner of the joint venture. 2.2 The information in 1.12 above shall be provided for the joint venture. 2.3 Attach the power of attorney of the signatory (ies) of the Bid authorizing signature of the Bid on behalf of the joint venture. 2.4 Attach the Agreement among all partners of the joint venture (and which is legally binding on all partners), which shows that (a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms; (b) one of the partners will be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and (c) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge. 3. Additional 3.1 Bidders should provide any additional information required in Requirements the BDS and to fulfill the requirements of ITB Sub-Clause 5.1, if applicable.

Section III. Bidding Forms 37

Letter of Acceptance [letterhead paper of the Employer]

[date]

To: [name and address of the Service provider]

This is to notify you that your Bid dated [date] for execution of the [name of the Contract and identification number, as given in the Special Conditions of Contract] for the Contract Price of the equivalent of [amount in numbers and words] [name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

Note: Insert one of the 3 options for the second paragraph. The first option should be used if the Bidder has not objected the name proposed for Adjudicator. The second option if the Bidder has objected the proposed Adjudicator and proposed a mane for a substitute, who was accepted by the Employer. And the third option if the Bidder has objected the proposed Adjudicator and proposed a mane for a substitute, who was not accepted by the Employer.

We confirm that [insert name proposed by Employer in the Bidding Data], or

We accept that [name proposed by bidder] be appointed as the Adjudicator or

We do not accept that [name proposed by bidder] be appointed as Adjudicator, and by sending a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are hereby requesting [name], the Appointing Authority, to appoint the Adjudicator in accordance with Clause 37.1 of the Instructions to Bidders

You are hereby instructed to proceed with the execution of the said contract for the provision of Services in accordance with the Contract documents.

Please return the attached Contract dully signed

Authorized Signature: Name and Title of Signatory: Name of Agency:

Attachment: Contract Section III. Bidding Forms 38

Form of Contract [letterhead paper of the Employer]

LUMP-SUM REMUNERATION This CONTRACT (hereinafter called the “Contract”) is made the [day] day of the month of [month], [year], between, on the one hand, [name of Employer] (hereinafter called the “Employer”) and, on the other hand, [name of Service Provider] (hereinafter called the “Service Provider”). [Note: In the text below text in brackets is optional; all notes should be deleted in final text. If the Service Provider consist of more than one entity, the above should be partially amended to read as follows: “…(hereinafter called the “Employer”) and, on the other hand, a joint venture consisting of the following entities, each of which will be jointly and severally liable to the Employer for all the Service Provider’s obligations under this Contract, namely, [name of Service Provider] and [name of Service Provider] (hereinafter called the “Service Provider”).] WHEREAS (a) the Employer has requested the Service Provider to provide certain Services as defined in the General Conditions of Contract attached to this Contract (hereinafter called the “Services”); (b) the Service Provider, having represented to the Employer that they have the required professional skills, and personnel and technical resources, have agreed to provide the Services on the terms and conditions set forth in this Contract at a contract price of……………………; (c) the Employer has received [or has applied for] a loan from the International Bank for Reconstruction and Development (hereinafter called the “Bank”) [or a credit from the International Development Association (hereinafter called the “Association”)] towards the cost of the Services and intends to apply a portion of the proceeds of this loan [or credit] to eligible payments under this Contract, it being understood (i) that payments by the Bank [or Association] will be made only at the request of the Employer and upon approval by the Bank [or Association], (ii) that such payments will be subject, in all respects, to the terms and conditions of the agreement providing for the loan [or credit], and (iii) that no party other than the Employer shall derive any rights from the agreement providing for the loan [or credit] or have any claim to the loan [or credit] proceeds; NOW THEREFORE the parties hereto hereby agree as follows: 1. The following documents shall be deemed to form and be read and construed as part of this Agreement, and the priority of the documents shall be as follows: (a) the Letter of Acceptance; (b) the Service Provider’s Bid Section III. Bidding Forms 39

(c) the Special Conditions of Contract; (d) the General Conditions of Contract; (e) the Specifications; (f) the Priced Activity Schedule; and (g) The following Appendices: [Note: If any of these Appendices are not used, the words “Not Used” should be inserted below next to the title of the Appendix and on the sheet attached hereto carrying the title of that Appendix.] Appendix A: Description of the Services Appendix B: Schedule of Payments Appendix D: Breakdown of Contract Price in Foreign Currency Appendix E: Breakdown of Contract Price in Local Currency Appendix F: Services and Facilities Provided by the Employer 2. The mutual rights and obligations of the Employer and the Service Provider shall be as set forth in the Contract, in particular: (a) the Service Provider shall carry out the Services in accordance with the provisions of the Contract; and (b) the Employer shall make payments to the Service Provider in accordance with the provisions of the Contract. IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written. For and on behalf of [name of Employer]

[Authorized Representative] For and on behalf of [name of Service Provider]

[Authorized Representative] [Note: If the Service Provider consists of more than one entity, all these entities should appear as signatories, e.g., in the following manner:] For and on behalf of each of the Members of the Service Provider

[name of member]

[Authorized Representative] Section III. Bidding Forms 40

[name of member]

[Authorized Representative] Section III. Bidding Forms 41

Form of Bid Security (Bank Guarantee)

[The bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]

[Guarantor letterhead or SWIFT identifier code] Beneficiary: [Purchaser to insert its name and address] IFB No.: [Purchaser to insert reference number for the Invitation for Bids] Alternative No.: [Insert identification No if this is a Bid for an alternative] Date: [Insert date of issue] BID GUARANTEE No.: [Insert guarantee reference number] Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead] We have been informed that ______[insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called "the Applicant") has submitted or will submit to the Beneficiary its bid (hereinafter called "the Bid") for the execution of ______under Invitation for Bids No. ______(“the IFB”). Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be supported by a bid guarantee. At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of ______(______) upon receipt by us of the Beneficiary’s complying demand, supported by the Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant: (a) has withdrawn its Bid during the period of bid validity set forth in the Applicant’s Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the Applicant; or (b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) has failed to execute the contract agreement, or (ii) has failed to furnish the performance security, in accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document. This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of copies of the contract agreement signed by the Applicant and the performance security issued to the Beneficiary in relation to such contract agreement; or (b) if the Applicant is not the successful bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s Section III. Bidding Forms 42

notification to the Applicant of the results of the bidding process; or (ii) twenty-eight days after the end of the Bid Validity Period. Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.

______[Signature(s)]

Note: All italicized text is for use in preparing this form and shall be deleted from the final product.

43 Section IV. Eligible Countries

Section IV. Eligible Countries

Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement

1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and IDA Credits, dated May 2004, the Bank permits firms and individuals from all countries to offer goods, works and services for Bank-financed projects. As an exception, firms of a Country or goods manufactured in a Country may be excluded if: Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Country prohibits commercial relations with that Country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of the Goods or Works required, or Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that Country or any payments to persons or entities in that Country. 2. For the information of borrowers and bidders, at the present time firms, goods and services from the following countries are excluded from this bidding: (a) With reference to paragraph 1.8 (a) (i) of the Guidelines: N/A

(b) With reference to paragraph 1.8 (a) (ii) of the Guidelines: N/A ______

Section V. Activity Schedule 45

Part II – Activity Schedule

Section V. Activity Schedule 46

Section V. Activity Schedule.

The Ministry of Education, Science and Technology intends to print the following quantities of textbooks and teachers’ guides under this contract.

NO Item Description Total

1 Pupils textbooks 5,080,000

2 Teachers Guide books 65,000

The Books will be printed and distributed in two batches as follows: follows:

Batch 1: November 2015 – February 2016 (Quantity: 2,451,000 Pupil’s books and 65,000 Teacher’s Guides)

Batch 2: August 2016 – November 2016 (Quantity: 2,629,000 Pupils’ textbooks)

Section V. Activity Schedule 47

List of Goods and Delivery Schedule for Batch 1

Line Description of Goods Quantity Physical Final (Project Delivery Date Item unit Site) Earliest Latest Delivery Bidder’s offered Destination N Delivery Date Date Delivery date [to be as specified provided by the in BDS bidder] 1. Printing and distribution 1,251,000 Book Zones in 12 weeks 16 weeks of Class 1 pupils Sub-counties mathematics textbook 2 Printing and distribution 1,200,000 Book Zones in 12 weeks 16 weeks of Class 2 pupils Sub-counties mathematics textbook 3 Printing and distribution 33,000 Book Zones in 12 weeks 16 weeks of Class 1 mathematics Sub-counties teachers’ guides 4 Printing and distribution 32,000 Book Zones in 12 weeks 16 weeks of Class 2 mathematics Sub-counties teachers’ guides

Section V. Activity Schedule 48

List of Goods and Delivery Schedule for Batch 2

The printing and distribution for the second Batch although scheduled start in August 2016 will not be done until instructed by the Purchaser. However, once the instruction to commence is given the delivery timelines will be between 12 to 16 weeks.

Line Description of Goods Quantity Physical Final Delivery Date Item unit (Project Site) Earliest Latest Delivery Bidder’s offered Destination N Delivery Date Date Delivery date [to be as specified provided by the in BDS bidder] 1. Printing and distribution 1,364,000 Book Zones in 12 weeks 16 weeks of Class 1 pupils Sub-counties mathematics textbook 2 Printing and distribution 1,265,000 Book Zones in 12 weeks 16 weeks of Class 2 pupils Sub-counties mathematics textbook

49

Part III – Conditions of Contract and Contract Forms

Section VI. General Conditions of Contract 51

Section VI. General Conditions of Contract

Table of Clauses

A. General Provisions ...... 53 1.1 Definitions...... 53 1.2 Applicable Law ...... 54 1.3 Language ...... 54 1.4 Notices ...... 54 1.5 Location ...... 55 1.6 Authorized Representatives ...... 55 1.7 Inspection and Audit by the Bank ...... 55 1.8 Taxes and Duties ...... 55

2. Commencement, Completion, Modification, and Termination of Contract ...... 55 2.1 Effectiveness of Contract ...... 55 2.3 Intended Completion Date ...... 55 2.4 Modification ...... 56 2.5 Force Majeure ...... 56 2.6 Termination ...... 56

3. Obligations of the Service Provider ...... 59 3.1 General ...... 59 3.2 Conflict of Interests...... 59 3.3 Confidentiality ...... 60 3.4 Insurance to be Taken Out by the Service Provider ...... 60 3.5 Service Provider’s Actions Requiring Employer’s Prior Approval ...... 60 3.6 Reporting Obligations ...... 60 3.7 Documents Prepared by the Service Provider to Be the Property of the Employer ...... 60 3.8 Liquidated Damages ...... 61 3.9 Performance Security ...... 61

4. Service Provider’s Personnel ...... 61 4.1 Description of Personnel ...... 61 4.2 Removal and/or Replacement of Personnel ...... 62

5. Obligations of the Employer ...... 62 5.1 Assistance and Exemptions...... 62 5.2 Change in the Applicable Law ...... 62 5.3 Services and Facilities ...... 62

6. Payments to the Service Provider ...... 62 6.1 Lump-Sum Remuneration ...... 62 6.2 Contract Price...... 63 Section VI. General Conditions of Contract 52

6.3 Payment for Additional Services, and Performance Incentive Compensation ...... 63 6.4 Terms and Conditions of Payment ...... 63 6.5 Interest on Delayed Payments ...... 63 6.6 Price Adjustment ...... 63 6.7 Day works ...... 64

7. Quality Control ...... 64 7.1 Identifying Defects...... 64 7.2 Correction of Defects, and ...... 65

8. Settlement of Disputes ...... 65 8.1 Amicable Settlement ...... 65 8.2 Dispute Settlement ...... 65

Printing ...... 71

PACKAGING ...... 72

LABELING ...... 72

DISTRIBUTION ...... 75

Price Schedule: Printing, Labelling, Packaging and Distribution of Pupil’s Books and Teacher’s Guides ...... 76

Section VI. General Conditions of Contract 53

Section V. General Conditions of Contract

A. General Provisions

1.1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings: (a) The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in Sub-Clause 8.2 hereunder. (b) “Activity Schedule” is the priced and completed list of items of Services to be performed by the Service Provider forming part of his Bid; (c) “Bank” means the International Bank for Reconstruction and Development, Washington, D.C., U.S.A.; or (c) “Association” means the International Development Association, Washington, D.C., U.S.A.; (d) “Completion Date” means the date of completion of the Services by the Service Provider as certified by the Employer (e) “Contract” means the Contract signed by the Parties, to which these General Conditions of Contract (GCC) are attached, together with all the documents listed in Clause 1 of such signed Contract; (f) “Contract Price” means the price to be paid for the performance of the Services, in accordance with Clause 6; (g) “Day works” means varied work inputs subject to payment on a time basis for the Service Provider’s employees and equipment, in addition to payments for associated materials and administration. (h) “Employer” means the party who employs the Service Provider (i) “Foreign Currency” means any currency other than the currency of the country of the Employer; (j) “GCC” means these General Conditions of Contract; (k) “Government” means the Government of the Employer’s country; (l) “Local Currency” means the currency of the country of the

Section VI. General Conditions of Contract 54

Employer; (m) “Member,” in case the Service Provider consist of a joint venture of more than one entity, means any of these entities; “Members” means all these entities, and “Member in Charge” means the entity specified in the SC to act on their behalf in exercising all the Service Provider’ rights and obligations towards the Employer under this Contract; (n) “Party” means the Employer or the Service Provider, as the case may be, and “Parties” means both of them; (o) “Personnel” means persons hired by the Service Provider or by any Subcontractor as employees and assigned to the performance of the Services or any part thereof; (p) “Service Provider” is a person or corporate body whose Bid to provide the Services has been accepted by the Employer; (q) “Service Provider’s Bid” means the completed bidding document submitted by the Service Provider to the Employer (r) “SCC” means the Special Conditions of Contract by which the GCC may be amended or supplemented; (s) “Specifications” means the specifications of the service included in the bidding document submitted by the Service Provider to the Employer (t) “Services” means the work to be performed by the Service Provider pursuant to this Contract, as described in Appendix A; and in the Specifications and Schedule of Activities included in the Service Provider’s Bid. (u) “Subcontractor” means any entity to which the Service Provider subcontracts any part of the Services in accordance with the provisions of Sub-Clauses 3.5 and 4. 1.2 Applicable Law The Contract shall be interpreted in accordance with the laws of the Employer’s country, unless otherwise specified in the Special Conditions of Contract (SCC). 1.3 Language This Contract has been executed in the language specified in the SCC, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. 1.4 Notices Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex,

Section VI. General Conditions of Contract 55

telegram, or facsimile to such Party at the address specified in the SCC. 1.5 Location The Services shall be performed at such locations as are specified in Appendix A, in the specifications and, where the location of a particular task is not so specified, at such locations, whether in the Government’s country or elsewhere, as the Employer may approve. 1.6 Authorized Any action required or permitted to be taken, and any document Representatives required or permitted to be executed, under this Contract by the Employer or the Service Provider may be taken or executed by the officials specified in the SCC. 1.7 Inspection and The Service Provider shall permit the Bank to inspect its accounts Audit by the and records relating to the performance of the Services and to have Bank them audited by auditors appointed by the Bank, if so required by the Bank. 1.8 Taxes and The Service Provider, Subcontractors, and their Personnel shall pay Duties such taxes, duties, fees, and other impositions as may be levied under the Applicable Law, the amount of which is deemed to have been included in the Contract Price.

2. Commencement, Completion, Modification, and Termination of Contract

2.1 Effectiveness of This Contract shall come into effect on the date the Contract is Contract signed by both parties and such other later date as may be stated in the SCC. 2.2 Commencement of Services 2.2.1 Program Before commencement of the Services, the Service Provider shall submit to the Employer for approval a Program showing the general methods, arrangements, order and timing for all activities. The Services shall be carried out in accordance with the approved Program as updated. 2.2.2 Starting The Service Provider shall start carrying out the Services thirty (30) Date days after the date the Contract becomes effective, or at such other date as may be specified in the SCC. 2.3 Intended Unless terminated earlier pursuant to Sub-Clause 2.6, the Service Completion Date Provider shall complete the activities by the Intended Completion Date, as is specified in the SCC. If the Service Provider does not complete the activities by the Intended Completion Date, it shall be liable to pay liquidated damage as per Sub-Clause 3.8. In this case,

Section VI. General Conditions of Contract 56

the Completion Date will be the date of completion of all activities. 2.4 Modification Modification of the terms and conditions of this Contract, including any modification of the scope of the Services or of the Contract Price, may only be made by written agreement between the Parties and shall not be effective until the consent of the Bank or of the Association, as the case may be, has been obtained. 2.5 Force Majeure

2.5.1 Definition For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Party and which makes a Party’s performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances. 2.5.2 No Breach The failure of a Party to fulfill any of its obligations under the of Contract contract shall not be considered to be a breach of, or default under, this Contract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event. 2.5.3 Extension Any period within which a Party shall, pursuant to this Contract, of Time complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure. 2.5.4 Payments During the period of their inability to perform the Services as a result of an event of Force Majeure, the Service Provider shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period. 2.6 Termination

2.6.1 By the The Employer may terminate this Contract, by not less than thirty Employer (30) days’ written notice of termination to the Service Provider, to be given after the occurrence of any of the events specified in paragraphs (a) through (d) of this Sub-Clause 2.6.1: (a) if the Service Provider does not remedy a failure in the performance of its obligations under the Contract, within thirty (30) days after being notified or within any further period as the Employer may have subsequently approved in

Section VI. General Conditions of Contract 57

writing; (b) if the Service Provider become insolvent or bankrupt; (c) if, as the result of Force Majeure, the Service Provider is unable to perform a material portion of the Services for a period of not less than sixty (60) days; or (d) if the Service Provider, in the judgment of the Employer has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purposes of this Sub-Clause: (i) “corrupt practice”1 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; (ii) “fraudulent practice”2 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) “collusive practice”3 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party; (iv) “coercive practice”4 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; (v) “obstructive practice” is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt,

1 For the purpose of this Contract, “another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 2 For the purpose of this Contract, “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution. 3 For the purpose of this Contract, “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels. 4 For the purpose of this Contract, “party” refers to a participant in the procurement process or contract execution.

Section VI. General Conditions of Contract 58

fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or (bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under para. 1.14 (e) of the Bank’s Procurement Guidelines. 2.6.2 By the The Service Provider may terminate this Contract, by not less than Service thirty (30) days’ written notice to the Employer, such notice to be Provider given after the occurrence of any of the events specified in paragraphs (a) and (b) of this Sub-Clause 2.6.2: (a) if the Employer fails to pay any monies due to the Service Provider pursuant to this Contract and not subject to dispute pursuant to Clause 7 within forty-five (45) days after receiving written notice from the Service Provider that such payment is overdue; or (b) if, as the result of Force Majeure, the Service Provider is unable to perform a material portion of the Services for a period of not less than sixty (60) days. 2.6.3 Suspension In the event that the World Bank suspends the loan or Credit to the of Loan or Employer, from which part of the payments to the Service Provider Credit are being made: (a) The Employer is obligated to notify the Service Provider of such suspension within 7 days of having received the World Bank’s suspension notice. (b) If the Service Provider has not received sums due to by the due date stated in the SCC in accordance with Sub-Clause 6.5 the Service Provider may immediately issue a 14 day termination notice. 2.6.4 Payment Upon termination of this Contract pursuant to Sub-Clauses 2.6.1 or upon 2.6.2, the Employer shall make the following payments to the Termination Service Provider: (a) remuneration pursuant to Clause 6 for Services satisfactorily performed prior to the effective date of termination; (b) except in the case of termination pursuant to paragraphs (a), (b), (d) of Sub-Clause 2.6.1, reimbursement of any reasonable cost incident to the prompt and orderly termination of the

Section VI. General Conditions of Contract 59

Contract, including the cost of the return travel of the Personnel.

3. Obligations of the Service Provider

3.1 General The Service Provider shall perform the Services in accordance with the Specifications and the Activity Schedule, and carry out its obligations with all due diligence, efficiency, and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe methods. The Service Provider shall always act, in respect of any matter relating to this Contract or to the Services, as faithful adviser to the Employer, and shall at all times support and safeguard the Employer’s legitimate interests in any dealings with Subcontractors or third parties. 3.2 Conflict of Interests 3.2.1 Service The remuneration of the Service Provider pursuant to Clause 6 Provider shall constitute the Service Provider’s sole remuneration in Not to connection with this Contract or the Services, and the Service Benefit Provider shall not accept for their own benefit any trade from commission, discount, or similar payment in connection with Commissio activities pursuant to this Contract or to the Services or in the ns and discharge of their obligations under the Contract, and the Service Discounts. Provider shall use their best efforts to ensure that the Personnel, any Subcontractors, and agents of either of them similarly shall not receive any such additional remuneration. 3.2.2 Service The Service Provider agree that, during the term of this Contract Provider and after its termination, the Service Provider and its affiliates, as and well as any Subcontractor and any of its affiliates, shall be Affiliates disqualified from providing goods, works, or Services (other than Not to be the Services and any continuation thereof) for any project resulting Otherwise from or closely related to the Services. Interested in Project

3.2.3 Prohibition Neither the Service Provider nor its Subcontractors nor the of Personnel shall engage, either directly or indirectly, in any of the Conflicting following activities: Activities (a) during the term of this Contract, any business or professional activities in the Government’s country which would conflict

Section VI. General Conditions of Contract 60

with the activities assigned to them under this Contract; (b) during the term of this Contract, neither the Service Provider nor their Subcontractors shall hire public employees in active duty or on any type of leave, to perform any activity under this Contract; (c) after the termination of this Contract, such other activities as may be specified in the SCC. 3.3 Confidentiality The Service Provider, its Subcontractors, and the Personnel of either of them shall not, either during the term or within two (2) years after the expiration of this Contract, disclose any proprietary or confidential information relating to the Project, the Services, this Contract, or the Employer’s business or operations without the prior written consent of the Employer. 3.4 Insurance to be The Service Provider (a) shall take out and maintain, and shall Taken Out by cause any Subcontractors to take out and maintain, at its (or the the Service Subcontractors’, as the case may be) own cost but on terms and Provider conditions approved by the Employer, insurance against the risks, and for the coverage, as shall be specified in the SCC; and (b) at the Employer’s request, shall provide evidence to the Employer showing that such insurance has been taken out and maintained and that the current premiums have been paid. 3.5 Service The Service Provider shall obtain the Employer’s prior approval in Provider’s writing before taking any of the following actions: Actions Requiring (a) entering into a subcontract for the performance of any part of Employer’s the Services, Prior Approval (b) appointing such members of the Personnel not listed by name in Appendix C (“Key Personnel and Subcontractors”), (c) changing the Program of activities; and (d) any other action that may be specified in the SCC. 3.6 Reporting The Service Provider shall submit to the Employer the reports and Obligations documents specified in Appendix B in the form, in the numbers, and within the periods set forth in the said Appendix. 3.7 Documents All plans, drawings, specifications, designs, reports, and other Prepared by the documents and software submitted by the Service Provider in Service accordance with Sub-Clause 3.6 shall become and remain the Provider to Be property of the Employer, and the Service Provider shall, not later the Property of than upon termination or expiration of this Contract, deliver all the Employer such documents and software to the Employer, together with a

Section VI. General Conditions of Contract 61

detailed inventory thereof. The Service Provider may retain a copy of such documents and software. Restrictions about the future use of these documents, if any, shall be specified in the SCC. 3.8 Liquidated Damages

3.8.1 Payments of The Service Provider shall pay liquidated damages to the Employer Liquidated at the rate per day stated in the SCC for each day that the Damages Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the SCC. The Employer may deduct liquidated damages from payments due to the Service Provider. Payment of liquidated damages shall not affect the Service Provider’s liabilities. 3.8.2 Correction If the Intended Completion Date is extended after liquidated for Over- damages have been paid, the Employer shall correct any payment overpayment of liquidated damages by the Service Provider by adjusting the next payment certificate. The Service Provider shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in Sub- Clause 6.5. 3.8.3 Lack of If the Service Provider has not corrected a Defect within the time performance specified in the Employer’s notice, a penalty for Lack of penalty performance will be paid by the Service Provider. The amount to be paid will be calculated as a percentage of the cost of having the Defect corrected, assessed as described in Sub-Clause 7.2 and specified in the SCC. 3.9 Performance The Service Provider shall provide the Performance Security to the Security Employer no later than the date specified in the Letter of acceptance. The Performance Security shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The performance Security shall be valid until a date 28 days from the Completion Date of the Contract in case of a bank guarantee, and until one year from the Completion Date of the Contract in the case of a Performance Bond.

4. Service Provider’s Personnel

4.1 Description of The titles, agreed job descriptions, minimum qualifications, and Personnel estimated periods of engagement in the carrying out of the Services of the Service Provider’s Key Personnel are described in Appendix C. The Key Personnel and Subcontractors listed by title as well as

Section VI. General Conditions of Contract 62

by name in Appendix C are hereby approved by the Employer. 4.2 Removal and/or (a) Except as the Employer may otherwise agree, no changes shall Replacement of be made in the Key Personnel. If, for any reason beyond the Personnel reasonable control of the Service Provider, it becomes necessary to replace any of the Key Personnel, the Service Provider shall provide as a replacement a person of equivalent or better qualifications. (b) If the Employer finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Service Provider shall, at the Employer’s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Employer. (c) The Service Provider shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel. 5. Obligations of the Employer

5.1 Assistance and The Employer shall use its best efforts to ensure that the Government Exemptions shall provide the Service Provider such assistance and exemptions as specified in the SCC. 5.2 Change in the If, after the date of this Contract, there is any change in the Applicable Applicable Law with respect to taxes and duties which increases or decreases the Law cost of the Services rendered by the Service Provider, then the remuneration and reimbursable expenses otherwise payable to the Service Provider under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred to in Sub-Clauses 6.2 (a) or (b), as the case may be. 5.3 Services and The Employer shall make available to the Service Provider the Facilities Services and Facilities listed under Appendix F.

6. Payments to the Service Provider

6.1 Lump-Sum The Service Provider’s remuneration shall not exceed the Contract Remuneration Price and shall be a fixed lump-sum including all Subcontractors’ costs, and all other costs incurred by the Service Provider in carrying out the Services described in Appendix A. Except as provided in Sub- Clause 5.2, the Contract Price may only be increased above the

Section VI. General Conditions of Contract 63

amounts stated in Sub-Clause 6.2 if the Parties have agreed to additional payments in accordance with Sub-Clauses 2.4 and 6.3. 6.2 Contract Price (a) The price payable in local currency is set forth in the SCC. (b) The price payable in foreign currency is set forth in the SCC. 6.3 Payment for 6.3.1 For the purpose of determining the remuneration due for Additional additional Services as may be agreed under Sub-Clause 2.4, a Services, and breakdown of the lump-sum price is provided in Appendices D Performance and E. Incentive Compensation 6.3.2 If the SCC so specify, the service provider shall be paid performance incentive compensation as set out in the Performance Incentive Compensation appendix. 6.4 Terms and Payments will be made to the Service Provider according to the Conditions of payment schedule stated in the SCC. Unless otherwise stated in the Payment SCC, the advance payment (Advance for Mobilization, Materials and Supplies) shall be made against the provision by the Service Provider of a bank guarantee for the same amount, and shall be valid for the period stated in the SCC. Any other payment shall be made after the conditions listed in the SCC for such payment have been met, and the Service Provider have submitted an invoice to the Employer specifying the amount due. 6.5 Interest on If the Employer has delayed payments beyond fifteen (15) days after Delayed the due date stated in the SCC, interest shall be paid to the Service Payments Provider for each day of delay at the rate stated in the SCC. 6.6 Price 6.6.1 Prices shall be adjusted for fluctuations in the cost of inputs only Adjustment if provided for in the SCC. If so provided, the amounts certified in each payment certificate, after deducting for Advance Payment, shall be adjusted by applying the respective price adjustment factor to the payment amounts due in each currency. A separate formula of the type indicated below applies to each Contract currency:

Pc = Ac + Bc Lmc/Loc + Cc Imc/Ioc Where:

Pc is the adjustment factor for the portion of the Contract Price payable in a specific currency “c”.

