ministry of tourism and wildlife state department …...ministry of tourism and wildlife state...

77
MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT OF TOURISM TENDER NO. MOT/01/2018 - 2019 (1d) TENDER DOCUMENT FOR PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY (HVAC INSTALLATION WORKS)

Upload: others

Post on 11-Oct-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

MINISTRY OF TOURISM AND

WILDLIFE STATE DEPARTMENT OF

TOURISM

TENDER NO. MOT/01/2018 - 2019

(1d)

TENDER DOCUMENT

FOR

PROPOSED REGENERATION OF

MAMA

NGINA DRIVE WATERFRONT AND

CULTURAL DISTRICT IN MOMBASA

COUNTY

(HVAC INSTALLATION WORKS)

Page 2: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1

SECTION I INVITATION FOR TENDERS

MINISTRY OF TOURISM & WILDLIFE

STATE DEPARTMENT OF TOURISM

TENDER INVITATION NOTICE

The Government of Kenya Through the Ministry Of Tourism & Wildlife, State Department of

Tourism intends to undertake construction works to the PROPOSED MAMA NGINA DRIVE

WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY and invites tenders from

contractors who carry out the following works: -

NOTENDER NO. DESCRIPTION CATEGORYTENDERBID BONDCLOSING

FEE DATE

1a MOT/01/2018-2019

Proposed Regeneration

Waterfront and Cultural

District in Mombasa

County– Main Works

1b MOT/01/2018-2019

Proposed Regeneration

District in Mombasa

County - Plumbing,

Drainage and Fire

Fighting & Protection

Equipment

1c MOT/01/2018-2019

Proposed Regeneration

Waterfront and Cultural

District in Mombasa

County – Electrical

Installation Works

1d MOT/01/2018-2019

Proposed Regeneration

District in Mombasa County – HVAC Installation Works

Interested Contractors who are registered in relevant trades and categories, (proof of

registration required) may obtain Tender Documents from The Supply Chain Office,6th Floor

Room 631, Ministry of Tourism and Wildlife, (State Department of Tourism), Utalii House in

person, upon payment of a non-refundable fee of Kshs. 1000/- in cash office on 15th floor,

NSSF Building Block A. before 4.00pm on normal working days or in banker’s cheque payable

to The Principal Secretary, State Department of Tourism, Nairobi. Or downloaded from State

Department of Tourism website www.tourism.go.ke and Treasury portal

Page 3: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

2

www.supplier.treasury.go.ke . Those who download should send their details to

[email protected] for registration.

There will be a mandatory pre-tender site visit on 27th November 2018 on the site in

Mombasa. Bidders will assemble at the parking lot of the Galaxy Chinese Restaurant (next to

Florida Club) along Mama Ngina Drive, Mombasa at 10.00 am.

Interested bidders should note that only those meeting the criteria indicated below as a

minimum, supported by relevant documents at submission will be considered for further

evaluation.

1. Proof of works of similar magnitude and complexity undertaken in the last five years.

2. The Bid Bond must be in form of Bank Guarantee from a reputable bank or approved

insurance company.

3. Adequate equipment and key personnel for the specified types of works.

4. Sound financial standing and /or adequate access to bank credit line equal to at least

10% of their Tender Sum.

5. Litigation History of the Company (both court and arbitration cases).

6. Confidential Business Questionnaire.

7. Tax Compliance Certificate.

8. An undertaking in the form of a letter signed by the bidder stating that the firm will comply

with the statutory requirements on Gender, Youth and Persons with Disabilities.

Further, tenders from the following tenders shall be treated as non-responsive and therefore

subject to automatic disqualification:

(i) A tender from a tenderer whose on-going project(s) is/are behind schedule and without

approved extension of time.

(ii) A tender from a tenderer who has been served with a default notice on on-going

projects(s) or a tenderer who has been terminated in a Government Contract in the past.

Tenders in plain sealed envelopes, marked tender number on the right hand side corner and

bearing no indication of the tenderer should be addressed to:-

THE PRINCIPAL SECRETARY

MINISTRY OF TOURISM AND WILDLIFE

STATE DEPARTMENT OF TOURISM

P. O. Box 30027-00100 NAIROBI

and placed in the Tender Box on 6th Floor at the Utalii House Nairobi or sent by post so as to

reach the above address on or before Wednesday, 5th December 2018 at 10.00am.

Submitted bids will be opened publicly in the 7th floor conference room, Utalii House soon

after the above stated closing date and time in the presence of the tenderers or their

representatives who choose to attend. Late bids will be returned unopened.