Ac , Bc and Cc are coefficients specified in the SCC, representing: Ac the nonadjustable portion; Bc the adjustable portion relative to labor costs and Cc the adjustable portion for other inputs, of the Contract Price payable in that specific currency “c”; and

Section VI. General Conditions of Contract 64

Lmc is the index prevailing at the first day of the month of the corresponding invoice date and Loc is the index prevailing 28 days before Bid opening for labor; both in the specific currency “c”. Imc is the index prevailing at the first day of the month of the corresponding invoice date and Ioc is the index prevailing 28 days before Bid opening for other inputs payable; both in the specific currency “c”. If a price adjustment factor is applied to payments made in a currency other than the currency of the source of the index for a particular indexed input, a correction factor Zo/Zn will be applied to the respective component factor of pn for the formula of the relevant currency. Zo is the number of units of currency of the country of the index, equivalent to one unit of the currency payment on the date of the base index, and Zn is the corresponding number of such currency units on the date of the current index. 6.6.2 If the value of the index is changed after it has been used in a calculation, the calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs. 6.7 Day works 6.7.1 If applicable, the Daywork rates in the Service Provider’s Bid shall be used for small additional amounts of Services only when the Employer has given written instructions in advance for additional services to be paid in that way. 6.7.2 All work to be paid for as Dayworks shall be recorded by the Service Provider on forms approved by the Employer. Each completed form shall be verified and signed by the Employer representative as indicated in Sub-Clause 1.6 within two days of the Services being performed. 6.7.3 The Service Provider shall be paid for Dayworks subject to obtaining signed Dayworks forms as indicated in Sub-Clause 6.7.2

7. Quality Control

7.1 Identifying The principle and modalities of Inspection of the Services by the Defects Employer shall be as indicated in the SCC. The Employer shall check the Service Provider’s performance and notify him of any Defects that are found. Such checking shall not affect the Service

Section VI. General Conditions of Contract 65

Provider’s responsibilities. The Employer may instruct the Service Provider to search for a Defect and to uncover and test any service that the Employer considers may have a Defect. Defect Liability Period is as defined in the SCC. 7.2 Correction of (a) The Employer shall give notice to the Service Provider of any Defects, and Defects before the end of the Contract. The Defects liability Lack of period shall be extended for as long as Defects remain to be Performance corrected. Penalty (b) Every time notice a Defect is given, the Service Provider shall correct the notified Defect within the length of time specified by the Employer’s notice. (c) If the Service Provider has not corrected a Defect within the time specified in the Employer’s notice, the Employer will assess the cost of having the Defect corrected, the Service Provider will pay this amount, and a Penalty for Lack of Performance calculated as described in Sub-Clause 3.8.

8. Settlement of Disputes

8.1 Amicable The Parties shall use their best efforts to settle amicably all disputes Settlement arising out of or in connection with this Contract or its interpretation. 8.2 Dispute 8.2.1 If any dispute arises between the Employer and the Service Settlement Provider in connection with, or arising out of, the Contract or the provision of the Services, whether during carrying out the Services or after their completion, the matter shall be referred to the Adjudicator within 14 days of the notification of disagreement of one party to the other. 8.2.2 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute. 8.2.3 The Adjudicator shall be paid by the hour at the rate specified in the BDS and SCC, together with reimbursable expenses of the types specified in the SCC, and the cost shall be divided equally between the Employer and the Service Provider, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator’s decision will be final and binding. 8.2.4 The arbitration shall be conducted in accordance with the arbitration procedure published by the institution named and in

Section VI. General Conditions of Contract 66

the place shown in the SCC. 8.2.5 Should the Adjudicator resign or die, or should the Employer and the Service Provider agree that the Adjudicator is not functioning in accordance with the provisions of the Contract; a new Adjudicator will be jointly appointed by the Employer and the Service Provider. In case of disagreement between the Employer and the Service Provider, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the SCC at the request of either party, within 14 days of receipt of such request.

67 Section VII: Special Conditions of Contract

Section VII. Special Conditions of Contract

Number of Amendments of, and Supplements to, Clauses in the General Conditions of GC Clause Contract 1.1 The words “in the Government’s country” are amended to read “in The Republic of Kenya 1.1(a) The Adjudicator is Kihara, James Muruthi (Mr.) 1.1(e) The contract name is Printing and Distribution of Pupils’ Textbooks and Teachers’ Guides. 1.1(h) The Employer is Ministry of Education, Science & Technology (MOEST) 1.1(m) The Member in Charge is ______1.1(p) The Service Provider is ______1.2 The Applicable Law is: Republic of Kenya 1.3 The language is English 1.4 The addresses are: Employer: Ministry of Education, Science & Technology Attention: Project Coordinator Telex: +254(0)2214287 Facsimile:

Service Provider: Attention: Telex: Facsimile: 1.6 The Authorized Representatives are: For the Employer: Project Coordinator For the Service Provider: 2.1 The date on which this Contract shall come into effect .The date the contract is signed 68 Section VIII. Performance Specifications and Drawings

Number of Amendments of, and Supplements to, Clauses in the General Conditions of GC Clause Contract 2.2.2 The Starting Date for the commencement of Services is: Date of signing the contract 2.3 The Intended Completion Date is: 16 Weeks. (Printing and Distribution) 3.2.3 Activities prohibited after termination of this Contract are: Reproduce, lent, resell, or hire or dispose of by way of trade in any form without authority of the employer .i.e. The copyright remains with the employer

3.4 The risks and coverage by insurance shall be: (i) Third Party motor vehicle: In accordance with applicable law in Kenya (ii) Third Party liability: In accordance with applicable law in Kenya (iii) Employer’s liability and workers’ compensation In accordance with applicable law in Kenya (iv) Professional liability: Not less than the amount of the Contract (v) Loss or damage to equipment and property: In accordance with applicable law in Kenya 3.5(d) The other actions are None. 3.7 Restrictions on the use of documents prepared by the Service Provider are: Reproduce, lent, resell, or hire or dispose of by way of trade in any form. i.e. Copyright with the employer

3.8.1 The liquidated damages rate is 0.5% of the contract price per week The maximum amount of liquidated damages for the whole contract is 5 percent of the Contract Price. 3.8.3 The percentage (of having a defect corrected) to be used for the calculation of Lack of performance Penalty (ies) is: 20 % 5.1 The assistance and exemptions provided to the Service Provider are: Facilitate timely receipt of books at the zones by a headteacher or a delegated official who will sign and stamp the delivery notes upon verification of the consignment for the zone. 6.2(a) The amount in local currency is ……………….

69 Section VIII. Performance Specifications and Drawings

Number of Amendments of, and Supplements to, Clauses in the General Conditions of GC Clause Contract 6.2(b) The amount in foreign currency or currencies is………………………….. 6.3.2 The performance incentive paid to the Service Provider shall be: Not applicable 6.4 Payments shall be made according to the following schedule: Advance for Mobilization, Materials and Supplies: Ten (10) percent of the Contract Price shall be paid on the commencement date against the submission of a bank guarantee for the same.  Progress payments in accordance with the milestones established as follows, subject to certification by the Employer, that the Services have been rendered satisfactorily, pursuant to the performance indicators:  40 % of the Contract Price upon Printing, Distribution and Inspection and Acceptance of Batch 1 Quantities; 40 % of the Contract Price upon Printing, Distribution and Inspection and Acceptance of Batch 2 quantities. 10% of the Contract Price upon Certification and making good all defects  The bank guarantee for the advance payment shall be released upon printing, delivery and acceptance of Batch 1 quantities 6.5 Payment shall be made within thirty (30) days of receipt of the invoice and the relevant documents specified in Sub-Clause 6.4, and within Sixty (60) days in the case of the final payment. The interest rate shall be: at the prevailing commercial bank lending rates 7.1 The principle and modalities of inspection of the Services by the Employer are as follows: (a) Approval of the printed Sample copies sent to employer before full print. (b) Random sampling of delivered books and technically verifying against the specifications in the contract. The Textbooks and Related Services supplied under this Contract shall conform to the technical specifications and standards mentioned in Section VIII. Performance Specifications (c) Collecting defective books from the schools, zones and counties within thirty (30) days after the full delivery of each batch. Such defective books will include but not limited to the following (i) Defective binding (ii) Missing pages

70 Section VIII. Performance Specifications and Drawings

Number of Amendments of, and Supplements to, Clauses in the General Conditions of GC Clause Contract (iii) Faded print or colour (iv) Misaligned texts. (e) Notifying the contractor of the number of defective books.

The Defects Liability Period is thirty (30) days. (The Service Provider shall replace the defective books within thirty (30) days of notification.) 8.2.3 The Adjudicator is Kihara, James Muruthi (Mr.), Who will be paid a rate of KES. 8,000.00 per hour of work. The following reimbursable expenses are recognized: Printing, Telephone, and Local Transport. 8.2.4 The arbitration procedures of UNCITRAL will be used where the Service Provider is foreign or the laws of Kenya for National Service Providers 8.2.5 The designated Appointing Authority for a new Adjudicator is Chartered Institute of Arbitrators (Kenya Chapter)

71 Section VIII. Performance Specifications and Drawings

Section VIII. Performance Specifications and Drawings

Printing

The proposed printing must meet the following specifications

Item Title Qty Qty Class Extent Format Portrait/ Page Text Text Cover Cover Finishing Binding No. (Batch 1 (Batch 2 Landscape dimensions colours Material colours Material 2015) 2016) 1. Class 1 1,251,000 1,364,000 C1 152 B5 Portrait 176 x 250 4- 70gsm 4- 240gsm UV Thread Mathematics mm colour bond colour cover varnished sewn Pupils’ paper board Edition 2. Class 2 1,200,000 1,265,000 C2 152 B5 Portrait 176 x 250 4-color 70gsm 4- 240gsm UV Thread Mathematics mm bond colour cover varnished sewn Pupils’ paper board Edition

3. Class 1 33,000 0 C1 192 A4 Landscape 210 x 297 B &w 70gsm 4- 240gsm UV Thread Mathematics mm bond colour cover varnished sewn Teachers’ paper board Edition 4. Class 2 32,000 0 C2 192 A4 Landscape 210 x 297 B&W 70gsm 4- 240gsm UV Thread Mathematics mm bond colour cover varnished sewn Teachers’ paper board Edition

72 Section VIII. Performance Specifications and Drawings

PHYSICAL SPECIFICTIONS FOR PRINTING

1) TEXT PAPER: 70gsm white, MF, Wood free offset with a minimum 90% whiteness and 90% opacity 2) COVER CARD: a minimum of 240 gsm one-sided coated white art board with grain direction parallel to spine and with high gloss UV furnish. 3) BINDING STYLES: Thread- sewn sections with minimum four stitches, fully glued on spine and up to, but not exceeding, the hinges using appropriate, flexible adhesives. Sections must be fully glued to covers to make a square spine. Cover should be four-scored to provide minimum 6mm and maximum 8mm hinges fully glued front and back. Cut flush. The application and use of appropriate glues, which maintain flexibility during the expected book life and do not dry out or crack

PACKAGING General Packaging Instructions (a). Teachers’ guides should be packed by county, Sub-County, per zone for each class and properly labeled in water proof packages and delivered to zone. (b). Pupils books should be packed by county, Sub-County, per zone, per school for each class and properly labelled in water proof packages and delivered to zone ,as indicated in Annex 1 (c). The vendor will pack the books in waterproof packages (d). The vendor will include a detailed packing list inside each school package/ box (e). A packing list will include a list of schools, the schools codes and the number of books per title per school. The successful bidder will be provided with a detailed list for all the schools. LABELING (a). Labels should be printed on an A4 size paper (21cm by 29.7 cm) (b). The information on the label in every box should be legible. (c). Labels should be durable and attached to the box with strong adhesive. (d). Each school’s package will be identified by unique 8-digit numeric code e.g. 01110001. (e). If a school has more than 1 package/box, you will indicate in the label the box number out of the total number of boxes e.g. Box 1 will be coded as Box 1of 2, Box 2 will be code Box 2 of 2 etc. (f). The codes denote the location of the schools, with counties ranging from 01 to 47. All school packages will be colour-coded uniquely for every county. (g). A list of Counties, Sub-Counties, Zones and Schools are as follows: i. Counties: 47 ii. Sub-Counties: 289 iii. Zones: 1,140 iv. Schools: 22,572 73 Section VIII. Performance Specifications and Drawings

Sample Labeling Template: Each package/box will be labelled as appropriate with the following minimum information:

Label details Example County Sub-County Changamwe Zone Chaani Name of School Bomu primary school School code 01110001 Zonal Delivery Point Mwijabu Primary School

74 Section VIII. Performance Specifications and Drawings

01-11-0001

REPUBLIC OF KENYA MINISTRY OF EDUCATION, SCIENCE AND TECHNOLOGY

KENYA PRIMARY EDUCATION DEVELOPMENT (PRIEDE) PROJECT

County: Code: 01: Mombasa Sub-County: 011: Changamwe ZONE: Code: 0111: Chaani School Code: 01110001

School: Bomu Primary School Zonal Delivery Point: Mwijabu Primary

Contents Pupils’ Book Class 1 Box No.: Quantity 100 1 of 2

75 Section VIII. Performance Specifications and Drawings

DISTRIBUTION Scope of Work

Successful bidders will be expected to:

1. Deliver Teacher’s Guides to the Zonal Delivery Points indicated in Annex 1 2. Deliver Pupil’s Textbooks to the Zonal Delivery Points indicated in Annex 1 3. Provide Filled & Detailed Logistics Documentation (Packing List, Delivery Notes. as per agreed & Approved formats) 4. Insure the consignments until delivery 5. Ensure that All Delivery Notes are signed and stamped at the Zonal Delivery Points by the employer’s designated officers 6. Meet all the delivery durations, otherwise penalties shall apply as indicated in Clause GCC 3.8.1 of the SCC Reporting:

The following reporting will be done to the Project Coordinator

 Weekly Delivery Reports on every Tuesday for the previous week as per pre-defined format  Final Delivery Report as per pre-defined format within 15 days after the completion of delivery  Hard-Copy Delivery Notes, signed and stamped by the recipient as defined in Clause GCC 5.1 of the SCC

76 Section VIII. Performance Specifications and Drawings

Price Schedule: Printing, Labelling, Packaging and Distribution of Pupil’s Books and Teacher’s Guides

1. Part 1: Printing, Labeling and Packaging

Date:______ICB No: MOEST/ICB/01/2015-2016

Currencies in accordance with ITB

1 2 3 4 5 6 7 8 9 Line Description of Delivery Quantity and Unit price for printing Unit price for packaging & Price per line item Price per line item (Col. Total Price per Line Item Goods Date physical unit & binding labeling (Col. 4x5) 4x6) item N (Col. 7+8)

1 Pupil’s 5,080,000 books Textbooks 2 Teacher’s 65,000 books Guides

Total Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]

77 Section VIII. Performance Specifications and Drawings

2. Part 2: Distribution

Date:______ICB No: MOEST/ICB/01/2015-2016

Currencies in accordance with ITB

1 2 3 4 5 6 7

Line Description of Goods Quantity and physical County Zonal Delivery Point Average Unit Cost of Total Price per Line Item unit Transportation (per item N Book) (Col. 3x6)

1 Pupil’s Textbooks and Teacher’s Various as in Annex 1 76119 Baringo Guides 2 Pupil’s Textbooks and Teacher’s Various as in Annex 1 114056 Guides 3 Pupil’s Textbooks and Teacher’s Various as in Annex 1 243068 Guides 4 Pupil’s Textbooks and Teacher’s Various as in Annex 1 141969 Busia Guides 5 Pupil’s Textbooks and Teacher’s Various as in Annex 1 60298 Elgeyo Marakwet Guides 6 Pupil’s Textbooks and Teacher’s Various as in Annex 1 54143 Embu Guides 7 Pupil’s Textbooks and Teacher’s Various as in Annex 1 41012 Guides 8 Pupil’s Textbooks and Teacher’s Various as in Annex 1 165103 Guides 9 Pupil’s Textbooks and Teacher’s Various as in Annex 1 19106 Guides

78 Section VIII. Performance Specifications and Drawings

10 Pupil’s Textbooks and Teacher’s Various as in Annex 1 63056 Guides 11 Pupil’s Textbooks and Teacher’s Various as in Annex 1 675130 Guides 12 Pupil’s Textbooks and Teacher’s Various as in Annex 1 102538 Guides 13 Pupil’s Textbooks and Teacher’s Various as in Annex 1 93450 Guides 14 Pupil’s Textbooks and Teacher’s Various as in Annex 1 141932 Guides 15 Pupil’s Textbooks and Teacher’s Various as in Annex 1 39485 Kirinyaga Guides 16 Pupil’s Textbooks and Teacher’s Various as in Annex 1 146528 Kisii Guides 17 Pupil’s Textbooks and Teacher’s Various as in Annex 1 132173 Guides 18 Pupil’s Textbooks and Teacher’s Various as in Annex 1 196071 Guides 19 Pupil’s Textbooks and Teacher’s Various as in Annex 1 99421 Guides 20 Pupil’s Textbooks and Teacher’s Various as in Annex 1 43660 Laikipia Guides 21 Pupil’s Textbooks and Teacher’s Various as in Annex 1 14115 Guides 22 Pupil’s Textbooks and Teacher’s Various as in Annex 1 140037 Guides 23 Pupil’s Textbooks and Teacher’s Various as in Annex 1 151240 Makueni Guides 24 Pupil’s Textbooks and Teacher’s Various as in Annex 1 64608 Guides

79 Section VIII. Performance Specifications and Drawings

25 Pupil’s Textbooks and Teacher’s Various as in Annex 1 33901 Guides 26 Pupil’s Textbooks and Teacher’s Various as in Annex 1 170776 Meru Guides 27 Pupil’s Textbooks and Teacher’s Various as in Annex 1 151596 Migori Guides 28 Pupil’s Textbooks and Teacher’s Various as in Annex 1 26138 Mombasa Guides 29 Pupil’s Textbooks and Teacher’s Various as in Annex 1 97490 Murang'a Guides 30 Pupil’s Textbooks and Teacher’s Various as in Annex 1 68662 Nairobi Guides 31 Pupil’s Textbooks and Teacher’s Various as in Annex 1 187812 Guides 32 Pupil’s Textbooks and Teacher’s Various as in Annex 1 123332 Nandi Guides 33 Pupil’s Textbooks and Teacher’s Various as in Annex 1 144450 Guides 34 Pupil’s Textbooks and Teacher’s Various as in Annex 1 71741 Guides 35 Pupil’s Textbooks and Teacher’s Various as in Annex 1 62035 Nyandarua Guides 36 Pupil’s Textbooks and Teacher’s Various as in Annex 1 52926 Guides 37 Pupil’s Textbooks and Teacher’s Various as in Annex 1 31575 Samburu Guides 38 Pupil’s Textbooks and Teacher’s Various as in Annex 1 140119 Guides 39 Pupil’s Textbooks and Teacher’s Various as in Annex 1 33354 Taita Taveta Guides

80 Section VIII. Performance Specifications and Drawings

40 Pupil’s Textbooks and Teacher’s Various as in Annex 1 32305 Tana River Guides 41 Pupil’s Textbooks and Teacher’s Various as in Annex 1 53933 Tharaka-Nithi Guides 42 Pupil’s Textbooks and Teacher’s Various as in Annex 1 111987 Trans Nzoia Guides 43 Pupil’s Textbooks and Teacher’s Various as in Annex 1 184476 Turkana Guides 44 Pupil’s Textbooks and Teacher’s Various as in Annex 1 80489 Uasin Gishu Guides 45 Pupil’s Textbooks and Teacher’s Various as in Annex 1 96750 Guides 46 Pupil’s Textbooks and Teacher’s Various as in Annex 1 49101 Guides 47 Pupil’s Textbooks and Teacher’s Various as in Annex 1 110534 West Pokot Guides 48 Pupil’s Textbooks and Teacher’s Jogoo House ‘B’ 11200 Ministry of Eduction HQs Guides

Total Price for Distribution

81 Section VIII. Performance Specifications and Drawings

3. Part 3: Summary of Costs

Item No. Description Total Cost 1 Printing Labeling & Packaging 2 Transportation to Zones 3 Sub-Total 4 Applicable Taxes, levies, etc. Total Cost inclusive of all taxes Total Cost carried forward to Form of Bid

83

Section IX. Contract Forms

Table of Forms

Performance Bank Guarantee (Unconditional) ...... 84

Bank Guarantee for Advance Payment ...... 86

Section IX. Contract Forms 84

Performance Security

(Bank Guarantee) [The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated]

[Guarantor letterhead or SWIFT identifier code] Beneficiary: [insert name and Address of Employer ] Date: _ [Insert date of issue] PERFORMANCE GUARANTEE No.: [Insert guarantee reference number] Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that _ [insert name of Supplier, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called "the Applicant") has entered into Contract No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the supply of _ [insert name of contract and brief description of Goods and related Services] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required. At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] ( ) [insert amount in words],1 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing to prove or to show grounds for your demand or the sum specified therein. This guarantee shall expire, no later than the …. Day of ……, 2… 2, and any demand for payment under it must be received by us at this office indicated above on or before that date.

1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified in the Letter of Acceptance, and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Beneficiary. 2 Insert the date twenty-eight days after the expected completion date as described in GC Clause 18.4. The Purchaser should note that in the event of an extension of this date for completion of the Contract, the Purchaser would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Purchaser might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed

Section IX. Contract Forms 85

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

______[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

[six months][one year], in response to the Beneficiary’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Section IX. Contract Forms 86

Advance Payment Security

[Guarantor letterhead or SWIFT identifier code] Beneficiary: [Insert name and Address of Employer] Date: [Insert date of issue] ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference number] Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Supplier, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into Contract No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the execution of [insert name of contract and brief description of Goods and related Services] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum [insert amount in figures] () [insert amount in words] is to be made against an advance payment guarantee. At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] ( ) [insert amount in words]1 upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating either that the Applicant: (a) has used the advance payment for purposes other than toward delivery of Goods; or (b) has failed to repay the advance payment in accordance with the Contract conditions, specifying the amount which the Applicant has failed to repay.

1 The Guarantor shall insert an amount representing the amount of the advance payment and denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Purchaser.

Section IX. Contract Forms 87

A demand under this guarantee may be presented as from the presentation to the Guarantor of a certificate from the Beneficiary’s bank stating that the advance payment referred to above has been credited to the Applicant on its account number [insert number] at [insert name and address of Applicant’s bank]. The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Applicant as specified in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that ninety (90) percent of the Accepted Contract Amount, has been certified for payment, or on the [insert day] day of [insert month], 2 [insert year], whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No.758, except that the supporting statement under Article 15(a) is hereby excluded. .

______[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

88

Part IV – Annexes Annex 1. Distribution Schedule 89

Annex 1: Distribution Shedule

Ministry of Education, Science and Technology Kenya Primary Education Development (PRIEDE) Project SCHEDULE FOR DISTRIBUTION OF PUPIL’S BOOKS AND TEACHER’S GUIDES TO ZONES IN SUB-COUNTIES (This is to enable bidders to quote for the distribution of Pupil’s Books and Teacher’s Guides in Part 2 of the Pricing Schedule. You may launch a map using the provided coordintes using a GPS visualizer or at http://www.gpsvisualizer.com/map_input )

Zonal Delivery Point County/Sub-County/Zone Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 School Name Longitude Latitude 602 35528 9166224 39341 10149978 1250 566250 East Pokot 49 3011 776838 3403 877974 99 44847 Akwichatis Akwichatis Primary 8 587 151446 649 167442 17 7701 Chemolingot Chemolingot Primary 35.97074 0.98349 5 386 99588 425 109650 11 4983 Churo North Churo Primary 36.407466 0.77646 11 628 162024 711 183438 23 10419 Churo South Kaptuya Primary 36.359574 0.68306 6 309 79722 357 92106 11 4983

5 Packaging and labelling should be per school in every zone separated for Class 1 Pupil’s Books and Class 2 Pupil’s Books 6 Batch 1 Pupil’s Books and Teacher’s Guides to be printed and delivered between November 2015 - February 2016 7 The weight of one Pupil’s Book is approximately 258 grams 8 Batch 2 Pupil’s Books is scheduled to be delivered between August 2016 - November 2016 9 Packaging and labelling should be per zone separated for Class 1 Teacher’s Guides and Class 2 Teacher’s Guides 10 The weight of one Teacher’s Guide is approximately 453 grams

Annex 1. Distribution Schedule 90

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Korosi Katakon Primary 36.26667 0.7 6 295 76110 343 88494 11 4983 Nginyang Boarding Mondi 36.02051 0.9392 10 639 164862 187050 9513 Primary 725 21 Tangulbei Tangulbei Primary 36.281295 0.80242 3 167 43086 193 49794 5 2265 Baringo North 147 7308 1885464 8276 2135208 294 133182 Bartabwa Bartabwa Primary 35.80915 0.84124 22 1261 325338 1399 360942 45 20385 Barwessa Barwessa Primary 35.698334 0.71705 17 974 251292 1109 286122 35 15855 Kabartonjo Moi Kabartonjo Primary 35.792 0.63 13 738 190404 833 214914 27 12231 Kipsaraman Kipsaraman Primary 35.83165 0.73469 20 983 253614 1027 264966 40 18120 Koroto Tibingar Primary 35.89324 0.65488 10 373 96234 447 115326 19 8607 Maregut Kuikui Primary 35.694979 0.80796 14 746 192468 851 219558 29 13137 Muchukwo Kapluk Primary 35.66425 0.56848 11 565 145770 645 166410 22 9966 Ossen Ossen Primary 35.7706 0.60105 14 566 146028 669 172602 27 12231 Sibilo Sibilo Primary 35.8186 0.65863 11 527 135966 611 157638 21 9513 Tirimionin Tirimionin Primary 35.89807 0.7038 15 575 148350 685 176730 29 13137 Baringo Central 123 5861 1512138 6658 1717764 267 120951 Chapchap Kituro Primary 35.78526 0.48164 14 845 218010 949 244842 29 13137 Kapropita Primary 35.75276 0.48976 22 1218 314244 1377 355266 51 23103 Kabasis Kabasis Primary 35.78729 0.43688 13 447 115326 543 140094 25 11325 Ngolong Ngolong Primary 35.76288 0.54639 12 525 135450 623 160734 25 11325 Sacho Tandui Primary 35.78914 0.38037 14 454 117132 557 143706 27 12231 Salawa Salawa Primary 35.66248 0.49929 16 775 199950 895 230910 31 14043 Senetwo Talai Primary 35.81288 0.58701 7 352 90816 395 101910 11 4983 Moi Baringo TTC Moi Baringo TTC 1 200 51600 200 51600 20 9060 Tenges Tenges Primary 35.80015 0.30935 24 1045 269610 1119 288702 48 21744 Mogotio 102 5446 1405068 5980 1542840 198 89694 Cheberen Kimngorom Primary 35.810787 0.16409 9 355 91590 417 107586 17 7701

Annex 1. Distribution Schedule 91

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Emining Emining Primary 35.888548 0.14164 22 910 234780 1099 283542 36 16308 Kisanana Kisanana Primary 36.094219 0.0189 7 621 160218 667 172086 15 6795 Mugurin Mugurin Primary 36.03558 0.09843 18 981 253098 1009 260322 36 16308 Ngelelo Nyalilbuch Primary 36.147596 0.22489 8 480 123840 531 136998 15 6795 Radad Radad Primary 35.923743 0.29846 11 406 104748 481 124098 21 9513 Sirwa Sirwa Primary 35.775577 0.18688 8 402 103716 453 116874 15 6795 Soi St. Mary’s Primary 35.955272 -0.01859 19 1291 333078 1323 341334 43 19479 Koibatek 91 6879 1774782 7397 1908426 189 85617 Koibatek Kabimoi Primary 35.783502 0.02896 17 1003 258774 1123 289734 33 14949 Lembus Poror Primary 35.70755 0.07789 17 1175 303150 1199 309342 35 15855 Mumberes Equator Primary 35.5679 -0.00307 17 925 238650 1005 259290 24 10872 Seguton Tarigo Primary 6 565 145770 609 157122 13 5889 Eldama Ravine Boarding Ravine Lower 35.72201 0.0404 13 1348 347784 372810 15402 Primary 1445 34 Ravine Upper St. Joseph’s Makutano 35.65054 -0.05694 11 967 249486 1049 270642 29 13137 Torongo Torongo Primary 35.60318 0.1255 10 896 231168 967 249486 21 9513 Marigat 90 7023 1811934 7627 1967766 203 91959 Marigat Marigat Primary 35.98191 0.47744 26 2143 552894 2329 600882 55 24915 Mochongoi Mochongoi Primary 36.19066 0.30914 31 2490 642420 2662 686796 69 31257 Mogoswok Koriema Primary 35.84746 0.45361 25 1621 418218 1807 466206 57 25821 Mukutani Logumgum Primary 36.07998 0.45137 8 769 198402 829 213882 22 9966 611 54735 14121630 57863 14928654 1458 660474 Sotik 170 13798 3559884 14786 3814788 378 171234 Abosi Gelegele Primary 35.03603 -0.867 22 1492 384936 1547 399126 45 20385 Kamungei Kamungei Primary 35.220379 -0.67905 12 1110 286380 1195 308310 29 13137 Kapletundo Chesilyot Girls Primary 35.203352 -0.66055 19 1739 448662 2073 534834 46 20838 Kipsonoi Kamureito Primary 35.18754 -0.74148 20 1638 422604 1769 456402 42 19026

Annex 1. Distribution Schedule 92

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Ndanai Mosonik Primary 35.10854 -0.81606 34 2502 645516 2641 681378 72 32616 Rongena Kipngosos Primary 35.084474 -0.7347 19 1365 352170 1499 386742 37 16761 Sotik Sotik Primary 35.109862 -0.69016 21 2163 558054 2211 570438 58 26274 Tarakwa Tarakwa Primary 35.25379 -0.76896 23 1789 461562 1851 477558 49 22197 Chepalungu 167 13791 3558078 14407 3717006 369 167157 Chebunyo Chebunyo Primary 35.19255 -0.96446 41 2989 771162 3077 793866 84 38052 Kapkesosio Kapsesosio Primary 35.31788 -0.84643 26 2114 545412 2197 566826 53 24009 Kongasis Segemik Primary 35.2738 -0.84892 26 2110 544380 2193 565794 59 26727 Lelatich Kaboson Primary 35.25325 -0.9871 15 1409 363522 1515 390870 34 15402 Makimeny Kabema Primary 35.1983 -0.8395 15 1245 321210 1351 348558 34 15402 Sigor Sigor Primary 35.28667 -0.9131 18 1450 374100 1527 393966 41 18573 Siongiroi Siongiroi Primary 35.21284 -0.89258 26 2474 638292 2547 657126 64 28992 Bomet 169 15651 4037958 16634 4291572 415 187995 Chemaner Kibiwot Boarding Prmary 35.46137 -0.81052 11 1295 334110 1373 354234 29 13137 Cheseon Ngomwet Primary 35.29872 -0.69029 20 2016 520128 2157 556506 55 24915 Kembu Kembu Primary 35.43156 -0.82707 27 2631 678798 2721 702018 73 33069 Kiplabutwa Kiplabotwa 35.39531 -0.90497 15 1785 460530 1891 487878 43 19479 Kiramwok Kiramwok Primary 35.42927 -0.73931 13 713 183954 805 207690 25 11325 Longisa Longisa Primary 35.393524 -0.85419 11 1457 375906 1535 396030 37 16761 Merigi Merigi Primary 35.39868 -0.76908 13 1015 261870 1107 285606 29 13137 Ndaraweta Ndaraweta Primary 35.380911 -0.68421 22 1780 459240 1825 470850 46 20838 Silibwet Aisaik Primary 35.344379 -0.71896 19 1391 358878 1525 393450 39 17667 Bomet Township Bomet Township 35.33632 -0.77872 18 1568 404544 1695 437310 39 17667 Konoin 105 11495 2965710 12036 3105288 296 134088 Cheptalal Taboino Primary 35.35768 -0.59662 16 1534 395772 1647 424926 43 19479 Embomos Sotit Primary 35.36307 -0.5773 12 1092 281736 1177 303666 32 14496

Annex 1. Distribution Schedule 93

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kimulot Kimulot Primary 35.255537 -0.53345 19 2293 591594 2327 600366 60 27180 Koiwa Koiwa Primary 35.31546 -0.60787 19 1765 455370 1899 489942 44 19932 Mogogosiek Boito Primary 35.23606 -0.59393 25 2631 678798 2707 698406 63 28539 Saosa Changoi Primary 35.22093 -0.47489 14 2180 562440 2279 587982 54 24462 679 118052 30457416 122126 31508508 2890 1309170 Bungoma East 110 18036 4653288 18711 4827438 454 205662 Bokoli Bokoli Friends Primary 34.663934 0.70975 24 4168 1075344 4337 1118946 102 46206 Lugusi Sipala Friends Primary 34.76429 0.64411 22 3532 911256 3687 951246 89 40317 Milo Milo Friends Primary 34.720825 0.53304 26 4066 1049028 4149 1070442 103 46659 Makuselwa Friends Ndivisi 34.78493 0.72623 21 3345 863010 3493 901194 86 38958 Primary Webuye Ack Primary 34.782549 0.59904 17 2925 754650 3045 785610 74 33522 Bumula 51 9462 2441196 9828 2535624 235 106455 Joy Valley Special Bumula 34.450129 0.51322 27 4920 1269360 5117 1320186 123 55719 School Kabula Mateka RC Primary 34.497217 0.53829 21 2980 768840 3121 805218 79 35787 Kimaeti Kimaeti Primary 34.407083 0.60946 23 4305 1110690 4467 1152486 107 48471 Siboti Mayanja RC Primary 34.489078 0.59868 24 4542 1171836 4711 1215438 112 50736 Bungoma West 81 12075 3115350 12606 3252348 301 136353 Butonge Butonge Primary 34.468882 0.71508 16 2344 604752 2457 633906 56 25368 Lwandanyi Lwandanyi Primary 34.414937 0.79177 24 3730 962340 3899 1005942 94 42582 Namwela Township Namwela 34.546967 0.7713626 20 3088 796704 3189 822762 78 35334 Primary Sirisia Urban Sirisia Township 34.50314 0.75831 21 2913 751554 3061 789738 73 33069 Kimilili 46 9790 2525820 10145 2617410 226 102378 Kimilili East St. Mary’s Sosio Girls 34.787103 0.79689 19 3892 1004136 4019 1036902 85 38505 Kimilili Central Kimilili RC Girls 34.711309 0.78777 16 3743 965694 3893 1004394 87 39411 Kimilili West Kimilili Friends Primary 34.680891 0.76778 11 2155 555990 2233 576114 54 24462

Annex 1. Distribution Schedule 94

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mt Elgon 58 7924 2044392 8234 2124372 191 86523 Chemoge Kibei Primary 34.740742 0.87138 11 1612 415896 1697 437826 38 17214 Elgon Kapsokwony DEB Prmary 34.713526 0.84591 10 1612 415896 1683 434214 40 18120 Kaptama Kaptama Primary 34.77714 0.8819 20 2790 719820 2831 730398 68 30804 Nomorio Sendera Sa Primary 34.658135 0.82895 17 1910 492780 2023 521934 45 20385 Cheptais 94 14554 3754932 15159 3911022 359 162627 Cheptais Cheptais SA Primary 34.453274 0.81106 17 2915 752070 3035 783030 70 31710 Chepyuk Kapkirwok Primary 34.592034 0.83368 10 1540 397320 1611 415638 40 18120 Chesikaki Chesikaki Friends Primary 34.511926 0.79256 12 2162 557796 2247 579726 52 23556 Chongeywo Chongeywo Primary 34.543836 0.80792 9 1419 366102 1483 382614 34 15402 Emia Kebee Sa Primary 34.55946 0.83383 20 3204 826632 3285 847530 78 35334 Kapkateny Kapkateny Primary 34.621528 0.80393 11 1197 308826 1275 328950 31 14043 Chepkube Kamosong Sa Primary 34.433677 0.83897 15 2117 546186 2223 573534 54 24462 Bungoma Central 68 11270 2907660 11649 3005442 277 125481 Chwele Sanandiki Friends Primary 34.58805 0.73383 27 4431 1143198 4621 1192218 110 49830 Kabuchai Mukhweya RC Primary 34.57511 0.67568 23 4079 1052382 4141 1068378 97 43941 Nalondo Nalondo RC Primary 34.59552 0.65806 18 2760 712080 2887 744846 70 31710 Bungoma South 86 18052 4657416 18507 4774806 444 201132 Bungoma Municipality Bungoma DEB Primary 34.5555 0.57416 36 8792 2268336 9045 2333610 207 93771 Mwibale Kimugui Friends Primary 34.63302 0.49429 26 4766 1229628 4849 1251042 120 54360 Sangalo Lwanda Friends Primary 34.60343 0.54772 24 4494 1159452 4613 1190154 117 53001 Bungoma North 85 16889 4357362 17287 4460046 403 182559 Naitiri Naitiri RC Primary 34.892187 0.75749 39 9641 2487378 9715 2506470 225 101925 Ndalu Ndalu RC Primary 34.994263 0.85 24 3553 916674 3715 958470 90 40770 Tongaren Tongaren Primary 34.963656 0.78658 22 3695 953310 3857 995106 88 39864 422 68898 17775684 71369 18413202 1702 771006

Annex 1. Distribution Schedule 95

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Teso North 89 8571 2211318 9197 2372826 220 99660 Amagoro Amagoro Primary 34.330793 0.63252 35 3717 958986 3963 1022454 96 43488 Angurai Chelelemuk Boys Primary 34.358505 0.6923 32 2988 770904 3213 828954 74 33522 Kolanya Kolanya Boys Primary 34.396754 0.70535 22 1866 481428 2021 521418 50 22650 Teso South 75 13859 3575622 14186 3659988 332 150396 St. Joseph’s Amukura Amukura 34.27131 0.57512 37 6585 1698930 6845 1766010 158 71574 Girls Chakol Chakol Primary 34.15391 0.52079 38 7274 1876692 7341 1893978 174 78822 Busia 69 13355 3445590 13741 3545178 336 152208 Bukhayo Central Nambale Urban Primary 34.249708 0.4578 27 5379 1387782 5469 1411002 132 59796 Bukhayo Lwanya Primary 34.17493 0.36021 20 3844 991752 3985 1028130 102 46206 South/Busibwabo St. Joseph’s Busia Girls Mundika/Township 34.100796 0.46461 22 4132 1066056 4287 1106046 102 46206 Primary Nambale 28 4432 1143456 4629 1194282 107 48471 Bukhayo East/North Madende Primary 34.3268486 34.32689 28 4432 1143456 4629 1194282 107 48471 Bunyala 39 6867 1771686 7142 1842636 171 77463 Bunyala North Budalangi Primary 34.026 0.13623 22 4180 1078440 4335 1118430 105 47565 Bunyala South Rugunga Primary 33.99036 0.07545 17 2687 693246 2807 724206 66 29898 Butula 59 12283 3169014 12599 3250542 297 134541 Burinda Burinda Primary 34.220126 0.30883 15 2699 696342 2805 723690 69 31257 Butunyi Butunyi Mixed Primary 34.249089 0.33254 20 4126 1064508 4267 1100886 98 44394 Tingolo Butula Girls Boarding 34.33289 0.34424 24 5458 1408164 5527 1425966 130 58890 Samia 63 9531 2458998 9875 2547750 239 108267 Bwiri/Nanguba Bujwang’a Primary 34.020217 0.22468 20 3394 875652 3435 886230 84 38052 Funyula/Agenga Nangina Special 34.102449 0.27957 19 2987 770646 3121 805218 77 34881 Namboboto/Nambuk Moody Awory Integrated 34.115744 0.28378 24 3150 812700 3319 856302 78 35334 u Elgeyo Marakwet County 364 28511 7355838 30978 7992324 809 366477

Annex 1. Distribution Schedule 96

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Marakwet West 101 8479 2187582 9193 2371794 226 102378 Arror Kapkata Primary 35.60653 0.91573 8 394 101652 451 116358 14 6342 Chebororwa Koitugum Primary 35.36756 0.97827 16 1618 417444 1731 446598 39 17667 Cheptongei Yemit Primary 35.46924 0.98436 14 798 205884 897 231426 26 11778 Kapsowar Kapsowar Primary 35.55739 0.98271 23 1871 482718 2033 524514 51 23103 Koisungur Kibirech Primary 35.4107 1.09835 14 916 236328 1015 261870 26 11778 Moiben Kapkoros Primary 35.50498 0.87896 11 747 192726 825 212850 20 9060 Sengwer Kipsetan Primary 35.29937 1.05421 15 2135 550830 2241 578178 50 22650 Keiyo 70 5045 1301610 5532 1427256 158 71574 Burgar Singore Primary 35.51306 0.71844 20 1400 361200 1541 397578 38 17214 Kamariny School For The Deaf 35.50723 0.6695 19 1493 385194 1627 419766 40 18120 Kaptum Kaptum Primary 35.55109 0.79227 15 909 234522 1015 261870 30 13590 Kessup Kessup Primary 35.51938 0.64446 15 1043 269094 1149 296442 30 13590 Tambach TTC Tambach TTC 35.525081 0.595433 1 200 51600 200 51600 20 9060 Keiyo South 120 8254 2129532 9003 2322774 244 110532 Chemoibon Kimwarer Primary 35.64234 0.31975 8 486 125388 543 140094 16 7248 Chepkorio Sitotwo Primary 35.54995 0.36771 17 1161 299538 1281 330498 34 15402 Kabiemit Kapcheptek Primary 35.55832 0.33229 15 1013 261354 1119 288702 29 13137 Kibargoi Chekobei Primary 35.58446 0.49984 11 626 161508 697 179826 20 9060 Kitany Cheptebo Primary 35.59504 0.4809 9 628 162024 699 180342 21 9513 Kocholwa Kaptumoi Primary 35.68866 0.22895 13 857 221106 949 244842 26 11778 Metkei Kamwosor Primary 35.56826 0.20255 25 1969 508002 2045 527610 54 24462 Mosop Kaptagat DEB Primary 35.48209 0.43315 11 697 179826 775 199950 22 9966 Soy Muskut Primary 35.62614 0.36706 11 817 210786 895 230910 22 9966 Marakwet East 73 6733 1737114 7250 1870500 181 81993 Chesoi Chesoi Primary 35.59183 1.06451 21 1651 425958 1799 464142 47 21291

Annex 1. Distribution Schedule 97

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Chesongoch Chechan Primary 35.63137 1.25793 9 613 158154 677 174666 19 8607 Embobut Mueno Primary 35.617433 1.21329 11 1227 316566 1305 336690 32 14496 Endo Chebilil Primary 35.63298 1.11555 9 1345 347010 1409 363522 35 15855 Kaptich Kapchemurkeldet 35.45767 1.1066 13 1227 316566 1319 340302 30 13590 Mogil Chesetan Primary 35.63399 1.0749 10 670 172860 741 191178 18 8154 457 25428 6560424 27941 7208778 774 350622 Embu East 69 4645 1198410 5132 1324056 145 65685 Kanja St. John’s Gaikama 37.518918 -0.38768 12 858 221364 943 243294 27 12231 Kyeni/Karurumo Sa Kyeni Primary 37.603621 -0.42012 20 1178 303924 1319 340302 40 18120 Sacred Heart Boarding Mufu 37.584526 -0.40923 12 738 190404 823 212334 24 10872 Primary Runyenjes/Kagaari Kagaari Primary 37.568017 -0.41144 25 1871 482718 2047 528126 54 24462 South Embu North 32 2483 640614 2703 697374 84 38052 Kairuri Gatoori Primary 37.452856 -0.48115 11 835 215430 913 235554 24 10872 St. Ursula Boarding Kathangariri 37.446101 -0.42159 13 1017 262386 1109 286122 28 12684 Primary Manyatta Kenga Primary School 37.487571 -0.37823 7 431 111198 481 124098 12 5436 St. Mark's Kigari TTC St. Mark’s Kigari TTC 1 200 51600 200 51600 20 9060 Embu West 135 3655 942990 3902 1006716 96 43488 Kevote/Nembure Nembure Primary 37.519756 -0.47484 121 1888 487104 2029 523482 50 22650 Township/Gatituri Embu Urban Primary 37.452046 -0.5316 14 1767 455886 1873 483234 46 20838 Mbeere North 84 5784 1492272 6377 1645266 172 77916 Ishiara Kamutu Primary 37.833696 -0.46693 14 1042 268836 1141 294378 30 13590 Kamumu Kathigagacgeru Primary 21 1373 354234 1521 392418 40 18120 Kanyuambora Kanyuambora Primary 37.71899 -0.46094 9 649 167442 713 183954 18 8154 Kirie Kirie Primary 37.781301 -0.57887 21 1247 321726 1395 359910 41 18573 Siakago Kaungu Primary 37.630894 -0.53369 19 1473 380034 1607 414606 43 19479

Annex 1. Distribution Schedule 98

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mbeere South 137 8861 2286138 9827 2535366 277 125481 Karaba Karaba Primary 37.359931 -0.76692 13 1251 322758 1343 346494 29 13137 Kiambere Kiambere Primary 37.89987 -0.63369 22 1424 367392 1579 407382 46 20838 Kianjiru Nyangwa Primary 37.6364 -0.67804 19 1315 339270 1449 373842 40 18120 Kiritiri Irumarai Primary 37.660636 -0.71297 25 1349 348042 1525 393450 48 21744 Makima Makima Primary 37.574537 -0.78322 28 1844 475752 2041 526578 58 26274 Riakanau Consolata Kilia Primary 37.404615 -0.80442 13 745 192210 837 215946 24 10872 Rwika Ngenge Primary 37.52604 -0.6259 17 933 240714 1053 271674 32 14496 183 19820 5113560 20647 5326926 545 246885 Balambala 27 2979 768582 3059 789222 80 36240

Balambala Dujis Boarding Primary 39.392682 0.2509 27 2979 768582 3059 789222 80 36240 Dadaab 20 2620 675960 2762 712596 66 29898 Dadaab Boarding Dadaab 40.30868 0.06051 11 1491 384678 1569 404802 37 16761 Primary Liboi Liboi Boarding Primary 40.876973 0.34555 9 1129 291282 1193 307794 29 13137 Fafi 25 2513 648354 2589 667962 63 28539 Bura Bura Boarding Primary 39.9464715 -1.0901234 25 2513 648354 2589 667962 63 28539 Garissa 30 4337 1118946 4544 1172352 121 54813 Galbet Yathrib Primary 39.651768 -0.42195 7 1381 356298 1431 369198 33 14949 Sankuri Sankuri Primary 39.555813 -0.29856 3 263 67854 285 73530 6 2718 Waberi Iftin Primary 39.662397 -0.46571 13 1659 428022 1751 451758 40 18120 Garissa Township Boystown Primary 39.655018 -0.44164 6 834 215172 877 226266 22 9966 Garissa TTC Garissa TTC 39.6608477 -0.4511962 1 200 51600 200 51600 20 9060 Hulugho 17 1583 408414 1652 426216 48 21744 Hulugho Hulugho Primary 41.0514 -1.14742 17 1583 408414 1652 426216 48 21744 Ijara 39 3131 807798 3206 827148 93 42129 Masalani Masalani Girls 40.17356 -1.68822 19 1467 378486 1501 387258 44 19932

Annex 1. Distribution Schedule 99

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Ijara/Sangailu Ijara Primary 40.5109 -1.59436 20 1664 429312 1705 439890 49 22197 Lagdera 25 2657 685506 2835 731430 74 33522 Benane Benane Primary 38.6614144 0.5060279 8 776 200208 833 214914 22 9966 Modogashe Modogshe Primary 39.17709 0.73057 15 1671 431118 1777 458466 46 20838 Shanta-Abaq Baraki Primary 39.57958 0.66391 2 210 54180 225 58050 6 2718 860 78623 20284734 84438 21785004 2042 925026 Homa Bay 173 16454 4245132 17567 4532286 436 197508 Asego Ogande Mixed 34.499776 -0.582 28 2640 681120 2737 706146 67 30351 East Kochia Nyajanja Primary 34.532183 -0.51524 18 1074 277092 1201 309858 36 16308 Kabunde Magare Primary 34.419814 -0.5597 20 1478 381324 1619 417702 38 17214 Ndiru Achego Primary 34.586286 -0.51383 19 1795 463110 1929 497682 46 20838 Nyawita Bondo Primary 34.616716 -0.53244 15 1601 413058 1707 440406 39 17667 Randung' Oluso Primary 34.557697 -0.58489 16 1620 417960 1733 447114 38 17214 Rangwe Orero Primary 34.580882 -0.60008 21 2223 573534 2371 611718 59 26727 Urban Shauri Yako Primary 34.450311 -0.52556 17 2471 637518 2591 668478 59 26727 West Kochia Kuoyo Kochia Primary 34.519655 -0.47465 18 1352 348816 1479 381582 34 15402 - Asumbi TTC Asumbi TTC 34.6167209 1 200 51600 51600 9060 0.61867699 200 20 Rachuonyo South 173 17091 4409478 18311 4724238 428 193884 Atandi Mithui Primary 34.74836 -0.52467 15 1521 392418 1627 419766 40 18120 Awach Kolweny Primary 34.91969 -0.41302 22 2286 589788 2441 629778 60 27180 Ayiengo Got Rateng Primary 34.88086 -0.43891 20 1826 471108 1967 507486 44 19932 Nyang'iela Mititi Primary 34.68118 -0.58218 22 1848 476784 2003 516774 45 20385 Ober Ober Boys Primary 34.81381 -0.4853 12 1170 301860 1255 323790 31 14043 Oyugis Rawinji Primary 34.74475 -0.42909 21 2655 684990 2803 723174 68 30804 Ramba Kilusi Primary 34.85702 -0.44216 15 1183 305214 1289 332562 30 13590 Ringa Atemo Primary 34.83279 -0.49945 24 2344 604752 2513 648354 54 24462

Annex 1. Distribution Schedule 100

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Saye Simbiri Primary 34.70645 -0.41975 22 2258 582564 2413 622554 56 25368 Rachuonyo North 166 13508 3485064 14679 3787182 353 159909 Got Oyaro Kokoth Primary 34.53627 -0.35254 23 1891 487878 2053 529674 46 20838 Homa Homa Lime Primary 34.47951 -0.41575 16 1232 317856 1345 347010 30 13590 Kandiege Kandiege Primary 34.55062 -0.42812 22 1490 384420 1645 424410 46 20838 Kendu Kendu Muslim 34.64768 -0.36013 16 1450 374100 1563 403254 34 15402 Miriu Mawego Mixed Primary 34.77301 -0.38849 17 1483 382614 1603 413574 39 17667 Nyakongo Kimira Primary 34.59572 -0.36947 23 1467 378486 1629 420282 45 20385 Omboga Omboga Primary 34.62141 -0.43106 20 1520 392160 1661 428538 41 18573 Pala Otaro Primary 34.56796 -0.38089 14 1112 286896 1211 312438 29 13137 Rambira Karabondi 34.7202 -0.35687 15 1863 480654 1969 508002 43 19479 Suba 92 8184 2111472 8832 2278656 209 94677 Kiabuya Nyatambe Primary 34.08704 -0.76011 23 2069 533802 2231 575598 50 22650 Kigoto Magunga Primary 34.149409 -0.6891 21 2177 561666 2325 599850 53 24009 Nyagwethe Nyagwethe Primary 34.09851 -0.60869 14 1268 327144 1367 352686 34 15402 Sindo Nyatoto Primary 34.270817 -0.55297 34 2670 688860 2909 750522 72 32616 Ndhiwa 151 16385 4227330 17308 4465464 406 183918 Kobama Got Kojowi Primary 34.26761 -0.7674 34 3686 950988 3885 1002330 98 44394 Kobodo Okok Primary 34.428442 -0.681 21 2503 645774 2651 683958 62 28086 Ndhiwa Mirogi Girls Primary 34.384524 -0.69667 31 3209 827922 3327 858366 78 35334 Nguku Rapedhi Primary 34.359884 -0.76111 19 2221 573018 2355 607590 51 23103 Ototo Lwanda Kawuor Primary 34.50978 -0.73943 19 2411 622038 2545 656610 58 26274 Riana Magina Primary 34.515866 -0.68607 27 2355 607590 2545 656610 59 26727 Mbita 105 7001 1806258 7741 1997178 210 95130 Lambwe God Jope Primary 34.321553 -0.56015 26 1666 429828 1849 477042 51 23103 Mbita East Usao Primary 34.383483 -0.47477 16 1064 274512 1177 303666 34 15402

Annex 1. Distribution Schedule 101

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mbita Point International Mbita West 34.2054 -0.42793 19 997 257226 1131 291798 36 16308 Primary Mfangano Kakiimba Primary 34.04156 -0.44106 22 1456 375648 1611 415638 42 19026 Rusinga Kamasengre Primary 34.137101 -0.41644 22 1818 469044 1973 509034 47 21291 106 9056 2336448 9784 2524272 266 120498 Garbatula 36 2652 684216 2907 750006 82 37146 Garbatula Boarding Garbatula 38.52324 0.53868 13 637 164346 729 188082 24 10872 Primary Kinna Al Gani Girls Boarding 38.20072 0.325 11 1109 286122 1187 306246 31 14043 Sericho Sericho Primary 39.10752 1.13488 12 906 233748 991 255678 27 12231 Isiolo 44 4670 1204860 4971 1282518 129 58437 Oldonyiro Oldonyiro Primary 36.98631 0.63229 13 985 254130 1077 277866 30 13590 Isiolo East Isiolo School For The Deaf 37.58988 0.37198 16 1940 500520 2043 527094 50 22650 Isiolo West Bula Mpya Primary 37.5722 0.35302 15 1745 450210 1851 477558 49 22197 Merti 26 1734 447372 1906 491748 55 24915 Chari Bulesa Primary 38.53696 0.96167 9 593 152994 651 167958 19 8607 Cherab Merti Boarding Primary 38.664708 1.07392 17 1141 294378 1255 323790 36 16308 369 30143 7776894 32086 8278188 827 374631 Loitokitok 82 9984 2575872 10358 2672364 248 112344 Rombo Rombo Girls Boarding 37.69897 -3.05531 22 3096 798768 3250 838500 77 34881 Kimana/Amboseli Kimana Primary 37.52834 -2.80967 40 4222 1089276 4302 1109916 104 47112 Loitokitok Central Loitokitok DEB Primary 37.50289 -2.92889 20 2666 687828 2806 723948 67 30351 Kajiado Central 103 7983 2059614 8504 2194032 207 93771 Elangata Waus Elangata Wuas 36.592404 -1.8995 13 1185 305730 1276 329208 27 12231 Enkorika Sajiloni Primary 36.860981 -1.87371 16 926 238908 1038 267804 29 13137 Ilbissil Ilbissil Primary 36.7981 -2.09512 31 2395 617910 2412 622296 52 23556 Kajiado Kajiado Township 36.788451 -1.84261 26 1886 486588 2068 533544 55 24915

Annex 1. Distribution Schedule 102

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Township Namanga 36.78481 -2.54144 17 1591 410478 1710 441180 44 19932 Primary Kajiado North 80 7140 1842120 7700 1986600 188 85164 Ewuaso Saikeri Primary 36.541065 -1.39517 18 1170 301860 1296 334368 35 15855 Kisamis Olepolos Primary 36.62844 -1.47596 27 1859 479622 2048 528384 51 23103 Magadi Township Magadi 36.288024 -1.89625 15 1111 286638 1216 313728 31 14043 Primary Ngong Ngong Township 36.66064 -1.36122 10 1288 332304 1358 350364 30 13590 Arap Moi Primary 36.716169 -1.40355 10 1712 441696 1782 459756 41 18573 Isinya 28 1416 365328 1572 405576 51 23103 Isinya Isinya Township Primary 36.84919 -1.67684 15 731 188598 796 205368 24 10872 Kitenegela Boarding 36.8921 -1.48133 13 685 176730 776 200208 27 12231 Primary Mashuuru 76 3620 933960 3952 1019616 133 60249 Mashuru Mashuru Primary 37.12907 -2.10328 33 1527 393966 1758 453564 63 28539 Sultan Hamud Sultan Hamud Primary 37.36972 -2.0199 43 2093 539994 2194 566052 70 31710 1893 328356 84715848 338780 87405240 7994 3621282 Butere 80 11722 3024276 11982 3091356 284 128652 Butere East Shikunga Primary 34.537941 0.1861 39 5755 1484790 5928 1529424 146 66138 Butere West Manyulia Primary 34.513505 0.16519 41 5967 1539486 6054 1561932 138 62514 Kakamega North 1160 200075 51619350 206669 53320602 4874 2207922 Central Namanja Primary 34.826409 0.49266 14 2533 653514 2666 687828 65 29445 East Friends School Lugusi 34.885001 0.46841 40 3417 881586 3521 908418 80 36240 North Namatala Primary 34.882654 0.47468 16 2855 736590 3002 774516 71 32163 South Lunyinya Primary 34.773697 0.38283 24 3225 832050 3358 866364 80 36240 West Malava Primary 34.838626 0.45092 20 3778 974724 3960 1021680 93 42129 Kakamega East 104 14899 3843942 15492 3996936 361 163533 Central Shibuye Primary 34.81086 0.22108 31 3217 829986 3378 871524 76 34428