Prices quoted must be net inclusive of VAT and all Government Taxes and must remain valid for

one hundred twenty (120) days from the opening date of the tender.

The Bid Security, which must be from a reputable bank or from a PPRA accredited insurance

company, shall be valid for one hundred fifty (150) days from tender opening date.

The Government reserves the right to reject any tender giving reasons for the rejection and

does not bind itself to accept the lowest or any tender.

Ag. HEAD SUPPLY CHAIN MANAGEMENT SERVICES

FOR: PRINCIPAL SECRETARY

Page 4: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

3

INDEX

A. SIGNATURE PAGE

B. INSTRUCTIONS TO TENDERERS

C. FORM OF TENDER

D. FORM OF TENDER BOND

E. FORM OF SURETY UNDERTAKING

F. FORM OF BOND G. TENDER EVALUATION CRITERIA H. PRELIMINARIES

I. HVAC INSTALLATIONS SPECIFICATIONS

J. BILLS OF QUANTITIES

K. MAIN SUMMARY

Page 5: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

4

TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE

WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY

SPECIFICATION

AND

BILLS OF QUANTITIES

SUPPLIED AS PART OF THE CONTRACT

FOR

1d- HVAC INSTALLATION WORKS

Page 6: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

5

SPECIFICATION

AND

BILLS OF QUANTITIES SUPPLIED AS PART OF THE CONTRACT

FOR

TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE

WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY

VERIFICATION SIGNATURES/PARTIES TO THE CONTRACT

The Contract for the above mentioned works, entered into on the ......................................…... Day

of ............................. 2018 by the undersigned parties refers to these Bills of Quantities, which shall

be read and constructed as part of the said Contract.

...................................................................

(CONTRACTOR)

(AUTHORISED SIGNATORY)

DATE: ........................................ 2018

WITNESSED BY:

............................................................…….

DATE: ........................................ 2018

Page 7: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

6

INSTRUCTIONS TO TENDERERS

1. TENDER DOCUMENTS

The Tender Documents provided for this project consist of: - (a)

Instructions to Tenderers

(b) Form of Tender

(c) Form of Tender Bond

(d) Form of Surety Undertaking and Form of Performance Bond

(e) Preliminaries including Contract Particular Conditions

(f) Specifications

(g) Bills of Quantities

(h) Drawings

2. DELIVERY OF TENDERS

Tenders and all Documents in connection therewith, as specified above must be delivered

in the addressed envelope provided, which should be properly sealed and deposited at

the Offices as specified in the letter accompanying these tender documents.

Tenders will be opened at the time as specified in the letter accompanying these tender

documents.

Tender arriving later than the above time will NOT be considered.

3. COMPLETION OF TENDERS

(a) All Documents forming the Tender must be completed in ink and the offer must be made

on the Form of Tender.

(b) The Tender shall be validly witnessed.

(c) The Contractor is required to check the numbers of the pages and should any be found

to be missing or in duplicate or the figures or writing indistinct, he must inform the

Consultants at once and have the same rectified. Should the Contractor be in doubt

about the precise meaning of any item, word or figures, he must inform the Consultants

in order that the correct meaning may be decided upon before the date for the

submission of the Tender.

(d) No liability whatsoever will be admitted nor claim allowed in respect errors in the

Contractor’s Tender due to mistakes in the Bills of Quantities which should have been

rectified in the manner described above.

(e) The Contractor shall not alter or otherwise qualify the text of these Bills of Quantities. Any alteration or qualification made without authority will be ignored and the text of these Bills of Quantities as printed will be adhered to.

Page 8: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

7

(f) The Contractor shall be deemed to have made allowance in his prices generally to

cover items of Preliminaries or additions to Prime Cost Sums or other items, if these

have not been priced against the respective items.

(g) In no case will any expenses incurred by Contractor in the preparation of this Tender

be reimbursed.

(h) The Contractor will be solely responsible for the accurate and timely ordering of

materials in accordance with the Drawings and Architect’s Instructions and no claim for

any loss or expense will be entertained for orders for materials which are based upon

the Bills of Quantities. Neither will any extension of time be granted for materials

being delivered late due to late ordering.

(i) The Bills of Quantities must be priced on Kenyan Currency, i.e. Kenya Shillings.

4. CORRECTION OF ERRORS IN TENDER

Arithmetical errors will be rectified on the following basis.

If there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and the quantity, the unit price shall prevail and the total price

shall be corrected.