Annex 1. Distribution Schedule 103

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Ileho Ileho 34.96346 0.25695 31 3993 1030194 4096 1056768 95 43035 South Khayega Primary 34.771806 0.20969 23 3941 1016778 4116 1061928 95 43035 West Lirhanda Primary 34.80586 0.24157 19 3748 966984 3902 1006716 95 43035 Likuyani 62 10350 2670300 10613 2738154 244 110532 Central Kongoni Primary 35.13268 0.78715 18 3439 887262 3473 896034 73 33069 North Lurende Primary 34.6061342 0.679848 26 3588 925704 3670 946860 87 39411 South Likuyani Primary 35.11153 0.71284 18 3323 857334 3470 895260 84 38052 Navakholo 38 12919 3333102 13146 3391668 304 137712 Navakholo West Namundera Primary 34.59125 0.38671 23 6089 1570962 6178 1593924 141 63873 Navakholo East Navakholo Primary 34.68213 0.4066 15 6830 1762140 6968 1797744 163 73839 Khwisero 61 8653 2232474 9080 2342640 207 93771 East Khwisero Eshibinga Primary 34.596653 0.1274 29 3959 1021422 4162 1073796 94 42582 West Khwisero Luanda Doho Primary 34.493294 0.12667 32 4694 1211052 4918 1268844 113 51189 95 19411 5008038 19876 5128008 463 209739 East Wanga Mabanga Primary 34.629613 0.32595 39 8279 2135982 8352 2154816 201 91053 Etenje Etenje Primary 34.445634 0.26352 31 5093 1313994 5310 1369980 120 54360 Mumias Township Mumias Central 34.629613 0.32595 25 6039 1558062 6214 1603212 142 64326 Primary Kakamega South 34.445634 0.26352 82 11701 3018858 12168 3139344 311 140883 Ikolomani Central Shikhokho Primary 34.717924 0.18389 17 2827 729366 2946 760068 69 31257 Ikolomani East Lirhembe Priamry 34.744621 0.19018 23 2685 692730 2846 734268 64 28992 Ikolomani North Musoli Girls Primary 34.66403 0.20693 23 3261 841338 3322 857076 86 38958 Ikolomani South Eregi Girls Primary 34.702219 0.15801 18 2728 703824 2854 736332 72 32616 Eregi TTC Eregi TTC 1 200 51600 200 51600 20 9060 Lugari 55 9043 2333094 9328 2406624 223 101019 St. Francis Majengo Lugari Central 34.9983 0.65113 19 3667 946086 3700 954600 89 40317 Primary

Annex 1. Distribution Schedule 104

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Lugari North Lumakanda DEB Priamry 34.95841 0.63586 20 2678 690924 2818 727044 70 31710 Lugari South Lugari Township 34.90035 0.66418 16 2698 696084 2810 724980 64 28992 Kakamega Central 52 10315 2661270 10756 2775048 259 117327 Lurambi South Amalemba Primary 34.7460075 0.3208106 13 3782 975756 3950 1019100 95 43035 Lurambi East Shiyunzu Primary 17 3023 779934 3142 810636 74 33522 Kakamega Kakamega Township 34.75858 0.27143 22 3510 905580 3664 945312 90 40770 Municipality Matete 41 5525 1425450 5712 1473696 128 57984 Matete East Lwandeti Primary 34.84541 0.60062 21 2609 673122 2656 685248 61 27633 Matete West Kivaywa Primary 34.797659 0.5599 20 2916 752328 3056 788448 67 30351 Matungu 63 13743 3545694 13958 3601164 336 152208 Matungu Bulanda Primary 34.562547 0.2176 63 13743 3545694 13958 3601164 336 152208 490 49229 12701082 52072 13434576 1237 560361 Kericho 105 9936 2563488 10664 2751312 262 118686 Ainamoi Ainamoi Primary 35.28229 -0.29689 23 1937 499746 2098 541284 49 22197 Kapsaos Chebigen Primary 35.34615 -0.28646 18 2140 552120 2266 584628 52 23556 Kapsoit Moi Sitotwet 35.19524 -0.30532 16 1242 320436 1354 349332 29 13137 Koitaburot Kapchebwai Primary 35.20652 -0.18322 9 817 210786 880 227040 20 9060 Municipality Kericho Township Primary 35.28194 -0.35465 12 1596 411768 1680 433440 37 16761 Soin Kaplelach Primary 35.13066 -0.20433 12 896 231168 980 252840 24 10872 Soliat Soliat Primary 35.12727 -0.32794 14 1108 285864 1206 311148 31 14043 Kericho TTC Kericho TTC 1 200 51600 200 51600 20 9060 Belgut 122 13312 3434496 14076 3631608 325 147225 Chaik Ahp Workshop Primary 35.28859 -0.41005 15 1923 496134 2028 523224 49 22197 Kapkures Chemamul 35.0938 -0.43402 11 1279 329982 1356 349848 32 14496 Boardingprimary Kabianga Kabianga Primary 35.13698 -0.44231 15 1597 412026 1702 439116 40 18120

Annex 1. Distribution Schedule 105

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kaplelartet Kaplelartet Primary 35.04451 -0.34449 15 1321 340818 1426 367908 34 15402 Kiptere Kalyet Boarding Primary 35.10493 -0.39243 15 1611 415638 1726 445308 37 16761 Sigowet Kibeneti Primary 35.0779 -0.4442 15 1873 483234 1978 510324 43 19479 Waldai Kaptoboiti Primary 35.19978 -0.32979 36 3708 956664 3860 995880 90 40770 Bureti 109 11009 2840322 11472 2959776 275 124575 Cheborge Korongoi Primary 35.121133 -0.57783 29 3075 793350 2978 768324 76 34428 Kapkatet Tengecha Primary 35.19452 -0.63121 23 2563 661254 2724 702792 67 30351 Litein Litein Primary 35.185324 -0.58377 20 1940 500520 2080 536640 48 21744 Roret Roret Primary 35.10273 -0.48901 26 2502 645516 2684 692472 61 27633 Tebesonik Kapkisiara Primary 35.09876 -0.52368 11 929 239682 1006 259548 23 10419 Londiani 78 7516 1939128 8062 2079996 189 85617 Chepseon Chesinende Primary 35.47989 -0.26405 14 1676 432408 1774 457692 39 17667 Kapseger Kapseger Primary 35.39645 -0.25168 21 1685 434730 1832 472656 43 19479 Kedowa Special School Kedowa 35.57645 -0.20749 10 820 211560 890 229620 24 10872 For The Deaf Lemotit Kapcheplanga 35.54859 -0.13829 6 552 142416 594 153252 13 5889 Londiani Londiani Township 35.5857 -0.16344 13 1221 315018 1312 338496 32 14496 Sorget Kamuingi Primary 35.56253 -0.09812 14 1562 402996 1660 428280 38 17214 Kipkelion 76 7456 1923648 7798 2011884 186 84258 Chichila Chilchila Primary 35.34937 -0.19505 13 1257 324306 1348 347784 32 14496 Kamasian Lelu Primary 35.43642 -0.15059 14 1332 343656 1430 368940 34 15402 Kipkelion Kipkelion Township 35.46145 -0.19733 25 2347 605526 2332 601656 57 25821 Kokwet Kokwet Primary 35.35998 -0.14256 10 1026 264708 1096 282768 24 10872 Kunyak Urafiki Primary 35.28928 -0.15014 14 1494 385452 1592 410736 39 17667 448 44571 11499318 47706 12308148 1173 531369 Gatundu North 54 4204 1084632 4592 1184736 117 53001 Chania Chania Primary 36.978229 -0.40656 18 1362 351396 1488 383904 38 17214

Annex 1. Distribution Schedule 106

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Githobokoni Ndiko Primary 36.753677 -0.89431 23 1565 403770 1736 447888 47 21291 Mangu St. Francis Primary 36.951865 -0.98626 13 1277 329466 1368 352944 32 14496 Gatundu South 55 4383 1130814 4768 1230144 122 55266 Kiganjo Kiganjo Primary 36.833046 -0.98585 19 1447 373326 1580 407640 43 19479 Ndarugu Karinga Primary 36.84145 -0.95864 20 1300 335400 1440 371520 39 17667 Ng'enda Ng’enda Primary 36.88757 -1.03486 16 1636 422088 1748 450984 40 18120 Githunguri 52 4964 1280712 5338 1377204 128 57984 Githiga Ikinu Primary 36.79753 -1.09862 14 1784 460272 1892 488136 45 20385 Githunguri Township Githunguri 36.77975 -1.05316 12 1234 318372 1318 340044 32 14496 Primary Komothai Kigumo Primary 36.83036 -1.03276 14 1122 289476 1220 314760 28 12684 Ngewa Ngewa Primary 36.86596 -1.09363 12 824 212592 908 234264 23 10419 Kiambu 44 6354 1639332 6662 1718796 152 68856 Karuri Primary 36.75637 -1.17271 14 1752 452016 1850 477300 43 19479 Kihara Ndenderu Primary 36.74193 -1.19061 11 1379 355782 1456 375648 33 14949 Ndumberi Kiambu Township Primary 36.82777 -1.167 19 3223 831534 3356 865848 76 34428 Kikuyu 55 4954 1278132 5332 1375656 143 64779 Kabete Wangige Primary 36.71105 -1.21695 15 1331 343398 1436 370488 34 15402 Karai Lucigetti Primary 36.61495 -1.27385 14 904 233232 1002 258516 25 11325 Muguga Nderi Primary 36.65345 -1.22223 15 1405 362490 1510 389580 35 15855 Thogoto Kikuyu Township Primary 36.66124 -1.24092 10 1114 287412 1184 305472 29 13137 Thogoto TTC Thogoto TTC 36.6626482 -1.2741723 1 200 51600 200 51600 20 9060 Lari 62 5440 1403520 5874 1515492 141 63873 Gatamaiyu Gatamaiyu Primary 36.70801 -0.9771 16 963 248454 1068 275544 28 12684 Kamburu Karugo Primary 36.73974 -1.00694 11 1002 258516 1086 280188 27 12231 Kijabe Kijabe Primary 36.59811 -0.94732 19 1943 501294 2076 535608 49 22197 Uplands Kirenga Primary 36.62768 -1.00542 16 1532 395256 1644 424152 37 16761

Annex 1. Distribution Schedule 107

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 38 5012 1293096 5278 1361724 121 54813 Limuru Manguo Primary 36.63585 -1.09961 14 1984 511872 2082 537156 48 21744 Ndeiya Makutano Primary 36.59623 -1.15625 13 1071 276318 1162 299796 28 12684 Tigoni Tigoni Primary 36.67429 -1.12782 11 1957 504906 2034 524772 45 20385 30 3138 809604 3348 863784 78 35334 Githurai Githurai Kimbo Primary 36.931944 -1.20743 3 441 113778 462 119196 11 4983 Ruiru Ruiru Primary 36.952462 -1.14383 27 2697 695826 2886 744588 67 30351 East 15 1421 366618 1512 390096 51 23103 Gatuanyaga Gatuanyaga Primary 37.178528 -1.06086 14 1221 315018 1312 338496 31 14043 Kilimambogo TTC Kilimambogo TTC 37.237553 -1.0709437 1 200 51600 200 51600 20 9060 Thika West 43 4701 1212858 5002 1290516 120 54360 Jamhuri St. Patrick’s Primary 37.080722 -1.03733 6 660 170280 702 181116 17 7701 Thiririka Primary 37.021453 -1.10884 20 2076 535608 2216 571728 52 23556 Kamenu Kamenu Primary 37.112 -1.064 6 792 204336 834 215172 19 8607 Kenyatta Kenyatta Primary 37.105991 -1.05451 3 221 57018 242 62436 7 3171 Madaraka Mugumo-Ini 37.069237 -1.03642 8 952 245616 1008 260064 25 11325 521 69129 17835282 71156 18358248 1647 746091 Bahari (Kilifi) 136 20482 5284356 20713 5343954 460 208380 Chonyi Dzitsoni Primary 39.717835 -3.69454 35 4529 1168482 4774 1231692 117 53001 Shariani Kikambala Primary 39.781161 -3.88999 37 6157 1588506 6116 1577928 153 69309 Bahari Central Bahari Primary 39.894631 -3.54236 64 9796 2527368 9823 2534334 190 86070 Ganze 123 11807 3046206 12347 3185526 296 134088 Bamba Bamba Primary 39.526419 -3.5349 36 3924 1012392 4176 1077408 98 44394 Ganze Ganze Primary 39.692983 -3.54611 46 3494 901452 3662 944796 90 40770 Vitengeni Nyari Primary 39.80571 -3.5104 41 4389 1132362 4509 1163322 108 48924 Kaloleni 66 10296 2656368 10658 2749764 249 112797

Annex 1. Distribution Schedule 108

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kaloleni Kizurini Primary 39.620332 -3.8105 24 3192 823536 3360 866880 82 37146 Mariakani Mariakani Primary 39.472551 -3.86417 42 7104 1832832 7298 1882884 167 75651 Magarini 99 12899 3327942 13370 3449460 320 144960 Garashi Mekatilili Wa Menza 40.07275 -3.03968 31 3853 994074 4070 1050060 97 43941 Magarini Magarini Primary 39.95988 -3.02995 42 6260 1615080 6332 1633656 151 68403 Marafa Marafa Special Primary 39.95 -3.03 26 2786 718788 2968 765744 72 32616 57 7987 2060646 8356 2155848 200 90600 Kakoneni Kakoneni Primary 39.86303 -3.1615 28 2922 753876 3118 804444 74 33522 Watamu Gede Special Primary 40.01166 -3.30476 29 5065 1306770 5238 1351404 126 57078 Rabai 40 5658 1459764 5712 1473696 122 55266 Rabai Ribe Primary 39.6313119 -3.880702 40 5658 1459764 5712 1473696 122 55266 193 18823 4856334 20174 5204892 488 221064 Kirinyaga Central 36 3026 780708 3278 845724 78 35334 Gakoigo Gakoigo Primary 37.296097 -0.51848 10 828 213624 898 231684 21 9513 Inoi St. Joseph’s Primary 37.277091 -0.49755 15 1201 309858 1306 336948 32 14496 Mutira Mutira Primary 37.229087 -0.48845 11 997 257226 1074 277092 25 11325 Kirinyaga East 45 4377 1129266 4692 1210536 114 51642 Baragwi Mucagara Primary 37.363859 -0.46311 18 2130 549540 2256 582048 51 23103 Kabare St Andrew’s Kabare Girls 37.323655 -0.50626 11 989 255162 1066 275028 26 11778 Ngariama Kiambatha Primary 37.378592 -0.42883 16 1258 324564 1370 353460 37 16761 Kirinyaga West 43 3899 1005942 4200 1083600 102 46206 Kiine Kibirigwi Special 37.1792 -0.52439 26 2356 607848 2538 654804 61 27633 Mwerua Lower Baricho Primary 37.241323 -0.55337 17 1543 398094 1662 428796 41 18573 Mwea East 38 4092 1055736 4358 1124364 107 48471 Murinduko St. Paul’s Kutus Primary 37.322495 -0.57644 27 2667 688086 2856 736848 70 31710 Thiba Kirogo Primary 37.387648 -0.65963 11 1425 367650 1502 387516 37 16761

Annex 1. Distribution Schedule 109

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mwea West 31 3429 884682 3646 940668 87 39411 Mutithi Mutithi Primary 37.322423 -0.72532 31 3429 884682 3646 940668 87 39411 656 70473 18182034 74286 19165788 1769 801357 Gucha 41 4787 1235046 5074 1309092 118 53454 Egetuki/Mesesi Gakero DEB Primary 34.700799 -0.73467 21 2743 707694 2890 745620 63 28539 Ogembo Township Gucha 34.72573 -0.8003002 10 1054 271932 1124 289992 29 13137 Primary Sengera Rionchogu DEB Primary 34.719138 -0.83539 10 990 255420 1060 273480 26 11778 Gucha South 103 10787 2783046 11518 2971644 261 118233 Etago Nyangweta Sda Primary 34.626737 -0.80884 17 1965 506970 2084 537672 48 21744 Mochengo Nduru DEB Primary 34.66006 -0.8267 17 1697 437826 1816 468528 42 19026 Nyakembene Nyakembene Primary 34.682419 -0.93998 12 1032 266256 1116 287928 25 11325 Nyabitu Nwabine Omogenda 34.660143 -0.95027 8 1022 263676 1088 280704 26 11778 Primary Suguta Mauma Sda Primary 34.634659 -0.87181 12 1162 299796 1246 321468 26 11778 Moticho/Otendo Riagumo DEB Rimary 34.664228 -0.74465 19 1997 515226 2130 549540 49 22197 - Tabaka/Rigena Tabaka DEB Primary 34.66463829 18 1912 493296 2038 525804 45 20385 0.74725489 Kenyenya 67 9111 2350638 9462 2441196 242 109626 Kenyenya Omobera Primary 34.746939 -0.88789 11 1175 303150 1252 323016 27 12231 Magena/Emesa Oroche DOK Primary 34.756378 -0.85993 14 2971 766518 3018 778644 74 33522 Magenche/Mokubo Nyabiore DOK Primary 34.735794 -0.94692 19 2557 659706 2630 678540 64 28992 Nyakoiba Nyakoiba Primary 34.71055 -0.88448 11 1259 324822 1336 344688 32 14496 Riokindo Endereti Primary 34.763891 -0.93254 11 949 244842 1026 264708 25 11325 Kenyenya TTC Kenyenya TTC 1 200 51600 200 51600 20 9060 Kisii Central 119 11571 2985318 12204 3148632 288 130464 Birongo Riondong’a Primary 34.842774 -0.75234 10 982 253356 1052 271416 26 11778 Getembe East Kianyabinge Primary 34.785098 -0.65735 14 1906 491748 2004 517032 50 22650

Annex 1. Distribution Schedule 110

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Getembe West Kisii Primary 34.768617 -0.67259 8 938 242004 994 256452 21 9513 Ibeno Ibeno Mission Primary 34.853245 -0.77644 13 873 225234 964 248712 25 11325 Keumbu Gianchere Primary 34.865215 -0.74321 14 958 247164 1056 272448 26 11778 Kiogoro Nyataro Cog Primary 34.77683 -0.71113 13 1485 383130 1576 406608 35 15855 Matunwa Amariba Primary 34.78361 -0.74484 10 856 220848 926 238908 20 9060 St. Mary’s Mosocho Mosocho 34.74477 -0.59778 26 2602 671316 2584 666672 64 28992 Primary Nyatieko Nyatieko Sda Primary 34.797424 -0.63728 11 971 250518 1048 270384 21 9513 Kisii South 57 6633 1711314 7042 1816836 162 73386 Gesero Gesero DOK Primary 34.674839 -0.69187 20 2296 592368 2436 628488 56 25368 Igonga Bogitaa Elck Primary 34.668227 -0.62318 20 2362 609396 2512 648096 58 26274 Suneka Suneka DOK Primary 34.701397 -0.67336 17 1975 509550 2094 540252 48 21744 Marani 62 6446 1663068 6780 1749240 162 73386 Kegogi Metembe DOK Primary 34.854554 -0.52378 10 1088 280704 1158 298764 27 12231 Marani Maagonga DOK Primary 34.766433 -0.56793 18 2016 520128 2042 526836 53 24009 Motonto Eronge DEB Primary 34.833957 -0.57135 10 962 248196 1032 266256 25 11325 Ngenyi Itibo Boys Primary 34.853 -0.5819 8 550 141900 606 156348 15 6795 Sensi Sensi Sda Primary 34.81721 -0.60286 16 1830 472140 1942 501036 42 19026 Masaba South 82 7010 1808580 7584 1956672 180 81540 Gesusu Getacho Primary 34.905074 -0.86834 9 859 221622 922 237876 21 9513 Ibacho Ibacho DEB Primary 34.905982 -0.80813 19 1523 392934 1656 427248 40 18120 Keroka Amabuko Primary 34.930703 -0.76685 19 1691 436278 1824 470592 45 20385 Masimba Bonyakoni Primary 34.92725 -0.85637 13 1173 302634 1264 326112 27 12231 Nyamasibi Nyanturago Primary 34.949281 -0.8094 10 758 195564 828 213624 20 9060 Ramasha Bogonta DEB Primary 34.988958 -0.87021 12 1006 259548 1090 281220 27 12231 Nyamache 86 10283 2653014 10604 2735832 257 116421 Gesabakwa/Riontwek Riontweka DOK Primary 34.848517 -0.89249 18 1716 442728 1842 475236 44 19932

Annex 1. Distribution Schedule 111

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 a Nyacheki Pag Mission Goroba/Nyacheki 34.863914 -0.89547 25 2661 686538 2436 628488 65 29445 Primary Kionyo/Kiobegi Nyabite Primary 34.782358 -0.8722 17 1659 428022 1778 458724 41 18573 Nyachenge/Omosari Nyachenge DOK Primary 34.777588 -0.84445 12 1338 345204 1422 366876 34 15402 a Nyachogochogo 34.8001 - Majimazuri/Emenwa 14 2909 750522 3126 806508 73 33069 Primary 54 0.8802 Sameta 39 3845 992010 4018 1036644 99 44847 Igare/Mokwerero Kenyerere DOK Primary 34.779637 -0.77877 24 2148 554184 2216 571728 56 25368 Sameta/Getenga Nyansakia DOK Primary 34.730323 -0.82909 15 1697 437826 1802 464916 43 19479 600 63387 16353846 67190 17335020 1596 722988 Nyando 98 10516 2713128 11102 2864316 263 119139 Ahero Onjiko Primary 34.93648 -0.173 31 3931 1014198 4048 1044384 95 43035 Awasi Ayucha Primary 35.061861 -0.16221 25 2267 584886 2442 630036 54 24462 Nyang'ande Bwanda Primary 34.874974 -0.2076 19 2045 527610 2178 561924 53 24009 Rabuor Lela Primary 34.89159 -0.16455 23 2273 586434 2434 627972 61 27633 Seme 104 9122 2353476 9860 2543880 238 107814 St Elizabeth Bar Korwa Bar Korwa 34.512286 -0.06831 16 1450 374100 1562 402996 40 18120 Girls Primary Kitmikayi Orando Primary 34.58507 -0.08507 20 1440 371520 1580 407640 41 18573 Kombewa Bonde Primary 34.46538 -0.08432 20 1864 480912 2004 517032 47 21291 Manywanda Alwala Primary 34.48393 -0.13884 29 2651 683958 2864 738912 66 29898 Otwenya Ratta Primary 34.536698 -0.04249 19 1717 442986 1850 477300 44 19932 Nyakach 141 11443 2952294 12330 3181140 304 137712 Bolo St. Theresa Girla Primary 34.88741 -0.344 14 864 222912 962 248196 28 12684 Katito Thurgem Primary 35.0027 -0.28766 22 2188 564504 2242 578436 54 24462 Kodingo Sang’oro Primary 34.812228 -0.34237 14 1230 317340 1328 342624 29 13137 Lisana Lisana Primary 34.963665 -0.29018 17 1325 341850 1444 372552 34 15402

Annex 1. Distribution Schedule 112

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Nyabondo Girls Boarding Nyabondo 34.97814 -0.37963 19 1829 471882 1962 506196 46 20838 Primary Oboch Oboch Primary 34.94074 -0.38518 23 1619 417702 1780 459240 47 21291 Pap Onditi Nyalunya Primary 34.91265 -0.30774 20 1730 446340 1870 482460 45 20385 Sigoti Naki Primary 34.96173 -0.35118 12 658 169764 742 191436 21 9513 Kisumu Central 29 7851 2025558 7954 2052132 172 77916 Central Arya Primary 34.76073 -0.09406 14 2960 763680 2958 763164 67 30351 Manyatta Migoti Primary 34.77679 -0.07576 7 2783 718014 2832 730656 58 26274 Southern Joel Omino Primary 34.74995 -0.1209 8 2108 543864 2164 558312 47 21291 Muhoroni 110 10744 2771952 11414 2944812 278 125934 Chemelil Tamu Central Primary 35.19297 -0.11002 21 1711 441438 1858 479364 51 23103 Masogo Minyange Primary 35.03447 -0.10188 16 1548 399384 1660 428280 39 17667 Menara Koru Township Primary 35.26705 -0.18062 23 2597 670026 2658 685764 64 28992 Miwani Kibos Special Primary 34.81578 -0.06067 11 1073 276834 1150 296700 29 13137 Nyang'oma Ngere Kagoro Primary 35.01165 -0.14488 20 1700 438600 1840 474720 44 19932 Ombeyi Ombeyi Primary 34.950901 -0.10752 19 2115 545670 2248 579984 51 23103 Kisumu West 72 7327 1890366 7824 2018592 183 82899 Maseno Girls Boading Chulaimbo 34.593851 -0.00646 14 1216 313728 1314 339012 34 15402 Primary Nyahera Dago Kokore Primary 34.74334 -0.02473 15 1847 476526 1952 503616 45 20385 Otonglo Dr. Robert Ouko Primary 34.69797 -0.0753 12 1490 384420 1574 406092 36 16308 Sianda Huma Primary 34.611244 -0.04952 18 1559 402222 1678 432924 37 16761 Ojolla Osiri Primary 34.60392 -0.12465 13 1215 313470 1306 336948 31 14043 Kisumu East 46 6384 1647072 6706 1730148 158 71574 Kajulu Obwolo Primary 34.79059 -0.04138 11 1921 495618 1998 515484 49 22197 Snr. Chief Onunga Ragumo 18 2748 708984 2874 741492 68 30804 Primary Rweya Orongo Primary 34.785716 -0.1408 17 1715 442470 1834 473172 41 18573

Annex 1. Distribution Schedule 113

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 1304 92973 23987034 100342 25888236 2756 1248468 119 8492 2190936 9066 2339028 259 117327 Athi Kituti Primary 38.13734 -2.13388 61 3808 982464 3976 1025808 115 52095 Ikanga Ikanga Primary 38.06123 -1.69367 35 2905 749490 3150 812700 89 40317 Kanziko Ekani Primary 38.31401 -1.99803 23 1779 458982 1940 500520 55 24915 Katulani 58 3402 877716 3508 905064 103 46659

Katulani Katulani Primary 37.94495 -1.48639 58 3402 877716 3508 905064 103 46659 Kisasi 43 3903 1006974 4204 1084632 102 46206 Kisasi Kisasi Primary 37.91374 -1.59333 24 2256 582048 2424 625392 59 26727 Mbitini Primary 38.00687 -1.43004 19 1647 424926 1780 459240 43 19479 Kitui Central 72 5967 1539486 6378 1645524 178 80634 Kalundu Kalawa Primary 38.04471 -1.35547 21 2337 602946 2398 618684 59 26727 Kyangwithya St. Stephen’s Kaveta 37.99411 -1.34873 29 2037 525546 2240 577920 58 26274 Miambani Miambani Primary 38.11727 -1.26843 21 1393 359394 1540 397320 41 18573 Kitui TTC Kitui TTC 38.0011752 -1.3709447 1 200 51600 200 51600 20 9060 Kitui West 74 4918 1268844 5436 1402488 146 66138 Katutu Katutu Primary 37.81963 -1.1787 20 1120 288960 1260 325080 38 17214 Kauwi Kauwi Primary 37.91324 -1.23537 10 670 172860 740 190920 17 7701 Musengo Kiukuni Primary 37.99942 -1.2235 21 1613 416154 1760 454080 44 19932 Tulia Tulia Primary 37.97532 -1.1845 23 1515 390870 1676 432408 47 21291 Kyuso 95 6089 1570962 6754 1742532 204 92412 Kandwia Kamuwongo Primary 38.08191 -0.707 18 1274 328692 1400 361200 39 17667 Kyuso Kyuso Primary 38.21908 -0.54601 31 1861 480138 2078 536124 67 30351 Mivukoni Mivukoni Primary 38.23892 -0.40469 19 1043 269094 1176 303408 35 15855 Ngomeni Ngomeni Primary 38.40935 -0.63934 27 1911 493038 2100 541800 63 28539 Lower Yatta 79 5061 1305738 5514 1422612 154 69762

Annex 1. Distribution Schedule 114

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kanyangi Kanyangi Primary 37.9169 -1.75273 30 2358 608364 2468 636744 61 27633 Kwa Vonza Primary 37.82648 -1.37648 11 539 139062 616 158928 19 8607 Yatta Kawongo Primary 37.87459 -1.59892 38 2164 558312 2430 626940 74 33522 Matinyani 45 2963 764454 3278 845724 88 39864 Kathivo Kathivo Primary 37.93074 -1.28124 18 974 251292 1100 283800 33 14949 Kyaani Kyaani Primary 37.98058 -1.27755 13 937 241746 1028 265224 26 11778 Matinyani DEB Day & Matinyani 37.97142 -1.3106 14 1052 271416 1150 296700 29 13137 Boarding Primary Mumoni 115 7050 1818900 7648 1973184 227 102831 Ikutha Kasaala Primary 38.26447 -2.13038 43 2649 683442 2750 709500 84 38052 Kakuyu Kalatine Primary 38.00147 -0.66948 24 1437 370746 1598 412284 49 22197 Katse Katse Primary 38.03455 -0.38397 23 1579 407382 1740 448920 45 20385 Tharaka Nthangani Primary 38.03591249 -0.3865892 25 1385 357330 1560 402480 49 22197 Mutito 102 8366 2158428 8880 2291040 233 105549 Endau Endau Primary 38.51571 -1.31172 17 1479 381582 1598 412284 41 18573 Mutito Mutito Primary 38.1875 -1.22131 32 2292 591336 2516 649128 69 31257 Mwitika Mwitika Primary 38.31749 -1.44687 36 3276 845208 3328 858624 86 38958 Zombe Zombe Primary 38.2461759 -1.450931 17 1319 340302 1438 371004 37 16761 102 7456 1923648 7870 2030460 218 98754 Mutha Mutha Primary 38.41845 -1.79081 34 2718 701244 2856 736848 78 35334 Mutomo Mutomo Primary 38.21482 -1.85415 52 3530 910740 3694 953052 102 46206 Voo Voo Primary 38.32132 -1.66668 16 1208 311664 1320 340560 38 17214 Central 106 8096 2088768 8838 2280204 226 102378 Mwingi Central Kisungula Primary 38.08711 -1.05074 11 575 148350 652 168216 19 8607 Mbondoni Mbondoni Primary 37.98564 -0.97859 26 1794 462852 1976 509808 55 24915 Mwingi Mwingi Primary 38.06045 -0.92405 39 3147 811926 3420 882360 87 39411 Waita Waita Primary 38.0961 -0.78119 30 2580 665640 2790 719820 65 29445

Annex 1. Distribution Schedule 115

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mwingi East 107 8407 2169006 9056 2336448 235 106455 Mui Mathuki Primary 38.23711 -1.04222 24 1950 503100 2118 546444 52 23556 Nguni Nguni Primary 38.29859 -0.8037 35 3319 856302 3564 919512 90 40770 Nuu Nuu Primary 38.3591 -1.05805 48 3138 809604 3374 870492 93 42129 Mwingi West /Migwani 90 5672 1463376 6302 1625916 179 81087 Migwani Migwani Aic Primary 38.01337 -1.10851 27 1585 408930 1774 457692 54 24462 Nguutani Nguutani Primary 37.8594 -1.00263 20 1448 373584 1588 409704 41 18573 Nzeluni Nzeluni Primary 38.10034 -1.08025 12 572 147576 656 169248 21 9513 Thitani Thitani Primary 37.92382 -1.04057 20 1286 331788 1426 367908 40 18120 Thokoa Musuani Primary 38.00911 -1.01663 11 781 201498 858 221364 23 10419 Nzambani 46 3340 861720 3462 893196 94 42582 Chuluni Kiini Primary 38.06382 -1.43472 1 57 14706 64 16512 2 906 Nzambani Nzangathi Primary 38.09305 -1.50406 45 3283 847014 3398 876684 92 41676 Tseikuru 51 3791 978078 4148 1070184 110 49830 Masyungwa Mulangoni Primary 38.33969 -0.34229 17 1481 382098 1600 412800 38 17214 Musavani Philip Manandu Primary 38.32653 -0.20547 15 1437 370746 1542 397836 37 16761 Tseikuru Tseikuru Primary 38.21644 -0.30716 19 873 225234 1006 259548 35 15855 388 48279 12455982 50055 12914190 1087 492411 Kinango 153 18675 4818150 19147 4939926 400 181200 Gandini Bofu Primary 39.432632 -3.97865 22 2104 542832 2258 582564 55 24915 Kinango School For The Kinango 39.312775 -4.13178 29 2985 770130 3188 822504 78 35334 Deaf Mazeras Mariakani Primary 39.472714 -3.8677 32 4636 1196088 4407 1137006 85 38505 Ndavaya Ndavaya Primary 39.163149 -4.26176 26 3344 862752 3526 909708 84 38052 Samburu Changoni Primary 44 5606 1446348 5768 1488144 98 44394 Kwale 96 11476 2960808 12048 3108384 280 126840 Mkongani Kizibe Primary 39.30098 -4.25556 32 4556 1175448 4680 1207440 110 49830

Annex 1. Distribution Schedule 116

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Ng'ombeni/Waa Waa Primary 39.60403 -4.16777 21 2969 766002 3116 803928 68 30804 Shimba Hills Makobe Primary 39.39626 -4.34386 12 1010 260580 1094 282252 29 13137 Kwale School For The Tiwi/Tsimba 39.459097 -4.17814 31 2941 758778 3158 814764 73 33069 Deaf Msambweni 139 18128 4677024 18860 4865880 407 184371 Diani Mwanjamba Primary 39.495417 -4.30504 30 3562 918996 3772 973176 88 39864 Kikoneni Kidmu Primary 40 5451 1406358 5590 1442220 102 46206 Lungalunga Perani Primary 39.177868 -4.52356 25 3579 923382 3754 968532 87 39411 Msambweni Ramisi Primary 39.396922 -4.52176 20 2530 652740 2670 688860 58 26274 Mwereni Kilimangodo Primary 39.076299 -4.34917 24 3006 775548 3074 793092 72 32616 275 20545 5300610 22530 5812740 585 265005 Laikipia East 42 3450 890100 3744 965952 94 42582 Daiga Bingwa Prmary 37.125768 0.040181 21 1599 412542 1746 450468 44 19932 North Nturukuma Primary 37.090072 0.048369 10 668 172344 738 190404 21 9513 Nanyuki South Pcea Nanyuki Girls 37.070643 0.023453 11 1183 305214 1260 325080 29 13137 73 5737 1480146 6248 1611984 157 71121 Gituamba Kiambogo Primary 36.287374 0.2713 12 752 194016 836 215688 21 9513 Igwamiti Losogwa Primary 36.31956 0.04267 10 692 178536 762 196596 21 9513 Kinamba Ngelesha Primary 36.286159 0.449885 21 1511 389838 1658 427764 43 19479 Marmanet Oljabetti Primary 36.379956 0.187118 11 1209 311922 1286 331788 31 14043 Nyahururu Nyahururu DEB Primary 36.364381 0.039048 8 818 211044 874 225492 19 8607 Salama Muruku Primary 36.549866 0.097757 11 755 194790 832 214656 22 9966 Laikipia West 82 6496 1675968 7130 1839540 178 80634 Muhotetu Lerematesho Primary 36.356754 0.27578 18 1282 330756 1408 363264 37 16761 Mutara Kiamariga Primary 36.644526 0.046943 12 922 237876 1006 259548 26 11778 Ol-Moran Mithuri Primary 36.427904 0.450755 22 1250 322500 1404 362232 43 19479 Rumuruti Mathanji Primary 36.56374 0.33272 17 1901 490458 2080 536640 43 19479

Annex 1. Distribution Schedule 117

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Sipili Lariak Primary 36.37893 0.404585 13 1141 294378 1232 317856 29 13137 Laikipia North 24 1676 432408 1844 475752 49 22197 Mukogondo West Naiperere Primary 36.956421 0.506233 12 886 228588 970 250260 26 11778 Mukogondo East Kiwanja Ndege Primary 37.142363 0.373024 12 790 203820 874 225492 23 10419 Laikipia Central 54 3186 821988 3564 919512 107 48471 Ngobit Wiyumiririe Primary 36.572234 -0.0729 15 977 252066 1082 279156 29 13137 Sirima Ol Taffeta Primary 36.813844 -0.06861 15 611 157638 716 184728 27 12231 Tigithi Tigithi Primary 36.954546 -0.06231 24 1598 412284 1766 455628 51 23103 102 6594 1701252 7308 1885464 213 96489 Lamu East 39 2667 688086 2940 758520 83 37599 Faza Kizingitni Primary 41.14083 -2.07067 11 1075 277350 1152 297216 27 12231 Kiunga Mkokoni Primary 41.29551 -1.96768 9 305 78690 368 94944 17 7701 Witu Witu Primary 40.43909 -2.38468 19 1287 332046 1420 366360 39 17667 Lamu West 63 3927 1013166 4368 1126944 130 58890 Amu Mokowe Primary 40.84885 -2.23356 13 1039 268062 1130 291540 31 14043 Bara Mkunguni Primary 5 151 38958 186 47988 7 3171 Hongwe Lake Kenyatta Primary 40.694748 -2.38707 29 1641 423378 1844 475752 56 25368 Lokori Bahari Primary 40.725207 -2.42042 12 816 210528 900 232200 27 12231 Kisiwani Kipungani Primary 40.816476 -2.30475 4 280 72240 308 79464 9 4077 844 66613 17186154 71555 18461190 1869 846657 Athi-River 35 3081 794898 3326 858108 87 39411 KMC Primary 36.9898 -1.45569 14 1628 420024 1726 445308 40 18120 Lukenya Muthwani Primary 37.112777 -1.29545 21 1453 374874 1600 412800 47 21291 66 5618 1449444 5880 1517040 149 67497 Kakuyuni Kakuyuni Primary 37.34288 -1.36487 15 1249 322242 1354 349332 34 15402 Kangundo Kangundo DEB Primary 37.34717 -1.29666 30 2798 721884 2808 724464 73 33069

Annex 1. Distribution Schedule 118

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kawethei Kawethei Sa Primary 37.31948 -1.34604 8 616 158928 672 173376 17 7701 Manyatta Manyatta Primary 37.39601 -1.35355 13 955 246390 1046 269868 25 11325 Kathiani 72 7318 1888044 7622 1966476 185 83805 Iveti Kaviani Primary 37.30787 -1.47009 36 3886 1002588 3938 1016004 93 42129 Kathiani Kathiani Primary 37.332923 -1.40936 20 1734 447372 1874 483492 46 20838 Mitaboni Primary 37.25067 -1.37075 16 1698 438084 1810 466980 46 20838 Machakos 132 10417 2687586 11075 2857350 310 140430 Kalama Kalama Primary 37.326 -1.60249 26 1628 420024 1810 466980 51 23103 Kiola Mikono Primary 37.35461 -1.69878 19 933 240714 1066 275028 37 16761 Mumbuni Mumbuni Primary 37.36143 -1.62465 25 2331 601398 2406 620748 63 28539 Mutituni Metuma Primary 37.23044 -1.42111 17 1533 395514 1652 426216 35 15855 Muumandu Muumandu Primary 37.28202 -1.66115 17 985 254130 1104 284832 33 14949 Muvuti St. Mary’s Boys Primary 37.263307 -1.52048 27 2807 724206 2837 731946 71 32163 Machakos TTC Machakos TTC 37.258906 -1.5084743 1 200 51600 200 51600 20 9060 Masinga 133 10527 2715966 11458 2956164 281 127293 Ekalakala Ekalakala Primary 37.48431 -0.96783 21 1669 430602 1816 468528 45 20385 Kangonde Kitangani Primary 37.65639 -1.03799 19 1437 370746 1570 405060 37 16761 Kithyoko Kithyoko Aic Primary 37.83661 -1.04494 22 1424 367392 1578 407124 43 19479 Kivaa Utithini Primary 37.67622 -0.92838 23 1441 371778 1602 413316 43 19479 Masinga Kyeeteni 37.58749 -0.97115 15 1355 349590 1460 376680 34 15402 Muthesya Muthesya Primary 37.37682 -0.98364 12 1294 333852 1378 355524 33 14949 Ndithini Kivutini Primary 37.24799 -1.43533 21 1907 492006 2054 529932 46 20838 Matungulu 80 6886 1776588 7446 1921068 189 85617 Kiboko Kituluni Primary 37.23641 -1.16195 20 1700 438600 1840 474720 47 21291 Kyanzavi Kayata Primary 37.33855 -1.12438 15 1225 316050 1330 343140 34 15402 Matungulu Matungulu DEB Primary 37.33301 -1.23216 19 1691 436278 1824 470592 47 21291

Annex 1. Distribution Schedule 119

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Tala Tala Boys Primary 37.31358 -1.26606 26 2270 585660 2452 632616 61 27633 Mwala 197 12317 3177786 13396 3456168 383 173499 Kathama Kathama DEB Primary 37.38895 -1.20538 9 665 171570 728 187824 17 7701 Kibauni Kiundwani Primary 37.6178 -1.52607 25 1453 374874 1628 420024 50 22650 Masii Township Primary 37.44015 -1.46025 46 2160 557280 2382 614556 83 37599 Mbiuni Mbiuni DEB Primary 37.40631 -1.25047 22 1532 395256 1686 434988 41 18573 Muthetheni Muthetheni Primary 37.52167 -1.49837 29 1873 483234 2076 535608 61 27633 Mwala Mwala DEB Primary 37.448 -1.35041 34 2516 649128 2554 658932 71 32163 Wamunyu Wamunyu Abc Primary 37.56072 -1.40637 20 1208 311664 1348 347784 37 16761 Yathui Ngului Primary 37.56767 -1.45446 12 910 234780 994 256452 23 10419 Yatta 129 10449 2695842 11352 2928816 285 129105 Ikombe Ikombe Primary 37.670059 -1.28968 17 1283 331014 1402 361716 33 14949 Katangi Township Katangi 37.550385 -1.26969 25 1663 429054 1838 474204 49 22197 Primary Kinyaata Ngangani Primary 37.618788 -1.30096 23 2073 534834 2234 576372 60 27180 Kithiimani Kithimani Hgm Primary 37.448691 -1.18686 19 1801 464658 1934 498972 46 20838 Matuu Matuu Primary 37.541909 -1.14396 19 1279 329982 1412 364296 39 17667 Mavoloni Kisiiki Primary 37.440023 -1.08478 14 1156 298248 1254 323532 29 13137 Ndalani Ndalani Primary 37.485778 -1.09477 12 1194 308052 1278 329724 29 13137 884 71692 18496536 77600 20020800 1948 882444 Kathonzweni 94 6710 1731180 7368 1900944 190 86070 Kathonzweni Aic Kathonzweni 37.72839 -1.9104 29 1897 489426 2100 541800 57 25821 Boarding Primary Kithuki Kanzokeani Primary 37.7991 -1.92443 20 1638 422604 1778 458724 41 18573 Kitise Yikitise Primary 37.86892 -2.05289 24 1568 404544 1736 447888 45 20385 Mavindini Mavindini Primary 37.78586 -1.82706 21 1607 414606 1754 452532 47 21291 158 14772 3811176 15878 4096524 391 177123

Annex 1. Distribution Schedule 120

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kambu Molemuni Primary 38.07408 -2.58212 16 1630 420540 1742 449436 41 18573 Kathyaka Kisayani Primary 38.01234 -2.32578 22 2044 527352 2198 567084 53 24009 Kibwezi Kibwezi Township 37.96569 -2.40727 16 2236 576888 2348 605784 56 25368 Maikuu Utithi Primary 37.99958 -2.53606 19 1931 498198 2064 532512 47 21291 Masongaleni Kyumani Primary 38.0943 -2.41645 22 2034 524772 2188 564504 50 22650 Mtito Andei Primary 38.16929 -2.69113 23 1549 399642 1710 441180 49 22197 Ngwata Ngwata Primary 38.05305 -2.52399 19 1755 452790 1888 487104 48 21744 Nthongoni Kithingiisyo 38.05104 -2.70462 21 1593 410994 1740 448920 47 21291 Kilungu 56 5402 1393716 5804 1497432 129 58437 Ilima Kyambeke Primary 37.4191 -1.84641 19 1683 434214 1816 468528 40 18120 Kilungu Inyokoni Primary 37.40369 -1.78314 18 1888 487104 2024 522192 45 20385 Nunguni Nunguni Primary 37.35312 -1.78748 19 1831 472398 1964 506712 44 19932 66 5918 1526844 6280 1620240 156 70668 Kiboko Nthia Primary 37.78316 -2.16661 22 1442 372036 1596 411768 43 19479 Kiundwani Ngwiwa Primary 37.88024 -2.32583 26 2764 713112 2846 734268 70 31710 Makindu Ngukuni Primary 37.82722 -2.26534 18 1712 441696 1838 474204 43 19479 Makueni 98 7502 1935516 8088 2086704 205 92865 Kee Kee Primary 37.34263 -1.72012 23 1455 375390 1516 391128 47 21291 Kilala Kaumoni DEB Primary 37.56906 -1.74949 18 1392 359136 1518 391644 33 14949 Mukuyuni Mukuyuni Primary 37.46143 -1.74288 20 1742 449436 1882 485556 46 20838 Mulaani Kambi Mawe Primary 37.65824 -1.84745 15 1155 297990 1260 325080 30 13590 ACK Wote Township 37.61429 -1.78776 22 1758 453564 1912 493296 49 22197 Mbooni East 109 7077 1825866 7840 2022720 213 96489 Kalawa Kalawa Primary 37.70048 -1.64607 20 1356 349848 1496 385968 41 18573 Katangini Ititu Primary 37.72195 -1.74447 18 1144 295152 1270 327660 35 15855 Kisau Iviani Primary 37.56353 -1.6077 16 1148 296184 1260 325080 31 14043

Annex 1. Distribution Schedule 121

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kiteta Kiteta Primary 37.49112 -1.5344 25 1523 392934 1698 438084 47 21291 Waia Nduluku Primary 37.58685 -1.60242 30 1906 491748 2116 545928 59 26727 Mbooni West 97 8055 2078190 8734 2253372 212 96036 Kalawani Tututha Primary 37.41412 -1.58265 14 1551 400158 1656 427248 36 16308 Kithungo Kithungo Primary 37.50471 -1.66375 15 1173 302634 1278 329724 32 14496 Kitundu Kitundu Primary 37.47017 -1.68495 20 1486 383388 1626 419508 41 18573 Mbooni Mbooni County Primary 37.45163 -1.6617 30 2804 723432 3014 777612 72 32616 Tulimani Kiatineni Primary 37.36061 -1.55179 18 1041 268578 1160 299280 31 14043 Mukaa 86 6712 1731696 7224 1863792 191 86523 Kasikeu Kasikeu Primary 21 1651 425958 1798 463884 48 21744 Kiima Kiu Tangu Primary 37.25618 -1.84154 21 2015 519870 2062 531996 56 25368 Mukaa Enzai Primary 37.31434 -1.84098 25 1807 466206 1992 513936 50 22650 Mumela Kithina Primary 37.38082 -1.90524 19 1239 319662 1372 353976 37 16761 Nzaui 120 9544 2462352 10384 2679072 261 118233 Ithumba Masumba Primary 37.62514 -2.02099 17 1069 275802 1188 306504 34 15402 Kalamba Kalamba Primary 37.51183 -1.86584 18 1654 426732 1780 459240 40 18120 Kyemundu Kithumani Primary 37.46635 -1.92875 17 1197 308826 1316 339528 33 14949 Matiliku Matiliku Township Primary 37.53065 -1.96205 18 1652 426216 1778 458724 44 19932 Mulala Mulala Primary 37.4869 -2.00733 17 1655 426990 1774 457692 44 19932 Mutyambua Mutyambua Primary 37.44744 -1.96922 15 1137 293346 1242 320436 31 14043 Mweini Mweini Primary 37.68401 -2.06115 18 1180 304440 1306 336948 35 15855 187 31469 8119002 32520 8390160 619 280407 Banisa 25 3787 977046 3862 996396 91 41223 Banisa Banisa Boarding 40.3461 3.9457 25 3787 977046 3862 996396 91 41223 Lafey 10 1278 329724 1358 350364 31 14043 Lafey Lafey Boarding 41.18649 3.15096 10 1278 329724 1358 350364 31 14043

Annex 1. Distribution Schedule 122

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mandera Central 41 5813 1499754 5977 1542066 103 46659 El-Wak Elwak Girls 40.9331 2.79693 41 5813 1499754 5977 1542066 103 46659 Mandera East 38 6952 1793616 7228 1864824 164 74292 Arabia Arabia Mixed Boarding 41.50553 3.55905 9 1269 327402 1332 343656 29 13137 Central Mandera Township 41.861850 3.928515 13 3449 889842 3550 915900 80 36240 Fino Fino Primary 41.41511 3.38101 3 345 89010 366 94428 9 4077 Khalalio Khalalio Primary 41.61659 3.96773 13 1889 487362 1980 510840 46 20838 Mandera North 38 4632 1195056 4898 1263684 117 53001 Ashabito Ashabito Boarding 40.87052 3.5524 23 2717 700986 2878 742524 71 32163 Rhamu Arid Zone Rhamu 41.23781 3.94118 15 1915 494070 2020 521160 46 20838 Boarding Mandera West 35 9007 2323806 9197 2372826 113 51189

Takaba Takaba Primary 40.22884 3.39883 35 9007 2323806 9197 2372826 113 51189 167 16143 4164894 17332 4471656 426 192978 Chalbi 17 1357 350106 1476 380808 39 17667 Kalacha Nomadic Girls Maikona 37.4218 3.14044 11 911 235038 988 254904 26 11778 Primary Turbi Nomadic Girls Turbi 38.368874 3.311491 6 446 115068 488 125904 13 5889 Primary Horr North 18 1472 379776 1608 414864 36 16308 Dukana Dukana Girls Primary 37.2731 3.9993 7 429 110682 478 123324 11 4983 Helmer Memorial Girls North Horr 37.05841 3.32117 11 1043 269094 1130 291540 25 11325 Primary 15 1291 333078 1396 360168 37 16761 Kargi Kargi Primary 37.57925 2.51117 6 530 136740 572 147576 15 6795 Titus Ngoyoni Memorial Loiyangalani 9 761 196338 824 212592 22 9966 Primary Marsabit 33 3491 900678 3722 960276 87 39411 Dirri Goro Rukesa Primary 38.05174 2.347583 3 311 80238 332 85656 7 3171

Annex 1. Distribution Schedule 123

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Gadamoji Dirib Gombo Primary 38.04363 2.303657 10 856 220848 926 238908 23 10419 Karare Karare Primary 37.893852 2.21629 9 863 222654 926 238908 22 9966 Marsabit Central Milima Mitatu Comboni 37.980219 2.354382 11 1461 376938 1538 396804 35 15855 Marsabit South 30 2458 634164 2668 688344 71 32163 (Laisamis) Korr Korr Primary 37.50936 2.01996 22 2050 528900 2204 568632 58 26274 Laisamis Lontolio Primary 37.67408 1.606449 8 408 105264 464 119712 13 5889 33 4517 1165386 4758 1227564 112 50736 Butiye Butiye Primary 39.054328 3.515253 21 2581 665898 2728 703824 67 30351 Gurumesa Gurumesa Primary 12 1936 499488 2030 523740 45 20385 Sololo 21 1557 401706 1704 439632 44 19932 Borole Borole Primary 38.6388 3.560333 11 831 214398 908 234264 25 11325 Ramata Sololo Primary 38.639613 3.557625 10 726 187308 796 205368 19 8607 702 82646 21322668 85986 22184388 2144 971232 Buuri 84 4866 1255428 5254 1355532 155 70215 Buuri Kiirua Primary 37.556784 0.117476 46 2241 578178 2328 600624 73 33069 Kibirichia Kibirichia Boarding 37.50988722 0.096068 13 663 171054 754 194532 24 10872 Kisima Subuiga Primary 37.468856 0.144939 10 1035 267030 1140 294120 29 13137 Kirimara/Ontulili Ontulili DEB Primary 37.171876 0.025152 15 927 239166 1032 266256 29 13137 Igembe North 81 20526 5295708 20800 5366400 465 210645 Laare Nkiriana Primary 37.94375111 0.358808 28 6882 1775556 6978 1800324 156 70668 Mutuati Kathanga Primary 38.00445528 0.409187 27 7187 1854246 7276 1877208 159 72027 Ndoleli Athiru Rujine Primary 37.96591222 0.30493 26 6457 1665906 6546 1688868 150 67950 Igembe South 96 18152 4683216 18524 4779192 424 192072 Akachiu Kathambi Primary 37.94732528 0.187637 15 2355 607590 2460 634680 60 27180 Amugeti Amugenti Primary 24 4130 1065540 4298 1108884 99 44847 Kangeta Ntuti Primary 37.87022 0.293149 24 6046 1559868 5914 1525812 132 59796

Annex 1. Distribution Schedule 124

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kiengu Nthambiro Primary 38.02561694 0.250058 17 3019 778902 3138 809604 69 31257 Maua Maua Primary 37.94354528 0.232269 16 2602 671316 2714 700212 64 28992 Imenti North 60 4575 1180350 4688 1209504 148 67044 Miriga Mieru East Kathirune DEB Primary 37.75336667 0.052371 28 2106 543348 2002 516516 62 28086 Meru Municipality Kaaga Primary 37.64693416 0.072959 14 1250 322500 1348 347784 33 14949 Ntima Nthimbiri Primary 37.62507972 0.024174 17 1019 262902 1138 293604 33 14949 Meru TTC Meru TTC 37.64677 0.06620223 1 200 51600 200 51600 20 9060 Imenti South 118 8007 2065806 8586 2215188 232 105096 Igoji Gikurune Primary 37.67848556 -0.17573 46 2774 715692 2856 736848 69 31257 Kionyo/Kanyakine Kithakanaro Primary 37.71007083 -0.1258 19 1317 339786 1450 374100 37 16761 Mitunguu Muungu Primary 37.73720833 -0.09736 11 963 248454 1040 268320 24 10872 Nkubu Kathera Primary 37.5902275 -0.05038 18 1296 334368 1422 366876 37 16761 Igoki/Kithangari Lower Chure Primary 37.66325583 -0.09109 23 1457 375906 1618 417444 45 20385 Igoji TTC Igoji TTC 37.66329 -0.180413 1 200 51600 200 51600 20 9060 Meru Central 84 4537 1170546 5218 1346244 160 72480 Abo Central Kariene Primary 37.661827 -0.03826 26 1445 372810 1720 443760 50 22650 Mck Chaaria Township Abo East 37.76640778 -0.00809 21 897 231426 1030 265740 35 15855 Primary Mck Abothoguchi Abo West 37.58984888 -0.00635 17 1074 277092 1214 313212 39 17667 Boadring Primary Kiagu Makandune Primary 37.81862639 -0.08169 20 1121 289218 1254 323532 36 16308 Tigania East 98 12946 3340068 13422 3462876 330 149490 Karama Angili Primary 37.824355 0.241423 15 2139 551862 2244 578952 52 23556 Kigucwa Kaliene Primary 37.845554 0.146941 13 1631 420798 1722 444276 44 19932 Mikinduri Kiriene Boarding Primary 37.829385 0.110466 17 2273 586434 2382 614556 55 24915 Muthara Luuma Primary 37.776488 0.239972 23 2979 768582 2940 758520 76 34428 Thangatha Giithu Umoja 30 3924 1012392 4134 1066572 103 46659

Annex 1. Distribution Schedule 125

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Tigania West 81 9037 2331546 9494 2449452 230 104190 Akithi Kamarima Primary 37.842 0.13628 29 3547 915126 3750 967500 87 39411 Kianjai Kanjalu Boarding Primary 37.79033 0.15198 25 2311 596238 2486 641388 62 28086 Uringu Mck Kibuline Primary 37.811065 0.063107 27 3179 820182 3258 840564 81 36693 599 72970 18826260 76826 19821108 1800 815400 Awendo 72 8294 2139852 8768 2262144 207 93771 Awendo Awendo Primary 34.53383 -0.86238 20 2278 587724 2388 616104 59 26727 Dede Dede Primary 34.53171 -0.81301 13 1785 460530 1876 484008 41 18573 Mariwa Ulanda Primary 34.58266 -1.00596 12 1038 267804 1122 289476 26 11778 Ranen Kuja Nyokal 34.56857 -0.80774 14 1678 432924 1776 458208 43 19479 Sare Sare Primary 34.53295 -0.90791 13 1515 390870 1606 414348 38 17214 Kuria East 49 8239 2125662 8582 2214156 207 93771 Chinato Nyabikongori Primary -1.254391 13 1745 450210 1836 473688 44 19932 Kegonga Kegonga Primary 34.650367 -1.25507 17 2503 645774 2622 676476 64 28992 Ntimaru Motarakwa Primary 34.687116 -1.33912 19 3991 1029678 4124 1063992 99 44847 Kuria West 90 10826 2793108 11376 2935008 266 120498 Ikerege Ikerege Boarding Primary 34.556617 -1.19353 19 2331 601398 2384 615072 57 25821 Isibania Komosoko Primary 34.444413 -1.20588 15 2001 516258 2106 543348 48 21744 Taranganya Girls Kehancha 34.599025 -1.22932 12 1440 371520 1524 393192 34 15402 Boarding Primary Kokeharaka Nyamotambe Primary 34.585467 -1.2573 11 1443 372294 1520 392160 36 16308 Mabera Mabera Primary 34.44275 -1.16336 11 1353 349074 1430 368940 33 14949 Masaba Bohorera Primary 34.534256 -1.13291 22 2258 582564 2412 622296 58 26274 Migori 120 15229 3929082 15942 4113036 383 173499 Anjego Anjego Primary 34.433501 -1.01328 22 2210 570180 2364 609912 55 24915 Bondo Bondo Nyironge Primary 34.395423 -1.10129 20 2696 695568 2836 731688 65 29445 Giribe Lwala Giribe Primary 34.27762 -1.08878 13 1459 376422 1550 399900 34 15402