If the Tenderer does not accept the correction of errors, its bid will be rejected. If there

is a discrepancy between words and figures, the amount in words will prevail.

5. NOTES CONCERNING QUANTITIES AND PRICING OF TENDERS

The Contractor to note that the Bills of Quantities have been prepared but not in

accordance with the Standard Method of Measurement of Building Works for East Africa.

Composite descriptions incorporating items which would be subject to separate

measurements are deemed to take precedence over the standard method of measurement

rules.

6. RULING LANGUAGE

The ruling language for all purpose in respect of this contract shall be English.

7. ALTERNATIVE TENDERS

No alternative tenders shall be submitted except where the words “or other equal and

approved” have been used in the Bills of Quantities.

8. EVALUATION FACTORS

The main factors which will be taken into account when evaluating Tenders and comparing

will be the total price, time for completion and technical performance. Other factors will

include efficiency and compatibility of equipment, the availability of service and spare

parts and reliability of construction methods. Consideration will also be given to any

loading of the Preliminary Items costs in order to seek an early cash flow to the Employers

Page 9: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

8

detriment and to the possibility of agreeing a lump sum fixed price contract as referred

to in the Form of Tender. Any bid which is not fully responsive will be rejected.

Page 10: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

9

FORM OF TENDER FOR

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA

DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC

INSTALLATION WORKS

Dear Sir/Madam,

We the undersigned are willing to contract to perform fully, the whole of the above works

proposed in accordance with the Specifications, Bills of Quantities, Drawings and Conditions of

the Sub-Contract and to your entire satisfaction for the sum stated below, to enter to a Sub

Contract and complete the whole works within the time stated below, and as provided for under

Clause 21 of the Main Contract Conditions of the Contract.

SHILLINGS (WORDS) ....................................................................................................…….

....................................................................................................……. ....................................................................................................…….

KSHS. (FIGURES) ..........................................................................................................…….

We further agree to be bound by and submit to the said Conditions of the Contract and as such

to sign a Contract Agreement.

TIME OF COMPLETION

Further we, the undersigned, agree to complete the whole of the works within the time stated

below from the date of possession of the site as defined within the Conditions of Contract.

PROVISIONS OF BOND

Further we, the undersigned, enclose a completed Tender Bond and also agree that if our Tender

is accepted we will enter into another Bond for the performance of the Contractor with the

Guarantor, described in the Form of Surety Undertaking annexed hereto, who shall be either a

Bank, Insurance Company or Finance House to whom the Client shall not unreasonably object.

EXAMINATION OF DOCUMENTS

Further we, the undersigned, have examined all the documents detailed previously which will form

part of this Contract, together with the instructions to Tenderers, and we have no further questions

relating to them and have personally signed or initiated each document as identification.

FIXED PRICE CONTRACT SUM

This is a fixed contract and no fluctuations in the price of goods will be allowed.

Page 11: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

10

EXPENSES OF TENDERING

Further we, the undersigned, understand that the lowest, or any portion of any Tender will not

necessarily be accepted nor will any expenses incurred by the Tenderer in preparation of this

Tender be allowed.

Authorised Signature of Tenderer:

................................................................................

Name of Tenderer (Capitals):

................................................................................

Address of Tenderer (Capitals):

................................................................................

................................................................................

Telephone No:

................................................................................

Date:

................................................................................

Contractor’s Stamp: WITNESSED BY:

................................................................................

Signature of Witness:

................................................................................

Name of Witness (Capitals):

................................................................................

Address of Witness (Capitals): ................................................................................

................................................................................

Occupation:

................................................................................

Date: ................................................................................

Page 12: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

11

FORM OF TENDER BOND

Gentlemen,

We ..................................................................................................................…… Tenderers

of

.....................................................................................................................................……..

and

.....................................................................................................................................…..

of

.....................................................................................................................................……..

Being Bank, Insurance Company or Finance House whom the Clients shall not unreasonably object

(hereinafter called “the Surety”) are held and firmly bound to the Clients (hereinafter called “the

Employer”) in a sum equivalent to Two percent (2%) of the total amount of the tender as stated

on the Form of Tender, for the payment which we the Tenderer and severally by these present.

Sealed or signed with our respective seals or hands and dated this ................................... Day of

...........................………………………. 2018.

WHEREAS:

The Employer has invited the Tenderer and other persons to complete tenders in similar terms for

the execution of TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA

NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY.

(1) (hereinafter called “the Works”) and to submit the same for consideration by the

Employer.