Annex 1. Distribution Schedule 126

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 God Jope God Jope Primary 34.536395 -1.04732 27 3501 903258 3590 926220 87 39411 St. Joseph’s Ombo Migori 34.475355 -1.06671 18 3122 805476 3228 832824 76 34428 Primary St. Peter’s Abwao Mukuro 34.365279 -1.03444 19 2041 526578 2174 560892 46 20838 Primary Migori TTC Migori TTC 34.46917239 -1.074453 1 200 51600 200 51600 20 9060 Nyatike 124 15004 3871032 15872 4094976 364 164892 Agenga Ageng’a Primary 34.2313 -0.91634 16 1874 483492 1986 512388 46 20838 Alendo Bondo Kosiemo Primary 34.196151 -0.82248 19 2309 595722 2442 630036 56 25368 Macalder Macalder Primary 34.28535 -0.95317 12 1422 366876 1506 388548 33 14949 Muhuru Obolo Primary 34.13842 -1.02049 11 1981 511098 2058 530964 47 21291 Ndiwa Thim Lich Primary 34.32807 -0.87892 14 1508 389064 1606 414348 40 18120 Olasi Olasi Primary 34.207455 -1.08197 15 1779 458982 1884 486072 44 19932 Ongoche Nyandema Primary 34.24517 -1.00139 9 969 250002 1032 266256 23 10419 Otho Othoch Rakuom Primary 34.174836 -1.00379 10 1238 319404 1308 337464 30 13590 Sori Kirand Girls Primary 34.143737 -0.82698 18 1924 496392 2050 528900 45 20385 Rongo 68 7292 1881336 7768 2004144 175 79275 Cham Gi Wadu Kamgundho Primary 34.61488 -0.94848 18 1600 412800 1726 445308 41 18573 Kuja Kitere Primary 34.60471 -0.82254 14 1678 432924 1776 458208 39 17667 Minyenya Kameji Primary 34.63349 -0.66763 13 1329 342882 1420 366360 34 15402 Nyaburu Opapo Primary 34.54945 -0.69573 14 1330 343140 1428 368424 30 13590 Rongo Kodero Bara Primary 34.61112 -0.76136 9 1355 349590 1418 365844 31 14043 Uriri 76 8086 2086188 8518 2197644 198 89694 Osogo God Sibuoche Primary 34.37304 -0.96183 18 1646 424668 1772 457176 39 17667 Oyani Mukuyu Primary 34.48873 -1.0063 10 1204 310632 1274 328692 30 13590 Piny Owacho Kanyakech Primary 34.48424 -0.96326 10 1134 292572 1204 310632 26 11778 Rapogi Rapogi Girls Primary 34.47134 -0.91031 21 2261 583338 2308 595464 57 25821

Annex 1. Distribution Schedule 127

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Uriri Kolwal Primary 34.50565 -0.97943 17 1841 474978 1960 505680 46 20838 96 12625 3257250 13190 3403020 323 146319 Changamwe 21 3743 965694 3790 977820 87 39411 Chaani Mwijabu Primary 39.61817 -4.03692 10 2044 527352 2014 519612 46 20838 Mikindani Magongo Primary 39.62343 -4.02069 11 1699 438342 1776 458208 41 18573 Kisauni 28 4265 1100370 4454 1149132 122 55266 Bamburi Mwakirunge Primary 39.64983 -3.93418 15 1827 471366 1932 498456 47 21291 Kengeleni Kongowea Primary 39.68639 -4.03683 12 2238 577404 2322 599076 55 24915 - Shanzu TTC Shanzu TTC 39.74225879 1 200 51600 200 51600 20 9060 3.9679904 Likoni 19 2285 589530 2418 623844 54 24462 Likoni School For The Likoni 39.655139 -4.09972 13 1675 432150 1766 455628 39 17667 Blind Mtongwe Mtongwe Primary 39.63886 -4.07838 6 610 157380 652 168216 15 6795 Mvita (Mombasa) 28 2332 601656 2528 652224 60 27180 Majengo Majengo Primary 39.65614 -4.04914 7 761 196338 810 208980 17 7701 Mbaraki Serani Primary 39.67307 -4.06241 4 424 109392 452 116616 9 4077 Tononoka Central Girls Primary 39.66719 -4.04469 8 492 126936 548 141384 15 6795 Ziwani Tudor Special 39.6651596 -4.0345045 9 655 168990 718 185244 19 8607 Murang'a County 502 46530 12004740 49725 12829050 1235 559455 Gatanga 84 7911 2041038 8406 2168748 208 94224 Gatanga Gatunyu Primary 36.986642 -0.95209 24 2168 559344 2236 576888 56 25368 Kariara Gatura Primary 36.857912 -0.85688 21 1661 428538 1808 466464 46 20838 Kihumbuini Gatiiguru Primary 36.950949 -0.91521 14 1218 314244 1316 339528 34 15402 Ithanga Ithanga Primary 37.33777778 -0.99728 10 1278 329724 1348 347784 31 14043 Kakuzi Matunda Primary 37.34375 -1.05192 10 1022 263676 1092 281736 25 11325 Mitubiri Kihunguro Primary 37.12044444 -1.01901 5 564 145512 606 156348 16 7248

Annex 1. Distribution Schedule 128

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kahuro 59 4297 1108626 4710 1215180 119 53907 Mugoiri Kiumu Primary 37.00279611 -0.74525 25 1753 452274 1928 497424 51 23103 Murarandia Kahatia Primary 36.92661528 -0.72872 18 1358 350364 1484 382872 36 16308 Weithaga Koimbi Primary 36.99539306 -0.70614 16 1186 305988 1298 334884 32 14496 Kandara 76 7192 1855536 7724 1992792 184 83352 Gaichanjiru Gaichanjiru Primary 37.049984 -0.8797 10 840 216720 910 234780 20 9060 Githumu Gacharage Primary 36.95957889 -0.85502 20 1778 458724 1918 494844 45 20385 Ithiru Gakarara Primary 36.99320833 -0.89339 15 1323 341334 1428 368424 36 16308 Kagundu Kagundu Primary 37.05054 -0.89329 12 1372 353976 1456 375648 33 14949 Muruka Kiraga Primary 37.036812 -0.90998 19 1879 484782 2012 519096 50 22650 Kangema 43 3095 798510 3377 871266 84 38052 Iyego Kangema Primary 36.98574167 -0.66775 19 1453 374874 1576 406608 38 17214 Kanyenyaini Kanyenyaini Primary 36.90100972 -0.68545 24 1642 423636 1801 464658 46 20838 Kigumo 61 6691 1726278 7018 1810644 169 76557 Kangari Mwarano Primary 36.854859 -0.77651 25 2543 656094 2618 675444 69 31257 Kigumo Kigumo Primary 36.953676 -0.79772 16 1790 461820 1902 490716 43 19479 Muthithi Muthithi Primary 37.097701 -0.84268 20 2358 608364 2498 644484 57 25821 Mathioya 57 4349 1122042 4748 1224984 121 54813 Gitugi Gitugi Primary 37.02144361 -0.64841 16 1414 364812 1526 393708 38 17214 Kamacharia Kihuro Primary 37.00474667 -0.60751 18 980 252840 1106 285348 33 14949 Kiriti Njumbi Primary 36.95085861 -0.63967 9 751 193758 814 210012 19 8607 Kiru Kiriani 36.94729417 -0.59942 14 1204 310632 1302 335916 31 14043 Murang'a East 52 4290 1106820 4654 1200732 111 50283 Gaturi Gaturi Primary 37.10127861 -0.6477 18 1380 356040 1506 388548 35 15855 Gikindu Kambirwa Primary 37.199095 -0.74775 8 516 133128 572 147576 13 5889 Kimathi Kimathi Primary 37.16690444 -0.6628 10 558 143964 628 162024 19 8607

Annex 1. Distribution Schedule 129

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Murang’a Technology Primary 37.15412694 -0.71308 16 1836 473688 1948 502584 44 19932 Municipality Murang'a South 70 8705 2245890 9088 2344704 239 108267 Ichagaki Ichagaki Primary 37.087844 -0.80734 8 968 249744 1024 264192 26 11778 Kamahuha Kaharati Primary 37.148553 -0.8399 16 1796 463368 1908 492264 45 20385 Makuyu Makuyu Primary 37.198013 -0.91022 35 4775 1231950 4920 1269360 125 56625 Nginda Nginda Primary 37.086688 -0.78636 10 966 249228 1036 267288 23 10419 Murang'a TTC Murang’a TTC 37.210299 -0.9020567 1 200 51600 200 51600 20 9060 Nairobi City County 208 33398 8616684 34474 8894292 790 357870 Dagoretti 22 3310 853980 3464 893712 84 38052 Riruta Jamhuri Primary 36.765673 -1.30001 12 1938 500004 2022 521676 49 22197 Waithaka Ndurarua Primary 36.739488 -1.2868 10 1372 353976 1442 372036 35 15855 Embakasi 21 3928 1013424 3954 1020132 87 39411 Kayole Tumaini Primary 36.896926 -1.28158 21 3928 1013424 3954 1020132 87 39411 Kamukunji 17 3219 830502 3338 861204 75 33975 Bahati Nairobi River Primary 36.877291 -1.26734 10 1992 513936 2062 531996 45 20385 Eastleigh St. Teresa’s Boys Primary 36.84686 -1.26532 7 1227 316566 1276 329208 30 13590 Kasarani 26 4021 1037418 4082 1053156 99 44847 Kahawa Kasarani Primary 36.903628 -1.2178 14 2670 688860 2668 688344 65 29445 Ruaraka Muthaiga Primary 36.844955 -1.2556 12 1351 348558 1414 364812 34 15402 Langata 21 3351 864558 3484 898872 71 32163 Karen Ayany Primary 36.775934 -1.31076 14 2130 549540 2228 574824 50 22650 Nairobi West Ngei Primary 36.784993 -1.32092 7 1221 315018 1256 324048 21 9513 Makadara 26 3866 997428 4020 1037160 94 42582 Viwanda St. Anne’s Primary 36.856984 -1.29154 13 1974 509292 2044 527352 50 22650 Buruburu Harambee Primary 36.87534 -1.27937 13 1892 488136 1976 509808 44 19932 Njiru 19 3157 814506 3290 848820 68 30804

Annex 1. Distribution Schedule 130

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Dandora Dandora Primary 36.889209 -1.2562 19 3157 814506 3290 848820 68 30804 Starehe 28 4300 1109400 4396 1134168 108 48924 Central Parklands Primary 36.818123 -1.26735 14 1691 436278 1796 463368 47 21291 Juja Road St. Teresa’s Girls Primary 36.846066 -1.26205 14 2609 673122 2600 670800 61 27633 Westlands 28 4246 1095468 4446 1147068 104 47112 Kilimani Kilimani Primary 36.780421 -1.29318 12 1970 508260 2064 532512 48 21744 Parklands Highrdge Primary 36.780421 -1.29318 16 2276 587208 2382 614556 56 25368 672 90781 23421498 94776 24452208 2255 1021515 Kuresoi 167 19131 4935798 19986 5156388 481 217893 Olenguruone Boarding Amalo 35.685378 -0.58674 40 3972 1024776 4052 1045416 101 45753 Primary Cheptuech Cheptuech Primary 35.637392 -0.59695 17 1323 341334 1428 368424 37 16761 Kamara (Mau Muchoruwe Primary 35.688075 -0.1917 17 2169 559602 2288 590304 54 24462 Summit) Kapsimbeiwo Saptet Primary 35.69898 -0.48233 17 1755 452790 1874 483492 42 19026 Keringet Keringet Boarding 35.68851 -0.42655 20 2698 696084 2838 732204 68 30804 Kuresoi Mwaragania 35.517754 -0.29898 22 2808 724464 2862 738396 62 28086 Langwenda Kimkasa Primary 35.66224 -0.34082 19 2225 574050 2358 608364 63 28539 Temonyetta Temonyetta DEB Primary 35.62272 -0.31268 15 2181 562698 2286 589788 54 24462 Nakuru North 57 8890 2293620 9196 2372568 221 100113 Bahati Kiamaina Primary 36.114605 -0.22708 17 3531 910998 3550 915900 85 38505 Ndundori Lanet Umoja Primary 36.16348 -0.26754 13 1712 441696 1810 466980 45 20385 Solai Osembo Primary 36.104275 -0.15912 27 3647 940926 3836 989688 91 41223 Nakuru 66 11088 2860704 11448 2953584 276 125028 Barut Barut Primary 36.053733 -0.3231 9 793 204594 856 220848 22 9966 Eastern Menengai Primary 15 2825 728850 2870 740460 70 31710 Northern Moi Primary 36.065546 -0.27598 7 1402 361716 1458 376164 36 16308

Annex 1. Distribution Schedule 131

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Southern Kimathi Primary 36.079295 -0.30553 6 1546 398868 1588 409704 36 16308 Western Pangani Station Primary 36.07288 -0.30572 11 2553 658674 2630 678540 57 25821 Lanet Nairobi Road Primary 36.142191 -0.33685 8 125 32250 132 34056 12 5436 Nakuru Central St. Joseph’s Primary 36.069752 -0.29346 10 1844 475752 1914 493812 43 19479 Molo 49 9268 2391144 9518 2455644 218 98754 Elburgon St. Peter’s Girls Boarding 35.80043 -0.29549 32 5822 1502076 5946 1534068 139 62967 Molo Central Michatha Primary 35.713323 -0.29394 17 3446 889068 3572 921576 79 35787 70 10009 2582322 10406 2684748 264 119592 Longonot Ngeya Primary 36.581594 -0.97415 15 1217 313986 1322 341076 39 17667 Maella Mvuke Primary 36.314426 -0.81891 22 4256 1098048 4324 1115592 112 50736 Maraigushu Nyondia Primary 36.47052 -0.70408 18 2045 527610 2164 558312 52 23556 Naivasha Central Naivasha Boarding 36.43507 -0.7043 15 2491 642678 2596 669768 61 27633 Gilgil 67 7587 1957446 8056 2078448 190 86070 Elementaita Muriricua Primary 36.11978 -0.56519 28 3728 961824 3924 1012392 87 39411 Karunga Karunga Primary 36.359176 -0.40768 18 1754 452532 1880 485040 45 20385 Mbaruk Gilgil Garrison 36.31267 -0.48162 21 2105 543090 2252 581016 58 26274 Subukia 43 5449 1405842 5750 1483500 134 60702 Kabazi Kabazi Primary 36.16435 -0.07389 11 1611 415638 1688 435504 40 18120 Mbogoini Mirema Primary 36.220557 0.122718 18 1984 511872 2110 544380 49 22197 Our Lady Of Victory Subukia 36.236402 0.004055 14 1854 478332 1952 503616 45 20385 Primary Rongai 62 6016 1552128 6436 1660488 158 71574 Kampi Ya Moto Kampi Ya Moto Primary 35.940787 -0.12924 25 2077 535866 2238 577404 59 26727 - Ngata Ngata Primary 35.9801602 12 1304 336432 1388 358104 31 14043 0.2590575 Rongai Gogar Primary 35.855629 -0.17193 25 2635 679830 2810 724980 68 30804 Njoro 91 13343 3442494 13980 3606840 313 141789

Annex 1. Distribution Schedule 132

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kihingo Larmudiac Primary 35.976726 -0.44487 20 2666 687828 2806 723948 69 31257 Lare Bagaria Primary 36.039841 -0.48797 17 2853 736074 2972 766776 63 28539 Mau Narok Mau Narok Primary 36.00753 -0.59754 20 3096 798768 3236 834888 73 33069 Mauche Mauche Primary 35.97389 -0.50022 16 1770 456660 1882 485556 39 17667 Njoro Central Njoro DEB Primary 35.948233 -0.33662 18 2958 763164 3084 795672 69 31257 717 58636 15128088 63058 16268964 1638 742014 Nandi East 90 8104 2090832 8734 2253372 203 91959 Chebarus Nandi Hills Primary 20 1800 464400 1940 500520 46 20838 Koilot Koilot Primary 35.312309 0.179028 14 1156 298248 1254 323532 31 14043 Mogobich Khartoum Primary 35.230718 0.120487 17 1727 445566 1846 476268 43 19479 Nandi Hills Nandi Hills Township 35.185318 0.110879 21 1757 453306 1904 491232 44 19932 Ollessos Ollessos Primary 35.283579 0.205384 18 1664 429312 1790 461820 39 17667 Nandi South 150 14058 3626964 15018 3874644 372 168516 Chemase Kapsigilai Primary 35.046914 -0.03433 12 684 176472 768 198144 21 9513 Kaptumo North Aldai Boarding Primary 35.075228 0.083521 22 2084 537672 2238 577404 57 25821 Kaptumo South Ndurio Primary 35.023857 0.025555 22 1362 351396 1516 391128 41 18573 Kemeloi Koibarak Primary 34.877363 0.128268 19 1921 495618 2054 529932 48 21744 Kibwareng Kimaren Primary 34.969077 0.025417 19 2345 605010 2388 616104 56 25368 Maraba Kapkenduiywo 34.91704 -0.0035 18 1584 408672 1710 441180 40 18120 Mugen Serem Primary 34.858125 0.071261 26 3020 779160 3202 826116 82 37146 Terik Gambogi Primary 34.740707 0.002998 12 1058 272964 1142 294636 27 12231 Nandi Central 181 16347 4217526 17314 4467012 445 201585 Chemundu Baraton Primary 35.07442 0.26386 14 1030 265740 1128 291024 27 12231 Chepkumia Chepkumia Primary 34.96479 0.14009 17 2193 565794 2312 596496 57 25821 Kamoiywo Saniak Primary 35.08043 0.33983 19 957 246906 1090 281220 37 16761 Kapkangani Kapkangani Primary 34.97395 0.18643 21 3347 863526 3394 875652 83 37599

Annex 1. Distribution Schedule 133

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kaplamai Kaplamai Primary 35.16698 0.19061 19 1371 353718 1504 388032 35 15855 Kapsabet Boys Primary 35.11302 0.20685 30 3282 846756 3292 849336 82 37146 Kapsisiywa Kapsisiywa Primary 35.06209 0.31356 6 196 50568 238 61404 9 4077 Kaptel Kaptel Primary 35.05542 0.29164 19 1529 394482 1662 428796 41 18573 St Catherine Kilibwoni 35.24724 0.22119 22 1546 398868 1700 438600 45 20385 Kapnyeberei Kosirai Aic Kosirai 35.13626 0.28373 14 896 231168 994 256452 29 13137 Nandi North 185 12704 3277632 13892 3584136 401 181653 Chepterwai Teresia Primary 34.93335 0.50379 26 1650 425700 1832 472656 55 24915 Kabiemit Laboret Primary 35.04681 0.50326 25 2073 534834 2148 554184 56 25368 Kabisaga Eisero Primary 35.12755 0.43904 20 1208 311664 1348 347784 37 16761 Kabiyet Kabiyet Township 35.08503 0.40644 20 1738 448404 1878 484524 46 20838 Kurgung Kurgung Towship 34.98235 0.46026 28 1568 404544 1764 455112 54 24462 Lelmokwo Lelmokwo Primary 35.14938 0.39187 16 770 198660 882 227556 29 13137 Mutwot Mosoriot Primary 35.16732 0.29829 21 1379 355782 1526 393708 43 19479 Sangalo Township Sang'alo 35.04409 0.36531 28 2118 546444 2314 597012 61 27633 Primary Mosoriot TTC Mosoriot TTC 35.1770589 0.320336 1 200 51600 200 51600 20 9060 Tinderet 111 7423 1915134 8100 2089800 217 98301 Kabirer Kabunyeria Primary 35.272465 0.041327 13 941 242778 1032 266256 27 12231 Kapkoros Kapkoros Primary 35.346067 0.039753 14 908 234264 1006 259548 25 11325 Mbogovale Kibugat Primary 35.322484 -0.06007 7 553 142674 602 155316 15 6795 Meteitei Kapsoen Primary 35.385574 0.019182 22 1154 297732 1208 311664 41 18573 Senetwo Senetwo Primary 35.259624 -0.02661 14 1062 273996 1160 299280 30 13590 Soba Soba River Primary 35.248573 -0.07626 8 598 154284 654 168732 15 6795 Songhor Chepsangor Primary 20 1226 316308 1366 352428 37 16761 Tinderet Chepkener 13 981 253098 1072 276576 27 12231

Annex 1. Distribution Schedule 134

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 578 69729 17990082 73094 18858252 1627 737031 Trans Mara East 70 9640 2487120 10030 2587740 243 110079 Abossi Kisiara Primary 35.02656 -0.95176 19 2129 549282 2262 583596 54 24462 Emarti Lelagoin Primary 35.15959 -1.01453 11 1345 347010 1422 366876 32 14496 Emurua Dikirr Emurua Dikirr Primary 35.1031 -1.01411 14 1986 512388 2084 537672 48 21744 Kimintet Murkn Primary 35.05712 -1.05369 26 4180 1078440 4262 1099596 109 49377 Narok North 179 19446 5017068 20692 5338536 488 221064 Enabelbel Enengeetia Primary 35.901922 -0.68791 11 1525 393450 1602 413316 39 17667 Ilmashariani Ilmashariani Primary 35.889277 -1.09219 14 1138 293604 1236 318888 33 14949 Melili Saleita Primary 36.106039 -0.90815 16 1662 428796 1774 457692 37 16761 Mosiro Ntulele Primary 36.087276 -1.0949 21 1941 500778 2088 538704 51 23103 Nairragie Enkare Ilooiboti Primary 36.161838 -1.03937 18 1966 507228 2092 539736 49 22197 Nkoben Nkareta Primary 35.73784 -0.97666 12 1312 338496 1396 360168 35 15855 Olchorro Olchorro Primary 36.00058 -0.82393 22 1930 497940 2084 537672 48 21744 Ole Sankale Ole Sankale Boarding 35.862316 -1.0708 14 1476 380808 1574 406092 37 16761 Ollorropil Empatipat 35.959291 -0.70643 16 2074 535092 2186 563988 49 22197 Olpusimoru Olpusimoru Primary 35.70197 -0.61685 14 2270 585660 2368 610944 37 16761 Suswa Olasiti Primary 36.236198 -1.07858 20 1952 503616 2092 539736 53 24009 Narok TTC Narok TTC 1 200 51600 200 51600 20 9060 Trans Mara West 105 11549 2979642 12184 3143472 289 130917 Enoosaen Enoosaen Primary 34.73255 -1.01776 18 1524 393192 1650 425700 43 19479 Kilgoris Central St. Joseph’s Primary 34.871648 -0.99976 9 1121 289218 1184 305472 27 12231 Lolgorian Kaptembo Primary 28 3858 995364 3954 1020132 98 44394 Nkararo Moita Primary 34.723089 -1.0963 13 1351 348558 1442 372036 35 15855 Oltanki Oltanki Primary 34.88556 -1.00031 20 1938 500004 2078 536124 47 21291 Shartuka Shartuka Primary 34.95005 -0.95989 17 1757 453306 1876 484008 39 17667

Annex 1. Distribution Schedule 135

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Narok South 224 29094 7506252 30188 7788504 607 274971 Ilmotiok Kitoloswoni Primary 35.52881 -0.85527 19 2675 690150 2808 724464 45 20385 Koyiaki Aitong Primary 35.24431 -1.18369 24 3254 839532 3188 822504 62 28086 Lemek Lemek Boarding 35.38668 -1.09303 15 1691 436278 1796 463368 41 18573 Loita Entasikira Primary 35.84788 -1.86085 17 2255 581790 2374 612492 59 26727 Melelo Olpukoti Primary 35.59703 -0.88667 23 2645 682410 2806 723948 51 23103 Mulot Kilusu Primary 35.435818 -0.9405 18 2542 655836 2668 688344 62 28086 Naikarra Sekenani Primary 35.33849 -1.51713 29 3519 907902 3682 949956 70 31710 Naroosura Kuntai Primary 35.85626 -1.5381 26 3312 854496 3394 875652 66 29898 Ole Ntutu Arid Zone Ololulunga 35.665262 -1.00437 29 3549 915642 3652 942216 65 29445 Primary Sagamian Tendwet Primary 35.592272 -0.77435 10 1534 395772 1604 413832 33 14949 Sogoo Sogoo Primary 35.5826 -0.83077 14 2118 546444 2216 571728 53 24009 402 34068 8789544 36783 9490014 890 403170 Borabu 54 4484 1156872 4862 1254396 116 52548 Esise Endemu DOK Primary 34.98758 -0.83162 17 1251 322758 1370 353460 34 15402 Mekenene Borabu Primary 35.04934 -0.69246 16 1368 352944 1480 381840 32 14496 Nyansiongo Riensune DEB Primary 34.995547 -0.76409 21 1865 481170 2012 519096 50 22650 Manga 63 5033 1298514 5474 1412292 132 59796 Kemera Ekerubo DOK Primary 34.84532 -0.65695 16 1374 354492 1486 383388 37 16761 Magambo Kegogi DEB Primary 34.952539 -0.50017 15 1121 289218 1226 316308 27 12231 Manga Nyaisa Boarding Primary 34.846514 -0.60721 14 1224 315792 1322 341076 33 14949 Tombe Tombe Sda Primary 34.87258 -0.65307 18 1314 339012 1440 371520 35 15855 Masaba North 65 5965 1538970 6420 1656360 149 67497 Bocharia Riyabe DEB Primary 34.935422 -0.73361 18 1942 501036 2068 533544 46 20838 Gesima Nyakongo Primary 34.989473 -0.70056 18 1448 373584 1574 406092 35 15855 Girango Kiamogiti DEB Primary 34.881433 -0.71703 17 1297 334626 1416 365328 35 15855

Annex 1. Distribution Schedule 136

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mochenwa Riabore DOK Primary 34.963243 -0.7554 12 1278 329724 1362 351396 33 14949 Nyamira North 120 10234 2640372 11075 2857350 268 121404 Ekerenyo Ikonge Pag Primary 35.026858 -0.5278 22 2024 522192 2178 561924 50 22650 Kiabonyoru Kiabonyoru Sda Primary 34.99306 -0.58108 16 1578 407124 1690 436020 43 19479 Riomego Sda Mixed Magwagwa 35.013944 -0.48896 25 2165 558570 2240 577920 57 25821 Boarding Primary Nyageita Nyanchoka DOK Primary 34.958504 -0.52262 17 1363 351654 1482 382356 36 16308 Nyamusi Egetonto DEB Primary 34.977513 -0.46565 21 1327 342366 1575 406350 39 17667 Nyaramba Nyaramba DOK Primary 34.976307 -0.56151 19 1777 458466 1910 492780 43 19479 Nyamira South 100 8352 2154816 8952 2309616 225 101925 Gesiaga Kianungu Pag Primary 34.902342 -0.63361 13 1119 288702 1210 312180 29 13137 - Kebirigo Moikabondo DEB Primary 34.9512259 23 2013 519354 2074 535092 57 25821 0.6275761 Bobembe Elck Boys Keera 34.908217 -0.5556 14 1006 259548 1104 284832 27 12231 Boarding Primary Nyagachi Motagara DEB Primary 34.993911 -0.66398 14 1048 270384 1146 295668 28 12684 Nyamaiya Bonyaiguba DOK Primary 34.891753 -0.51405 18 1586 409188 1712 441696 42 19026 Nyamira Township Nyamira DEB Primary 34.926601 -0.55584 18 1580 407640 1706 440148 42 19026 342 29528 7618224 31722 8184276 785 355605 Kinangop 45 5531 1426998 5746 1482468 138 62514 Magumu Githinji Primary 36.56200667 -0.85186 18 2330 601140 2456 633648 56 25368 Njabini Njabini Primary 36.65898889 -0.72555 27 3201 825858 3290 848820 82 37146 Kipipiri 63 5383 1388814 5824 1502592 146 66138 Geta Primary 36.58636611 -0.41257 12 1138 293604 1222 315276 29 13137 Miharati Mara Primary 36.48804 -0.39532 30 2330 601140 2540 655320 66 29898 Wanjohi Ngarua Rironi Primary 36.492319 -0.30661 21 1915 494070 2062 531996 51 23103 Mirangine 33 2763 712854 2994 772452 71 32163 Nyakiambi Primary 36.242876 -0.17624 18 1658 427764 1784 460272 41 18573

Annex 1. Distribution Schedule 137

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Tumaini Tumaini Primary 36.288569 -0.25829 15 1105 285090 1210 312180 30 13590 Nyandarua Central 44 3140 810120 3448 889584 88 39864 St. Peter’s Huruma 36.378839 -0.27128 30 2146 553668 2356 607848 63 28539 Primary Rurii/Kaimbaga Kamande Primary 36.382489 -0.33285 14 994 256452 1092 281736 25 11325 Nyandarua North 69 4469 1153002 4952 1277616 139 62967 Ndaragwa East Ndaragwa Primary 36.52881639 -0.05526 19 1081 278898 1214 313212 37 16761 Ndaragwa West Kimaru Primary 36.40273722 0.032576 25 1731 446598 1906 491748 51 23103 Shamata Simbara Primary 36.47554083 -0.13647 25 1657 427506 1832 472656 51 23103 Nyandarua South 45 4437 1144746 4752 1226016 106 48018 Engineer Mwiteithia Primary 36.58243667 -0.60778 19 2045 527610 2178 561924 48 21744 Murungaru Murungaru Primary 36.49122972 -0.58453 9 693 178794 756 195048 19 8607 Ndunyu Njeru Ndunyu Njeru Primary 36.56181028 -0.54647 17 1699 438342 1818 469044 39 17667 Nyandarua West 43 3805 981690 4006 1033548 97 43941 Gathanji Mwenja Primary 36.3291522 -0.03832 16 1438 371004 1550 399900 38 17214 Nyandarua Boarding Ol Joro Orok 36.356294 0.042298 27 2367 610686 2456 633648 59 26727 Primary 387 24768 6390144 27370 7061460 788 356964 Kieni East 52 3618 933444 3982 1027356 106 48018 Gakawa Katheri Primary 37.080229 -0.03385 13 953 245874 1044 269352 27 12231 Kabaru Kabaru Primary 37.15556 -0.2774 15 1051 271158 1156 298248 29 13137 Narumoru Narumoru Township 37.020692 -0.16932 24 1614 416412 1782 459756 50 22650 Kieni West 52 3626 935508 3990 1029420 101 45753 Endarasha Primary Endarasha 36.79407528 -0.30788 13 921 237618 1012 261096 26 11778 School Gataragwa Kiahuko Primary 36.8323375 -0.19498 13 925 238650 1016 262128 25 11325 Mugunda Mugunda Primary 36.701465 -0.16323 12 744 191952 828 213624 23 10419 Mweiga Mweiga Primary 36.89990306 -0.32762 14 1036 267288 1134 292572 27 12231

Annex 1. Distribution Schedule 138

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mathira East 41 2885 744330 3172 818376 90 40770 Mathira Central Karatina DEB Primary 37.127698 -0.48249 22 1568 404544 1722 444276 49 22197 Mathira East Karatina Special Primary 37.133333 -0.47479 19 1317 339786 1450 374100 41 18573 Mathira West 35 2047 528126 2292 591336 67 30351 Mathira North Kianjau Primary 37.095795 -0.38135 19 1169 301602 1302 335916 35 15855 Mathira West Ngandu Girls Primary 37.09209 -0.45696 16 878 226524 990 255420 32 14496 Mukurwe-Ini 65 3853 994074 4208 1085664 125 56625 Gikondi Gikondi Primary 37.029462 -0.5773 18 890 229620 1016 262128 33 14949 Mukuruweini North Gathitu Primary 37.059947 -0.56378 21 1281 330498 1428 368424 41 18573 Mukurweini South Ititu Primary 37.107196 -0.58745 26 1682 433956 1764 455112 51 23103 Nyeri Central 42 3218 830244 3512 906096 95 43035 Municipality North Moi Nyeri Complex 36.953409 -0.40894 20 1962 506196 2102 542316 54 24462 Municipality South Kamuyu Primary 36.919516 -0.4226 22 1256 324048 1410 363780 41 18573 Nyeri South 55 3189 822762 3574 922092 102 46206 Chinga Karuthi Primary 36.892871 -0.52927 16 1002 258516 1114 287412 31 14043 Iria Ini Iria Ini Primary 36.904072 -0.54053 11 789 203562 866 223428 21 9513 Karima Karima Primary 36.978933 -0.52167 13 729 188082 820 211560 23 10419 Mahiga Mahiga Primary 36.926523 -0.5117 15 669 172602 774 199692 27 12231 Tetu 45 2332 601656 2640 681120 102 46206 Aguthi Gathungo Primary 37.03630917 -0.51221 16 716 184728 828 213624 29 13137 Tetu North Tetu Girls Primary 36.911271 -0.43699 13 591 152478 682 175956 24 10872 Thegenge Ihithe Primary 36.86596861 -0.47971 15 825 212850 930 239940 29 13137 Kamwenja TTC Kamwenja TTC 36.916637 -0.399024 1 200 51600 200 51600 20 9060 141 15193 3919794 16019 4132902 363 164439 Samburu North 33 3501 903258 3671 947118 81 36693 Baragoi Primary 36.791484 1.785361 20 2114 545412 2193 565794 46 20838

Annex 1. Distribution Schedule 139

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 South Horr Primary 36.9148 2.09914 13 1387 357846 1478 381324 35 15855 Samburu Central 72 8620 2223960 9024 2328192 201 91053 Barsaloi Arid Zone Barsaloi 36.870853 1.334721 8 794 204852 850 219300 19 8607 Primary Kisima Lewa Downs Primary 37.423076 0.1797184 17 2069 533802 2188 564504 45 20385 Loosuk Loosuk Primary 36.590263 1.023707 9 1005 259290 1068 275544 23 10419 Maralal Primary 36.705875 1.09644 17 2745 708210 2764 713112 63 28539 Poro Morijo Primary 36.629997 1.330885 11 925 238650 1002 258516 23 10419 Suguta Suguta Marmar Primary 36.690968 0.825659 10 1082 279156 1152 297216 28 12684 Samburu East 36 3072 792576 3324 857592 81 36693 Nairimirimo Nairimirimo Primary 36.974541 1.243904 14 938 242004 1036 267288 27 12231 Sere-Olipi Sere-Olipi Primary 37.600594 1.12901 3 213 54954 234 60372 5 2265 Wamba Wamba Ccm Primary 37.319902 0.982329 9 1057 272706 1120 288960 26 11778 Waso Waso Primary 37.669945 0.643889 10 864 222912 934 240972 23 10419 623 67249 17350242 71156 18358248 1714 776442 Bondo 131 11938 3080004 12848 3314784 325 147225 Aila Barchando Primary 34.329625 -0.06981 17 1359 350622 1478 381324 39 17667 Amoyo Gombe Primary 34.229236 -0.1667 21 1853 478074 2000 516000 51 23103 Bar Kowino Bondo Township 34.27232 -0.09399 17 1765 455370 1884 486072 43 19479 Maranda Kapiyo 34.17699 -0.09067 16 1040 268320 1152 297216 29 13137 Nango Nyangoma Girls Primary 34.19643 -0.15281 22 1842 475236 1996 514968 47 21291 Nyamonye Got Matar Primary 34.174626 -0.0446 19 1801 464658 1934 498972 44 19932 Usenge Jusa Primary 34.081851 -0.02551 18 2078 536124 2204 568632 52 23556 - Bondo TTC Bondo TTC 34.257438 1 200 51600 200 51600 20 9060 0.09294419 Ugunja 67 6705 1729890 6974 1799292 172 77916 Ambira Ambira Primary 34.270241 0.179939 23 2379 613782 2440 629520 62 28086

Annex 1. Distribution Schedule 140

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Sigomre Got Osimbo Primary 34.33012 0.19012 25 2473 638034 2548 657384 62 28086 Sikalame Murumba Yiro Primary 34.396162 0.150225 19 1853 478074 1986 512388 48 21744 Siaya 132 16040 4138320 16864 4350912 398 180294 Awelo Karapul Primary 34.30535 0.05728 16 2928 755424 3040 784320 68 30804 Bar Ogongo Bar Olengo Primary 34.210816 0.017153 21 2067 533286 2214 571212 49 22197 Dibuoro Dibuoro Primary 34.096407 0.112318 18 2150 554700 2276 587208 55 24915 Kirindo Ngiya Girls Primary 34.372592 0.044555 20 2484 640872 2524 651192 66 29898 Kowet Mbaga Girls Primary 34.27729 0.082 16 1874 483492 1986 512388 46 20838 Mwer Hawinga Primary 34.15212 0.08142 18 2054 529932 2180 562440 49 22197 Ulongi Boro Primary 34.239038 0.08732 23 2483 640614 2644 682152 65 29445 Gem 114 13220 3410760 13918 3590844 324 146772 Bar Kalare Bar Kalare Primary 34.526098 0.029987 17 2041 526578 2160 557280 52 23556 Kambare Aluor Girls Primary 34.46443 -0.00606 23 2639 680862 2800 722400 64 28992 Komuok Apuoyo Primary 34.387365 -0.00867 15 1429 368682 1534 395772 36 16308 Malanga Maliera Primary 34.459602 0.109057 17 1957 504906 2076 535608 49 22197 Nyawara Yala Township 34.53703 0.09732 29 3893 1004394 3996 1030968 93 42129 Sirembe Sirembe Primary 34.39692 0.096512 13 1261 325338 1352 348816 30 13590 Ugenya 84 10061 2595738 10602 2735316 261 118233 Bar Ndege Inungo Primary 34.334954 0.311014 15 2243 578694 2308 595464 50 22650 St. Patrick’s Ukwala Gaula 34.18586 0.194298 15 1511 389838 1616 416928 38 17214 Primary Jera Jera Primary 34.2605 0.28897 19 2217 571986 2350 606300 53 24009 Nyaharwa Siginga Primary 34.119218 0.148936 18 2030 523740 2156 556248 49 22197 Sega Kagonya Primary 34.186793 0.269257 16 1860 479880 1972 508776 51 23103 Ugenya TTC Ugenya TTC 1 200 51600 200 51600 20 9060 Rarieda 95 9285 2395530 9950 2567100 234 106002 Mahaya Nyagoko Primary 34.30401 -0.17263 22 2026 522708 2180 562440 51 23103

Annex 1. Distribution Schedule 141

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Manyuanda Nyakongo Primary 34.27897 -0.27598 18 1788 461304 1914 493812 47 21291 Ndigwa Lweya Primary 34.337002 -0.30319 20 1818 469044 1958 505164 47 21291 Nyariera Majango Primary 34.37541 -0.12567 17 1795 463110 1914 493812 45 20385 Nyilima Raliew Primary 34.386566 -0.17825 18 1858 479364 1984 511872 44 19932 Owimbi Madiany Primary 34.320018 -0.2814 23 2493 643194 2654 684732 62 28086 Taita Taveta County 249 15787 4073046 17030 4393740 537 243261 Mwatate 57 4351 1122558 4550 1173900 122 55266 Bura Msorongo Primary 38.21787 -3.42476 23 2163 558054 2224 573792 54 24462 Chawia Kidaya Primary 38.33564 -3.43523 21 1691 436278 1738 448404 45 20385 Rong'e Rong’e Kati Primary 38.4232 -3.37122 13 497 128226 588 151704 23 10419 Taveta 83 4493 1159194 4874 1257492 185 83805 Chala Mahandakini Primary 37.72876 -3.24391 38 2414 622812 2680 691440 100 45300 Kimorigo Eldoro Primary 37.69268 -3.47849 45 2079 536382 2194 566052 85 38505 61 4185 1079730 4512 1164096 137 62061 Kasigau Marungu Primary 38.72293 -3.62656 18 1540 397320 1666 429828 43 19479 Mbololo Kirindinyi Primary 38.4626 -3.36292 21 899 231942 1046 269868 39 17667 Voi Sagalla Primary 38.59314 -3.49329 22 1746 450468 1800 464400 55 24915 (Taita) 48 2758 711564 3094 798252 93 42129 Mbale Maynard Primary 38.37821 -3.38113 15 709 182922 814 210012 28 12684 Mwanda Mwakishimba Primary 38.31799 -3.35391 17 1131 291798 1250 322500 36 16308 Wumingu Mghambonyi Primary 38.36539 -3.34665 16 918 236844 1030 265740 29 13137 157 15547 4011126 16346 4217268 412 186636 Bura (Tana North) 46 4362 1125396 4484 1156872 121 54813 Bura Huruma Primary 39.84252 -1.19103 41 3941 1016778 4028 1039224 109 49377 Madogo Mororo Primary 39.605926 -0.47175 5 421 108618 456 117648 12 5436 Tana Delta 62 6260 1615080 6594 1701252 164 74292

Annex 1. Distribution Schedule 142

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Tana Delta Coast Kipini Primary 40.528441 -2.5213 11 1387 357846 1464 377712 34 15402 Tana Delta Central Garsen Primary 40.108563 -2.26538 26 2444 630552 2526 651708 69 31257 Tana Delta North Bubesa Primary 40.1584 -2.03992 10 714 184212 784 202272 19 8607 Tana Delta South Tarasaa Primary 40.17096 -2.43784 15 1715 442470 1820 469560 42 19026 Tana River 49 4925 1270650 5268 1359144 127 57531 Galole Central Laza Primary 40.032956 -1.49296 18 1972 508776 2098 541284 51 23103 Galole North Hakoka Primary 14 1080 278640 1178 303924 27 12231 Galole South Masalani Primary 40.12071 -1.69295 17 1873 483234 1992 513936 49 22197 Tharaka-Nithi County 407 25291 6525078 27830 7180140 812 367836 Maara 108 6298 1624884 6954 1794132 215 97395 Chogoria/Murugi Kairuni Primary 37.639148 -0.22665 23 1483 382614 1544 398352 45 20385 Ganga Kirumi Primary 37.704071 -0.24046 18 952 245616 1078 278124 35 15855 Kiera Maguma Primary 37.739211 -0.22779 23 1723 444534 1884 486072 51 23103 Mitheru Magundu Primary 37.682221 -0.30308 20 894 230652 1034 266772 37 16761 Muthambi Muthambi Primary 37.662217 -0.27326 24 1246 321468 1414 364812 47 21291 Meru South 143 8251 2128758 9052 2335416 274 124122 Kajuki Mutino Kajiampau Primary 37.852062 -0.31376 28 1966 507228 2162 557796 55 24915 Kamwimbi Kabururu Primary 37.773423 -0.40762 14 744 191952 842 217236 25 11325 Kiang'ondu/Karingani Chuka Township Primary 37.64217 -0.32995 25 1563 403254 1738 448404 49 22197 Magumoni Magumoni Primary 37.622104 -0.36822 24 1344 346752 1412 364296 45 20385 Kianjeru Boarding Mugwe/Kithangani 37.612595 -0.33823 37 1969 508002 2128 549024 73 33069 Primary Mwonge/Rubate Rubate Primary 37.680561 -0.39416 15 665 171570 770 198660 27 12231 Tharaka North 60 4610 1189380 5020 1295160 138 62514 Gatunga Karethani Primary 38.01524611 -0.11923 20 1548 399384 1688 435504 44 19932 Kanjoro Kaara Gankuru Primary 38.04618694 -0.06198 15 1327 342366 1422 366876 39 17667 Maragwa Iruma Primary 38.13206194 -0.24017 12 572 147576 656 169248 23 10419

Annex 1. Distribution Schedule 143

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Mukothima Mukothima Primary 37.94281056 0.013625 13 1163 300054 1254 323532 32 14496 Tharaka South 96 6132 1582056 6804 1755432 185 83805 Chiakariga Nkarin Primary 37.87659556 -0.24441 16 1192 307536 1304 336432 34 15402 Kamanyaki Gakuyu Primary 37.97743889 -0.23112 10 438 113004 508 131064 17 7701 Marimanti Marimanti Primary 37.96884917 -0.15099 12 738 190404 822 212076 21 9513 Matakiri Kiorima Boarding Primary 37.98510028 -0.06886 7 265 68370 314 81012 11 4983 Nkondi Turima Tweru Primary 37.94089917 -0.00433 12 618 159444 702 181116 21 9513 Ntugi Rukenya Primary 37.91435306 -0.21673 12 708 182664 792 204336 23 10419 Tunyai Kibuka Primary 37.81924944 -0.15611 11 889 229362 966 249228 24 10872 Turima Turima Primary 37.92577944 -0.10742 16 1284 331272 1396 360168 34 15402 Trans Nzoia County 321 54285 14005530 56419 14556102 1283 581199 Kwanza 114 19472 5023776 20157 5200506 422 191166 Bidii Section Six Primary 35.009213 1.033692 6 890 229620 932 240456 24 10872 Chepchoina Lelkina Primary 34.958765 1.14765 20 3034 782772 3174 818892 58 26274 Endebess Endebess Centre Primary 34.824534 1.072904 19 3179 820182 3212 828696 82 37146 Kaisagat Umoja Primary 35.072401 1.09667 20 3310 853980 3450 890100 82 37146 Kapomboi Kapomboi Primary 34.903813 1.162213 29 4903 1264974 5093 1313994 86 38958 Kwanza Kwanza Primary 35.000482 1.167153 20 4156 1072248 4296 1108368 90 40770 Trans Nzoia West 114 20446 5275068 21344 5506752 509 230577 Bondeni Kaloleni Primary 34.987526 1.032951 9 919 237102 1082 279156 23 10419 Central Lumuli Primary 35.0389 0.990911 10 2206 569148 2376 613008 54 24462 Gk Remand Prisons Grassland 34.997038 1.025025 6 664 171312 182148 6342 Primary 706 14 Kiminini Kiminini Primary 34.92694 0.89143 16 3026 780708 3138 809604 79 35787 Kinyoro Kinyoro Primary 34.87025 0.992578 15 2867 739686 2972 766776 68 30804 Milimani Milimani Primary 35.01353 1.008166 5 497 128226 532 137256 13 5889 Saboti Saboti Primary 34.837997 0.938814 18 4022 1037676 4148 1070184 98 44394

Annex 1. Distribution Schedule 144

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Sikhendu Sikhendu Primary 34.867046 0.840193 18 3562 918996 3688 951504 89 40317 Waitaluk Waitaluk Primary 35.043681 0.932425 17 2683 692214 2702 697116 71 32163 Trans Nzoia East 93 14367 3706686 14918 3848844 352 159456 Chepsiro Tuigon Primary 35.278271 0.942807 18 2628 678024 2754 710532 61 27633 Kachibora Noigam Primary 35.21882 0.978 18 2700 696600 2826 729108 65 29445 Kipsaina Chebarus Primary 35.100074 1.054135 15 2817 726786 2922 753876 72 32616 Makutano Kapsara Primary 35.154992 1.095814 16 2598 670284 2710 699180 64 28992 Ng'onyek Kaplamai Primary 35.120767 0.983214 26 3624 934992 3706 956148 90 40770 362 67137 17321346 115988 29924904 1351 612003 Kibish 11 2041 526578 2118 546444 51 23103 Kibish Loitanit 35.423132 4.521008 11 2041 526578 2118 546444 51 23103 Loima 56 9932 2562456 57124 14737992 241 109173 Lorugum Lorugum Primary 35.2664 2.896538 28 4920 1269360 52016 13420128 119 53907 Turkwel Nadapal Mixed 35.507928 3.07838 28 5012 1293096 5108 1317864 122 55266 Turkana Central 72 14566 3758028 14914 3847812 333 150849 Kalokol Kalokol Girls 35.85581 3.53381 28 4796 1237368 4883 1259814 118 53454 Kanamkemer Kanamkemer 35.602813 3.106783 10 2350 606300 2420 624360 50 22650 Kawalase Kawalase 35.61393 3.12827 16 3142 810636 3254 839532 80 36240 Kerio Kerio Primary 36.053446 3.002604 18 4278 1103724 4357 1124106 85 38505 Turkana East 34 4664 1203312 4731 1220598 72 32616 Kangitit Lokori Primary 36.02733 1.94793 34 4664 1203312 4731 1220598 72 32616 Turkana North 40 7398 1908684 7578 1955124 170 77010 Kaaling' Kaaling Primary 35.551618 4.376238 9 1997 515226 2060 531480 45 20385 Lake Kataboi Primary 35.831 3.75228 18 3084 795672 3110 802380 72 32616 Lapur Lokitaung Primary 35.73552 4.27888 13 2317 597786 2408 621264 53 24009 Turkana South 81 15005 3871290 15335 3956430 331 149943

Annex 1. Distribution Schedule 145

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kainuk Kainuk Mixed Primary 35.50514 1.77846 20 3220 830760 3300 851400 75 33975 Katilu Mixed Boarding Katilu 35.42669 2.274592 25 6749 1741242 1773234 60249 Primary 6873 133 Lokichar Lokichar Primary 35.649984 2.390299 36 5036 1299288 5162 1331796 123 55719 Turkana West 68 13531 3490998 14188 3660504 153 69309 Lokichogio Mixed 34.343729 4.209437 15 2569 662802 2674 689892 59 26727 Pelekech Kakuma Girls Primary 34.86266 3.71383 53 10962 2828196 11514 2970612 94 42582 450 38873 10029234 40566 10466028 1050 475650 East 151 9282 2394756 9762 2518596 279 126387 Ainabkoi Arnesens Primary 35.42902 0.222928 42 1598 412284 1666 429828 54 24462 Moi University Chepkoilel Chepkoilel 4 482 124356 131580 5889 Primary 510 13 Karona Karona Primary 8 612 157896 668 172344 17 7701 Kapsoya Kapsoya Primary 5 705 181890 740 190920 18 8154 Kaptagat Naiberi Primary 35.388378 0.470012 22 1656 427248 1710 441180 54 24462 Meibeki Meibeki Primary 35.419026 0.855745 13 1025 264450 1056 272448 28 12684 Moiben Toloita Primary 35.335115 0.774199 33 1590 410220 1630 420540 48 21744 Sergoit Lelit Primary 35.337915 0.589882 24 1614 416412 1782 459756 47 21291 Wareng 129 11594 2991252 12094 3120252 313 141789 Cheptiret Mogundoi Primary 35.344007 0.384074 21 628 162024 698 180084 19 8607 Kapseret Kapsaret Primary 35.192109 0.4531 35 2576 664608 2614 674412 74 33522 Kesses Murgor Primary 35.329141 0.297984 16 3743 965694 3820 985560 99 44847 Pioneer Racecourse Primary 35.26741 0.474803 12 1686 434988 1770 456660 41 18573 Timboroa Nabkoi Boys Boarding 35.46299 0.13942 25 1110 286380 1208 311664 32 14496 Tulwet Tulwet Primary 35.345355 0.2505 20 1851 477558 1984 511872 48 21744 Eldoret West 170 17997 4643226 18710 4827180 458 207474 Kapyemit Uasin Gishu Primary 35.264771 0.520574 3 601 155058 652 168216 15 6795

Annex 1. Distribution Schedule 146

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Kibulgeny St. Patrick’s Primary 35.25711 0.528303 10 1560 402480 1630 420540 40 18120 Kiplombe Kiplombe Primary 35.259614 0.592204 17 1741 449178 1860 479880 43 19479 Koisagat Lemoru Primary 35.320469 0.840545 12 1116 287928 1200 309600 28 12684 Moi's Bridge Moi’s Bridge Primary 35.128434 0.87906 19 2087 538446 2120 546960 51 23103 Sirikwa Sirikwa Primary 35.28282 0.852079 23 2502 645516 2656 685248 65 29445 Soy Soy Primary 35.173703 0.677377 33 3043 785094 3074 793092 87 39411 Sugoi Kapkong Primary 35.120305 0.617922 24 2334 602172 2402 619716 55 24915 Turbo St. Columbians Primary 35.052149 0.636925 29 3013 777354 3116 803928 74 33522 377 46844 12085752 48716 12568728 1190 539070 Hamisi 109 13344 3442752 13990 3609420 348 157644 Banja Banja Primary 34.82682 0.04137 17 1957 504906 2076 535608 47 21291 Gisambai Gisambai Primary 34.74768 0.05844 17 2035 525030 2154 555732 54 24462 Jepkoyai Givole Primary 34.73371 0.041123 13 1545 398610 1636 422088 36 16308 Shamakhokho Senende Primary 34.818927 0.084368 18 2548 657384 2664 687312 62 28086 Shaviringa Jeptulu Primary 34.862071 0.131139 23 3253 839274 3314 855012 79 35787 Tambua Gamalenga Primary 34.73704 0.004555 20 1806 465948 1946 502068 50 22650 Kaimosi TTC Kaimosi TTC 34.848579 0.1284563 1 200 51600 200 51600 20 9060 Vihiga 69 6880 1775040 7320 1888560 182 82446 Lugaga Mukuli Primary 34.717558 0.08207 12 639 164862 688 177504 15 6795 Vihiga Central Vihiga Primary 34.708685 0.038665 15 1521 392418 1630 420540 40 18120 Vihiga North Vihiga Primary 34.708685 0.038665 7 1119 288702 1210 312180 28 12684 Vihiga South Muhanda Primary 34.676312 0.065123 17 1789 461562 1898 489684 50 22650 Vihiga West Isaku ADC Primary 18 1812 467496 1894 488652 49 22197 Sabatia 102 11195 2888310 11602 2993316 278 125934 Chavakali North Igunga Primary 34.719022 0.11342 27 3131 807798 3220 830760 77 34881 Chavakali South Hamadira Primary 34.69377 0.09267 20 1904 491232 2044 527352 47 21291

Annex 1. Distribution Schedule 147

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Sabatia East Chamakanga Primary 34.795733 0.14852 19 2116 545928 2156 556248 53 24009 Sabatia North Mudete Primary 34.762578 0.118385 36 4044 1043352 4182 1078956 101 45753 Emuhaya 97 15425 3979650 15804 4077432 382 173046 Emuhaya East Esirabe Primary 34.641928 0.07029 24 2720 701760 2798 721884 65 29445 Emuhaya North Ebusiratsi Cog Primary 34.634336 0.080443 27 4077 1051866 4156 1072248 103 46659 Emuhaya West Ebututi Primary 5 863 222654 898 231684 20 9060 Luanda South Ebusakami Primary 34.598531 0.017743 22 3864 996912 3918 1010844 96 43488 Luanda West Emusire Primary 34.608241 0.084324 19 3901 1006458 4034 1040772 98 44394 202 23642 6099636 24856 6412848 603 273159 Buna 21 2187 564246 2264 584112 54 24462 Buna Buna Primary 39.49998 2.79551 21 2187 564246 2264 584112 54 24462 Eldas 16 2156 556248 2268 585144 55 24915 Anole Anole Primary 39.72969 2.50172 4 428 110424 456 117648 10 4530 Eldas Eldas Primary 39.56655 2.48831 12 1728 445824 1812 467496 45 20385 Habaswein 35 3393 875394 3628 936024 87 39411 Sabuli Sabuli Primary 40.1085789 0.350025 16 1644 424152 1756 453048 42 19026 Habaswein Central Habaswein Primary 39.49358 1.01306 19 1749 451242 1872 482976 45 20385 Tarbaj 23 2243 578694 2394 617652 51 23103 Tarbaj Kutulo Girls Primary 40.59605 2.41061 23 2243 578694 2394 617652 51 23103 Wajir East 33 6007 1549806 6238 1609404 148 67044 Barwaq Barwaq Primary 40.03383 1.74443 2 368 94944 382 98556 8 3624 Hodhan Hotahn Primary 40.0555 1.73918 8 1436 370488 1492 384936 35 15855 Jogbaru Jogbaru Primary 40.03844 1.74743 10 2282 588756 2352 606816 56 25368 Wajir East Riba Primary 40.62623 1.88021 6 898 231684 940 242520 22 9966 Wajir-Bor Wajir Bor Primary 40.53388 1.74468 7 1023 263934 1072 276576 27 12231 Wajir North 21 1729 446082 1876 484008 48 21744