(2) The Tenderer proposes to submit to the Employer a tender (hereinafter called “the

Tender”) in accordance with such invitation and by the above written bond to provide

security for the due performance by him of the undertakings and obligations in the Tender

on his part contained.

NOW THE CONDITION of the above written is such that:

(a) If the Tender is accepted by the Employer within 120 days from the ..................... day of

........................ 2018 and the Tenderer shall provide a performance bond in accordance

with his undertaking included in the Form of Tender with the provision that the 120 days

tender validity may be extended by mutual agreement.

Or

Page 13: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

12

TENDER BOND - CONTINUED

(b) If the Tender is not accepted by the Employer within 120 days or within the extended validity

period referred to in (a) above from the ........................ day of ............................. 2018 or

if before the expiration referred of that period of 120 days or extended validity period

referred to in (a) above a Tender from another person for the execution of the works shall

have been accepted by the Employer and that the Tenderer shall have provided a

Performance Bond in accordance with the undertaking in his Form of Tender.

Then

This obligation shall be null and void but otherwise shall be and remain in full force and

effect but no alteration in the terms of the Tender nor any forbearance or forgiveness in

or in respect of any matter or thing concerning the Tender on the part of the Employer

shall in any way release the surety from any liability under the above written Bond.

The Common Seal or signature of: ................................................................................

............................................................................................................... (TENDERER)

Was hereunto affixed in the presence of:

(TENDERER’S STAMP AND

................................................................................ AUTHORISED SIGNATORY)

The Common Seal or signature of: ................................................................................

.................................................................................................................. (SURETY)

Was hereunto affixed in the presence of:

(SURETY’S SEAL OR STAMP

................................................................................ AUTHORISED SIGNATORY)

(Authorised by Power of

.................................................................................. Attorney No. ......................)

Note: * This shall be the due or extended date for submission of Tenders.

Page 14: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

13

FORM OF SURETY UNDERTAKING

Sirs,

We ...............................................................................................................................(Surety)

of ............................................................................................................................. (Address)

are willing to act as Surety to be bound to the Clients for the HVAC Installations for TENDER NO.

MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT

AND CULTURAL DISTRICT IN MOMBASA COUNTY, according to the Terms and Conditions of

the Contract, a copy of which has been inspected by us, without the additions of any limitations.

We agree to enter into Bond for 10% of the Contract Sum under the above terms within seven

days of being called upon to do so.

Signature of Surety:

................................................................................................

Date: ................................................................................................ (Authorised by Power of Attorney WITNESSED BY:

No. ..............................................)

Signature of Witness: ................................................................................................ Name of Witness:

................................................................................................

Address of Witness:

................................................................................................ ................................................................................................

Occupation:

................................................................................................

Date:

................................................................................................

Page 15: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

14

FORM OF BOND

NB: ONLY TO BE COMPLETED AFTER ACCEPTANCE AND SIGNING OF THE CONTRACT.

Name of Contract: ..........................................................

.........................................................................................

.........................................................................................

FORM OF BOND

To be used with Agreement and Schedule of Conditions of Building Contract. KNOW ALL MEN

BY THESE PRESENTS that we

............................................................................................................................... (SURETY)

ARE BOUND to ............................................................................................... (EMPLOYER)

of .............................................................................................................................................

in the sum of KENYA SHILLINGS ........................................................................................

to be paid by us to the said .............................................................................. (EMPLOYER)

WHEREAS by an agreement in writing dated ...................................................................

..................................................................................................................... (CONTRACTOR)

of .............................................................................................................................................

Contracted with the said .................................................................................... (EMPLOYER)

to (description of works) ...........................................................................................................

..................................................................................................................................................

..................................................................................................................................................

.................................................................................................................................................. in

the said agreement; particularly described and conformable thereto.

NOW THE condition of the above written bond is such that if the said

................................................................................................................... (CONTRACTOR)

his/their executors, administrators, successors or assigns shall conform to the said agreement then

the above-written bond to be void otherwise to remain in full force. Provided always and it is

hereby agreed and declared that the liability of us the said.

Page 16: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

15

................................................................................................................................ (SURETY)

under the above-written bond shall not in any way be discharged or impaired by reason of any

breach or breaches (wilful or otherwise) of the said agreement committed with or without the

knowledge or consent of the said.

..................................................................................................................... (CONTRACTOR) by

or on behalf or with the knowledge or consent of the said.

..................................................................................................................... (EMPLOYER)

In witness whereof we have hereunto set our hands this ......................................... Day of

........................................................ 2018.

...................................................................... .............................................................….