Annex 1. Distribution Schedule 148

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Bute Bute Primary 39.4207 3.3717 9 781 201498 844 217752 21 9513 Gurar Gurar Primary 39.56667 3.36734 12 948 244584 1032 266256 27 12231 Wajir South 22 1774 457692 1928 497424 50 22650 Diff Diff Primary 40.96149 0.99472 13 1007 259806 1098 283284 28 12684 Kulaley Kualaley Primary 40.12496 1.61439 9 767 197886 830 214140 22 9966 Wajir West 31 4153 1071474 4260 1099080 110 49830 Griftu Hon. Khalif Girls Primary 39.75218 2.00455 19 2493 643194 2526 651708 66 29898 Hadado Hadado Primary 39.42878 1.53256 12 1660 428280 1734 447372 44 19932 472 53403 13777974 55891 14419878 1240 561720 Pokot West 140 17192 4435536 17962 4634196 385 174405 Chemwochoi Chepkechir Primary 35.12508 1.36958 6 770 198660 812 209496 20 9060 Chepkobech Chepkobech Primary 35.227859 1.456212 16 1744 449952 1856 478848 45 20385 Kanyarkwat Pser Primary 35.02451 1.23675 11 1103 284574 1180 304440 26 11778 Kipkomo Propoi Primary 35.22342 1.29909 21 2357 608106 2494 643452 51 23103 Kishaunet Kishaunet Primary 35.07268 1.25501 9 851 219558 914 235812 22 9966 Mnagei Makutano Primary 35.09023 1.25712 9 1445 372810 1508 389064 32 14496 Riwo Kongelai Primary 35.00474 1.47314 15 1393 359394 1498 386484 33 14949 Siyoi Siyoi Primary 35.14518 1.2442 20 2740 706920 2880 743040 65 29445 Sook Chepnyal Girls Primary 35.288267 1.607715 33 4789 1235562 4820 1243560 91 41223 Pokot Central 143 14388 3712104 15447 3985326 374 169422 Batei Ortum Girls Boarding 35.354506 1.438259 40 2630 678540 3010 776580 80 36240 Cheptulel Chesegon Primary 35.61481 1.29158 15 2043 527094 2138 551604 46 20838 Lomut Lomut Primary 35.5671 1.40412 24 2900 748200 3050 786900 68 30804 Marich Marich Primary 35.450134 1.539248 21 2549 657642 2686 692988 62 28086 Muino Tamkal Primary 35.470946 1.373532 19 2147 553926 2273 586434 57 25821 Sigor Sigor Mixed Primary 35.469408 1.484557 24 2119 546702 2290 590820 61 27633

Annex 1. Distribution Schedule 149

County/Sub-County/Zone Zonal Delivery Point Schools5 PBks_B16 PBWt_B1(gms)7 PBks_B28 PBWt_B2(gms) TGs_B19 TGWt_B1(gms)10 Chesta TTC Chesta TTC 35.533095 1.411345 1 200 51600 200 51600 20 9060 Pokot North 116 14039 3622062 14390 3712620 297 134541 Alale Alale Primary 35.00392 2.27969 6 1530 394740 1572 405576 32 14496 Kacheliba Kacheliba Primary 35.0074 1.48403 46 5359 1382622 5490 1416420 83 37599 Kasei Kamketo Primary 35.15499 1.92633 31 3039 784062 3080 794640 81 36693 Trans - Kanyangareng Kituti Barding Primary 35.03295 2.26039 33 4111 1060638 4248 1095984 101 45753 Pokot South 73 7784 2008272 8092 2087736 184 83352 Chebon Tapach Primary 35.41691 1.2652 34 3998 1031484 4030 1039740 91 41223 Lelan Kaptabuk Primary 35.361011 1.197453 20 1831 472398 1978 510324 42 19026 Kabichbich Kabichbich Primary 35.288664 1.199644 19 1955 504390 2084 537672 51 23103 Ministry Headquarters 1 5000 1290000 4000 1032000 2200 996600 TOTAL 22572 2,451,000 632,358,000 2,629,000 678,282,000 65,000 29,445,000

Annex 1. Distribution Schedule 150

Number of Books to be distributed per Sub-County in each of the Counties

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Baringo County 602 35528 9166224 39341 10149978 1250 566250 76119 East Pokot 49 3011 776838 3403 877974 99 44847 6513 Baringo North 147 7308 1885464 8276 2135208 294 133182 15878 Baringo Central 123 5861 1512138 6658 1717764 267 120951 12786 Mogotio 102 5446 1405068 5980 1542840 198 89694 11624 Koibatek 91 6879 1774782 7397 1908426 189 85617 14465 Marigat 90 7023 1811934 7627 1967766 203 91959 14853 Bomet County 611 54735 14121630 57863 14928654 1458 660474 114056 Sotik 170 13798 3559884 14786 3814788 378 171234 28962 Chepalungu 167 13791 3558078 14407 3717006 369 167157 28567 Bomet 169 15651 4037958 16634 4291572 415 187995 32700 Konoin 105 11495 2965710 12036 3105288 296 134088 23827 Bungoma County 679 118052 30457416 122126 31508508 2890 1309170 243068 Bungoma East 110 18036 4653288 18711 4827438 454 205662 37201 Bumula 51 9462 2441196 9828 2535624 235 106455 19525 Bungoma West 81 12075 3115350 12606 3252348 301 136353 24982 Kimilili 46 9790 2525820 10145 2617410 226 102378 20161 Mt Elgon 58 7924 2044392 8234 2124372 191 86523 16349 Cheptais 94 14554 3754932 15159 3911022 359 162627 30072 Bungoma Central 68 11270 2907660 11649 3005442 277 125481 23196 Bungoma South 86 18052 4657416 18507 4774806 444 201132 37003 Bungoma North 85 16889 4357362 17287 4460046 403 182559 34579 Busia County 422 68898 17775684 71369 18413202 1702 771006 141969 Teso North 89 8571 2211318 9197 2372826 220 99660 17988

Annex 1. Distribution Schedule 151

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Teso South 75 13859 3575622 14186 3659988 332 150396 28377 Busia 69 13355 3445590 13741 3545178 336 152208 27432 Nambale 28 4432 1143456 4629 1194282 107 48471 9168 Bunyala 39 6867 1771686 7142 1842636 171 77463 14180 Butula 59 12283 3169014 12599 3250542 297 134541 25179 Samia 63 9531 2458998 9875 2547750 239 108267 19645 Elgeyo Marakwet County 364 28511 7355838 30978 7992324 809 366477 60298 Marakwet West 101 8479 2187582 9193 2371794 226 102378 17898 Keiyo 70 5045 1301610 5532 1427256 158 71574 10735 Keiyo South 120 8254 2129532 9003 2322774 244 110532 17501 Marakwet East 73 6733 1737114 7250 1870500 181 81993 14164 Embu County 457 25428 6560424 27941 7208778 774 350622 54143 Embu East 69 4645 1198410 5132 1324056 145 65685 9922 Embu North 32 2483 640614 2703 697374 84 38052 5270 Embu West 135 3655 942990 3902 1006716 96 43488 7653 Mbeere North 84 5784 1492272 6377 1645266 172 77916 12333 Mbeere South 137 8861 2286138 9827 2535366 277 125481 18965 Garissa County 183 19820 5113560 20647 5326926 545 246885 41012 Balambala 27 2979 768582 3059 789222 80 36240 6118 Dadaab 20 2620 675960 2762 712596 66 29898 5448 Fafi 25 2513 648354 2589 667962 63 28539 5165 Garissa 30 4337 1118946 4544 1172352 121 54813 9002 Hulugho 17 1583 408414 1652 426216 48 21744 3283 Ijara 39 3131 807798 3206 827148 93 42129 6430 Lagdera 25 2657 685506 2835 731430 74 33522 5566 Homa Bay County 860 78623 20284734 84438 21785004 2042 925026 165103

Annex 1. Distribution Schedule 152

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Homa Bay 173 16454 4245132 17567 4532286 436 197508 34457 Rachuonyo South 173 17091 4409478 18311 4724238 428 193884 35830 Rachuonyo North 166 13508 3485064 14679 3787182 353 159909 28540 Suba 92 8184 2111472 8832 2278656 209 94677 17225 Ndhiwa 151 16385 4227330 17308 4465464 406 183918 34099 Mbita 105 7001 1806258 7741 1997178 210 95130 14952 Isiolo County 106 9056 2336448 9784 2524272 266 120498 19106 Garbatula 36 2652 684216 2907 750006 82 37146 5641 Isiolo 44 4670 1204860 4971 1282518 129 58437 9770 Merti 26 1734 447372 1906 491748 55 24915 3695 Kajiado County 369 30143 7776894 32086 8278188 827 374631 63056 Loitokitok 82 9984 2575872 10358 2672364 248 112344 20590 Kajiado Central 103 7983 2059614 8504 2194032 207 93771 16694 Kajiado North 80 7140 1842120 7700 1986600 188 85164 15028 Isinya 28 1416 365328 1572 405576 51 23103 3039 Mashuuru 76 3620 933960 3952 1019616 133 60249 7705 Kakamega County 1893 328356 84715848 338780 87405240 7994 3621282 675130 Butere 80 11722 3024276 11982 3091356 284 128652 23988 Kakamega North 1160 200075 51619350 206669 53320602 4874 2207922 411618 Kakamega East 104 14899 3843942 15492 3996936 361 163533 30752 Likuyani 62 10350 2670300 10613 2738154 244 110532 21207 Navakholo 38 12919 3333102 13146 3391668 304 137712 26369 Khwisero 61 8653 2232474 9080 2342640 207 93771 17940 Mumias 95 19411 5008038 19876 5128008 463 209739 39750 Kakamega South 82 11701 3018858 12168 3139344 311 140883 24180 Lugari 55 9043 2333094 9328 2406624 223 101019 18594

Annex 1. Distribution Schedule 153

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Kakamega Central 52 10315 2661270 10756 2775048 259 117327 21330 Matete 41 5525 1425450 5712 1473696 128 57984 11365 Matungu 63 13743 3545694 13958 3601164 336 152208 28037 Kericho County 490 49229 12701082 52072 13434576 1237 560361 102538 Kericho 105 9936 2563488 10664 2751312 262 118686 20862 Belgut 122 13312 3434496 14076 3631608 325 147225 27713 Bureti 109 11009 2840322 11472 2959776 275 124575 22756 Londiani 78 7516 1939128 8062 2079996 189 85617 15767 Kipkelion 76 7456 1923648 7798 2011884 186 84258 15440 Kiambu County 448 44571 11499318 47706 12308148 1173 531369 93450 Gatundu North 54 4204 1084632 4592 1184736 117 53001 8913 Gatundu South 55 4383 1130814 4768 1230144 122 55266 9273 Githunguri 52 4964 1280712 5338 1377204 128 57984 10430 Kiambu 44 6354 1639332 6662 1718796 152 68856 13168 Kikuyu 55 4954 1278132 5332 1375656 143 64779 10429 Lari 62 5440 1403520 5874 1515492 141 63873 11455 Limuru 38 5012 1293096 5278 1361724 121 54813 10411 Ruiru 30 3138 809604 3348 863784 78 35334 6564 Thika East 15 1421 366618 1512 390096 51 23103 2984 Thika West 43 4701 1212858 5002 1290516 120 54360 9823 Kilifi County 521 69129 17835282 71156 18358248 1647 746091 141932 Bahari (Kilifi) 136 20482 5284356 20713 5343954 460 208380 41655 Ganze 123 11807 3046206 12347 3185526 296 134088 24450 Kaloleni 66 10296 2656368 10658 2749764 249 112797 21203 Magarini 99 12899 3327942 13370 3449460 320 144960 26589 Malindi 57 7987 2060646 8356 2155848 200 90600 16543

Annex 1. Distribution Schedule 154

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Rabai 40 5658 1459764 5712 1473696 122 55266 11492 Kirinyaga County 193 18823 4856334 20174 5204892 488 221064 39485 Kirinyaga Central 36 3026 780708 3278 845724 78 35334 6382 Kirinyaga East 45 4377 1129266 4692 1210536 114 51642 9183 Kirinyaga West 43 3899 1005942 4200 1083600 102 46206 8201 Mwea East 38 4092 1055736 4358 1124364 107 48471 8557 Mwea West 31 3429 884682 3646 940668 87 39411 7162 Kisii County 656 70473 18182034 74286 19165788 1769 801357 146528 Gucha 41 4787 1235046 5074 1309092 118 53454 9979 Gucha South 103 10787 2783046 11518 2971644 261 118233 22566 Kenyenya 67 9111 2350638 9462 2441196 242 109626 18815 Kisii Central 119 11571 2985318 12204 3148632 288 130464 24063 Kisii South 57 6633 1711314 7042 1816836 162 73386 13837 Marani 62 6446 1663068 6780 1749240 162 73386 13388 Masaba South 82 7010 1808580 7584 1956672 180 81540 14774 Nyamache 86 10283 2653014 10604 2735832 257 116421 21144 Sameta 39 3845 992010 4018 1036644 99 44847 7962 Kisumu County 600 63387 16353846 67190 17335020 1596 722988 132173 Nyando 98 10516 2713128 11102 2864316 263 119139 21881 Seme 104 9122 2353476 9860 2543880 238 107814 19220 Nyakach 141 11443 2952294 12330 3181140 304 137712 24077 Kisumu Central 29 7851 2025558 7954 2052132 172 77916 15977 Muhoroni 110 10744 2771952 11414 2944812 278 125934 22436 Kisumu West 72 7327 1890366 7824 2018592 183 82899 15334 Kisumu East 46 6384 1647072 6706 1730148 158 71574 13248 Kitui County 1304 92973 23987034 100342 25888236 2756 1248468 196071

Annex 1. Distribution Schedule 155

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Ikutha 119 8492 2190936 9066 2339028 259 117327 17817 Katulani 58 3402 877716 3508 905064 103 46659 7013 Kisasi 43 3903 1006974 4204 1084632 102 46206 8209 Kitui Central 72 5967 1539486 6378 1645524 178 80634 12523 Kitui West 74 4918 1268844 5436 1402488 146 66138 10500 Kyuso 95 6089 1570962 6754 1742532 204 92412 13047 Lower Yatta 79 5061 1305738 5514 1422612 154 69762 10729 Matinyani 45 2963 764454 3278 845724 88 39864 6329 Mumoni 115 7050 1818900 7648 1973184 227 102831 14925 Mutito 102 8366 2158428 8880 2291040 233 105549 17479 Mutomo 102 7456 1923648 7870 2030460 218 98754 15544 Mwingi Central 106 8096 2088768 8838 2280204 226 102378 17160 Mwingi East 107 8407 2169006 9056 2336448 235 106455 17698 Mwingi West /Migwani 90 5672 1463376 6302 1625916 179 81087 12153 Nzambani 46 3340 861720 3462 893196 94 42582 6896 Tseikuru 51 3791 978078 4148 1070184 110 49830 8049 Kwale County 388 48279 12455982 50055 12914190 1087 492411 99421 Kinango 153 18675 4818150 19147 4939926 400 181200 38222 Kwale 96 11476 2960808 12048 3108384 280 126840 23804 Msambweni 139 18128 4677024 18860 4865880 407 184371 37395 Laikipia County 275 20545 5300610 22530 5812740 585 265005 43660 Laikipia East 42 3450 890100 3744 965952 94 42582 7288 Nyahururu 73 5737 1480146 6248 1611984 157 71121 12142 Laikipia West 82 6496 1675968 7130 1839540 178 80634 13804 Laikipia North 24 1676 432408 1844 475752 49 22197 3569 Laikipia Central 54 3186 821988 3564 919512 107 48471 6857

Annex 1. Distribution Schedule 156

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Lamu County 102 6594 1701252 7308 1885464 213 96489 14115 Lamu East 39 2667 688086 2940 758520 83 37599 5690 Lamu West 63 3927 1013166 4368 1126944 130 58890 8425 Machakos County 844 66613 17186154 71555 18461190 1869 846657 140037 Athi-River 35 3081 794898 3326 858108 87 39411 6494 Kangundo 66 5618 1449444 5880 1517040 149 67497 11647 Kathiani 72 7318 1888044 7622 1966476 185 83805 15125 Machakos 132 10417 2687586 11075 2857350 310 140430 21802 Masinga 133 10527 2715966 11458 2956164 281 127293 22266 Matungulu 80 6886 1776588 7446 1921068 189 85617 14521 Mwala 197 12317 3177786 13396 3456168 383 173499 26096 Yatta 129 10449 2695842 11352 2928816 285 129105 22086 Makueni County 884 71692 18496536 77600 20020800 1948 882444 151240 Kathonzweni 94 6710 1731180 7368 1900944 190 86070 14268 Kibwezi 158 14772 3811176 15878 4096524 391 177123 31041 Kilungu 56 5402 1393716 5804 1497432 129 58437 11335 Makindu 66 5918 1526844 6280 1620240 156 70668 12354 Makueni 98 7502 1935516 8088 2086704 205 92865 15795 Mbooni East 109 7077 1825866 7840 2022720 213 96489 15130 Mbooni West 97 8055 2078190 8734 2253372 212 96036 17001 Mukaa 86 6712 1731696 7224 1863792 191 86523 14127 Nzaui 120 9544 2462352 10384 2679072 261 118233 20189 Mandera County 187 31469 8119002 32520 8390160 619 280407 64608 Banisa 25 3787 977046 3862 996396 91 41223 7740 Lafey 10 1278 329724 1358 350364 31 14043 2667 Mandera Central 41 5813 1499754 5977 1542066 103 46659 11893

Annex 1. Distribution Schedule 157

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Mandera East 38 6952 1793616 7228 1864824 164 74292 14344 Mandera North 38 4632 1195056 4898 1263684 117 53001 9647 Mandera West 35 9007 2323806 9197 2372826 113 51189 18317 Marsabit County 167 16143 4164894 17332 4471656 426 192978 33901 Chalbi 17 1357 350106 1476 380808 39 17667 2872 Horr North 18 1472 379776 1608 414864 36 16308 3116 Loiyangalani 15 1291 333078 1396 360168 37 16761 2724 Marsabit 33 3491 900678 3722 960276 87 39411 7300 Marsabit South 30 2458 634164 2668 688344 71 32163 5197 (Laisamis) Moyale 33 4517 1165386 4758 1227564 112 50736 9387 Sololo 21 1557 401706 1704 439632 44 19932 3305 Meru County 702 82646 21322668 85986 22184388 2144 971232 170776 Buuri 84 4866 1255428 5254 1355532 155 70215 10275 Igembe North 81 20526 5295708 20800 5366400 465 210645 41791 Igembe South 96 18152 4683216 18524 4779192 424 192072 37100 Imenti North 60 4575 1180350 4688 1209504 148 67044 9411 Imenti South 118 8007 2065806 8586 2215188 232 105096 16825 Meru Central 84 4537 1170546 5218 1346244 160 72480 9915 Tigania East 98 12946 3340068 13422 3462876 330 149490 26698 Tigania West 81 9037 2331546 9494 2449452 230 104190 18761 Migori County 599 72970 18826260 76826 19821108 1800 815400 151596 Awendo 72 8294 2139852 8768 2262144 207 93771 17269 Kuria East 49 8239 2125662 8582 2214156 207 93771 17028 Kuria West 90 10826 2793108 11376 2935008 266 120498 22468 Migori 120 15229 3929082 15942 4113036 383 173499 31554 Nyatike 124 15004 3871032 15872 4094976 364 164892 31240

Annex 1. Distribution Schedule 158

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Rongo 68 7292 1881336 7768 2004144 175 79275 15235 Uriri 76 8086 2086188 8518 2197644 198 89694 16802 Mombasa County 96 12625 3257250 13190 3403020 323 146319 26138 Changamwe 21 3743 965694 3790 977820 87 39411 7620 Kisauni 28 4265 1100370 4454 1149132 122 55266 8841 Likoni 19 2285 589530 2418 623844 54 24462 4757 Mvita (Mombasa) 28 2332 601656 2528 652224 60 27180 4920 Murang'a County 502 46530 12004740 49725 12829050 1235 559455 97490 Gatanga 84 7911 2041038 8406 2168748 208 94224 16525 Kahuro 59 4297 1108626 4710 1215180 119 53907 9126 Kandara 76 7192 1855536 7724 1992792 184 83352 15100 Kangema 43 3095 798510 3377 871266 84 38052 6556 Kigumo 61 6691 1726278 7018 1810644 169 76557 13878 Mathioya 57 4349 1122042 4748 1224984 121 54813 9218 Murang'a East 52 4290 1106820 4654 1200732 111 50283 9055 Murang'a South 70 8705 2245890 9088 2344704 239 108267 18032 Nairobi City County 208 33398 8616684 34474 8894292 790 357870 68662 Dagoretti 22 3310 853980 3464 893712 84 38052 6858 Embakasi 21 3928 1013424 3954 1020132 87 39411 7969 Kamukunji 17 3219 830502 3338 861204 75 33975 6632 Kasarani 26 4021 1037418 4082 1053156 99 44847 8202 Langata 21 3351 864558 3484 898872 71 32163 6906 Makadara 26 3866 997428 4020 1037160 94 42582 7980 Njiru 19 3157 814506 3290 848820 68 30804 6515 Starehe 28 4300 1109400 4396 1134168 108 48924 8804 Westlands 28 4246 1095468 4446 1147068 104 47112 8796

Annex 1. Distribution Schedule 159

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Nakuru County 672 90781 23421498 94776 24452208 2255 1021515 187812 Kuresoi 167 19131 4935798 19986 5156388 481 217893 39598 Nakuru North 57 8890 2293620 9196 2372568 221 100113 18307 Nakuru 66 11088 2860704 11448 2953584 276 125028 22812 Molo 49 9268 2391144 9518 2455644 218 98754 19004 Naivasha 70 10009 2582322 10406 2684748 264 119592 20679 Gilgil 67 7587 1957446 8056 2078448 190 86070 15833 Subukia 43 5449 1405842 5750 1483500 134 60702 11333 Rongai 62 6016 1552128 6436 1660488 158 71574 12610 Njoro 91 13343 3442494 13980 3606840 313 141789 27636 Nandi County 717 58636 15128088 63058 16268964 1638 742014 123332 Nandi East 90 8104 2090832 8734 2253372 203 91959 17041 Nandi South 150 14058 3626964 15018 3874644 372 168516 29448 Nandi Central 181 16347 4217526 17314 4467012 445 201585 34106 Nandi North 185 12704 3277632 13892 3584136 401 181653 26997 Tinderet 111 7423 1915134 8100 2089800 217 98301 15740 Narok County 578 69729 17990082 73094 18858252 1627 737031 144450 Trans Mara East 70 9640 2487120 10030 2587740 243 110079 19913 Narok North 179 19446 5017068 20692 5338536 488 221064 40626 Trans Mara West 105 11549 2979642 12184 3143472 289 130917 24022 Narok South 224 29094 7506252 30188 7788504 607 274971 59889 Nyamira County 402 34068 8789544 36783 9490014 890 403170 71741 Borabu 54 4484 1156872 4862 1254396 116 52548 9462 Manga 63 5033 1298514 5474 1412292 132 59796 10639 Masaba North 65 5965 1538970 6420 1656360 149 67497 12534 Nyamira North 120 10234 2640372 11075 2857350 268 121404 21577

Annex 1. Distribution Schedule 160

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Nyamira South 100 8352 2154816 8952 2309616 225 101925 17529 Nyandarua County 342 29528 7618224 31722 8184276 785 355605 62035 Kinangop 45 5531 1426998 5746 1482468 138 62514 11415 Kipipiri 63 5383 1388814 5824 1502592 146 66138 11353 Mirangine 33 2763 712854 2994 772452 71 32163 5828 Nyandarua Central 44 3140 810120 3448 889584 88 39864 6676 Nyandarua North 69 4469 1153002 4952 1277616 139 62967 9560 Nyandarua South 45 4437 1144746 4752 1226016 106 48018 9295 Nyandarua West 43 3805 981690 4006 1033548 97 43941 7908 Nyeri County 387 24768 6390144 27370 7061460 788 356964 52926 Kieni East 52 3618 933444 3982 1027356 106 48018 7706 Kieni West 52 3626 935508 3990 1029420 101 45753 7717 Mathira East 41 2885 744330 3172 818376 90 40770 6147 Mathira West 35 2047 528126 2292 591336 67 30351 4406 Mukurwe-Ini 65 3853 994074 4208 1085664 125 56625 8186 Nyeri Central 42 3218 830244 3512 906096 95 43035 6825 Nyeri South 55 3189 822762 3574 922092 102 46206 6865 Tetu 45 2332 601656 2640 681120 102 46206 5074 Samburu County 141 15193 3919794 16019 4132902 363 164439 31575 Samburu North 33 3501 903258 3671 947118 81 36693 7253 Samburu Central 72 8620 2223960 9024 2328192 201 91053 17845 Samburu East 36 3072 792576 3324 857592 81 36693 6477 Siaya County 623 67249 17350242 71156 18358248 1714 776442 140119 Bondo 131 11938 3080004 12848 3314784 325 147225 25111 Ugunja 67 6705 1729890 6974 1799292 172 77916 13851 Siaya 132 16040 4138320 16864 4350912 398 180294 33302

Annex 1. Distribution Schedule 161

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Gem 114 13220 3410760 13918 3590844 324 146772 27462 Ugenya 84 10061 2595738 10602 2735316 261 118233 20924 Rarieda 95 9285 2395530 9950 2567100 234 106002 19469 Taita Taveta County 249 15787 4073046 17030 4393740 537 243261 33354 Mwatate 57 4351 1122558 4550 1173900 122 55266 9023 Taveta 83 4493 1159194 4874 1257492 185 83805 9552 Voi 61 4185 1079730 4512 1164096 137 62061 8834 Wundanyi (Taita) 48 2758 711564 3094 798252 93 42129 5945 Tana River County 157 15547 4011126 16346 4217268 412 186636 32305 Bura (Tana North) 46 4362 1125396 4484 1156872 121 54813 8967 Tana Delta 62 6260 1615080 6594 1701252 164 74292 13018 Tana River 49 4925 1270650 5268 1359144 127 57531 10320 Tharaka-Nithi County 407 25291 6525078 27830 7180140 812 367836 53933 Maara 108 6298 1624884 6954 1794132 215 97395 13467 Meru South 143 8251 2128758 9052 2335416 274 124122 17577 Tharaka North 60 4610 1189380 5020 1295160 138 62514 9768 Tharaka South 96 6132 1582056 6804 1755432 185 83805 13121 Trans Nzoia County 321 54285 14005530 56419 14556102 1283 581199 111987 Kwanza 114 19472 5023776 20157 5200506 422 191166 40051 Trans Nzoia West 114 20446 5275068 21344 5506752 509 230577 42299 Trans Nzoia East 93 14367 3706686 14918 3848844 352 159456 29637 Turkana County 362 67137 17321346 115988 29924904 1351 612003 184476 Kibish 11 2041 526578 2118 546444 51 23103 4210 Loima 56 9932 2562456 57124 14737992 241 109173 67297 Turkana Central 72 14566 3758028 14914 3847812 333 150849 29813 Turkana East 34 4664 1203312 4731 1220598 72 32616 9467

Annex 1. Distribution Schedule 162

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Turkana North 40 7398 1908684 7578 1955124 170 77010 15146 Turkana South 81 15005 3871290 15335 3956430 331 149943 30671 Turkana West 68 13531 3490998 14188 3660504 153 69309 27872 Uasin Gishu County 450 38873 10029234 40566 10466028 1050 475650 80489 Eldoret East 151 9282 2394756 9762 2518596 279 126387 19323 Wareng 129 11594 2991252 12094 3120252 313 141789 24001 Eldoret West 170 17997 4643226 18710 4827180 458 207474 37165 Vihiga County 377 46844 12085752 48716 12568728 1190 539070 96750 Hamisi 109 13344 3442752 13990 3609420 348 157644 27682 Vihiga 69 6880 1775040 7320 1888560 182 82446 14382 Sabatia 102 11195 2888310 11602 2993316 278 125934 23075 Emuhaya 97 15425 3979650 15804 4077432 382 173046 31611 Wajir County 202 23642 6099636 24856 6412848 603 273159 49101 Buna 21 2187 564246 2264 584112 54 24462 4505 Eldas 16 2156 556248 2268 585144 55 24915 4479 Habaswein 35 3393 875394 3628 936024 87 39411 7108 Tarbaj 23 2243 578694 2394 617652 51 23103 4688 Wajir East 33 6007 1549806 6238 1609404 148 67044 12393 Wajir North 21 1729 446082 1876 484008 48 21744 3653 Wajir South 22 1774 457692 1928 497424 50 22650 3752 Wajir West 31 4153 1071474 4260 1099080 110 49830 8523 West Pokot County 472 53403 13777974 55891 14419878 1240 561720 110534 Pokot West 140 17192 4435536 17962 4634196 385 174405 35539 Pokot Central 143 14388 3712104 15447 3985326 374 169422 30209 Pokot North 116 14039 3622062 14390 3712620 297 134541 28726 Pokot South 73 7784 2008272 8092 2087736 184 83352 16060

Annex 1. Distribution Schedule 163

County/Sub-County Schools Pupils Bks (Batch 1) PBWeight_B1(gms) Pupils Bks (Batch 2) PBWeight_B2(gms) TGs (Batch 1) TGWeight_B1(gms) Total Books Ministry Headquarters 1 5000 1290000 4000 1032000 2200 996600 11200 TOTAL 22572 2,451,000 632,358,000 2,629,000 678,282,000 65,000 29,445,000 5,145,000

Annex 2. Map of Counties and Zonal Delivery Points

Annex 2: Map of Zonal Delivery Points and Counties

Annex 2. Map of Counties and Zonal Delivery Points 165

Annex 2. Map of Counties and Zonal Delivery Points 166