WITNESS SURETY

Authorised by Power of Attorney

No. ........................................…..

Page 17: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION KSHS. CTS

A.

PRELIMINARIES PRELIMINARY PARTICULARS PARTIES The “Employer” is MINISTRY OF TOURISM NAIROBI, KENYA The “Architect” is M/s PLANNING SYSTEMS & SOLUTIONS

NAIROBI, KENYA The “Services Engineers” is M/s EMPlan Ltd

P.O. Box 1746 - 00606 NAIROBI, KENYA The “Quantity Surveyor” is M/s DAVSON & WARD NAIROBI, KENYA For the purpose of the works which are under the control of the Consultants above, the respective Consultants shall be deemed to be invested with the duties and be representatives of the Architect. SITE The site is located at MAMA NGINA DRIVE, MOMBASA The Contractor shall obtain the Architect’s approval for the sitting of all temporary buildings spoil heaps, temporary paths and storage areas for materials.

Carried to collection KShs.

P/1

Page 18: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION KSHS. CTS

B. A. B. C.

The Contractor shall visit the site to acquaint himself with its nature and position, the nature of the ground, sub-strata and other local conditions, position of power and water supplies, access roads or any other limitations, and no claims for extras will be considered on account of lack of knowledge in this respect. The Contractor must obtain the Architect’s approval and directions regarding the use of any materials found on the site. ACCESS TO SITE Access to the site is as per Architects instruction. WORKING AND STORAGE SPACE Working and storage space will be confined to the area designated by the Engineer within the plot boundary and shown on the plan annexed hereto. WORKING HOURS The work must be carried out to cause the minimum inconvenience to the occupants of the adjoining premises. In particular, no hammering, drilling or other unduly noisy work may be commenced before 9.00am or continued after 6.00pm. .

Carried to collection KSHS.

P/2

Page 19: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION

A.

APPENDIX TO THE CONDITIONS OF SUB CONTRACT The Appendix to the Contractor’s information are as follows:- Appendix Clause Percentage to cover Professional fees for insurance purposes only 13.0 9% Name of Contractor’s Surety 16.1 To be stated in surety undertaken Amount of Surety 16.1 Ten Per cent (10%) of Contract Sum. Period for submission of programme 18.1 2 weeks from the date of

possession. Period for possession of site 20.1 Within 14 days of receipt of

notice accepting tender. Contract Period 20.2 To be stated on Form of Tender Date of Commencement of works 20.2 To be stated on Form of Tender Date of Practical Completion 20.2 To be stated on Form of Tender Interval for application of payment certificates 34.1 30 Days (4 Weeks) Minimum amount of payment certificate 34.4 As per valuation Percentage of certified value retained 34.12 Ten Per cent (10%) Limit of Retention Fund 34.12 Five Per cent (5%) of Contract Period of final measurement and valuation 34.17 Six (6) calendar months from Date of practical completion Defects Liability Period 41.6 Six (6) calendar months Damages for delay in completion (for whole Project) 43.1 At the rate of Kshs. 1,000,000

per calendar month or part thereof for late completion.

Carried to collection

P/3

Page 20: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION KSHS. CTS

A.

B.

GENERAL MATTERS SUFFICIENCY OF TENDER The Contractor shall be deemed to have satisfied himself before tendering as to corrections and sufficiency of his Tender for the works and of the prices stated in the priced Bill of Quantities which rates and prices shall cover all his obligations under the contract and all matters and things necessary for the proper completion and maintenance of the works. DEFINITIONS AND ABBREVIATIONS Definitions and Abbreviations used in these Specifications and Bill of Quantities shall be interpreted as follows:- Main Contractor Shall mean the person or persons, partnership, firm or company which is responsible for executing the works under Main Contract. Sub-Contractor or Shall mean the person or persons, partnership, this Contractor firm or company whose tender for this work has been accepted and who has signed a sub contract agreement with the main contractor of which this document is forming part, and shall include his or their legal personal representatives or successors.

Works or Sub-

Shall mean all or any portion of the works, Contract Works materials and articles, whether the same are being manufactured or prepared which are to be used in the execution of the Sub-Contract and whether the same may be on site or not.

Contract Drawings

Shall mean those drawings listed or referred to in and forming part of the Sub-Contract.

Tender Drawings

Shall mean those drawings enclosed with and forming part of the Sub-Contractor’s tender for the Sub-Contract works.

Carried to collection KShs .

Page 21: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/4

ITEM DESCRIPTION KSHS. CTS

Working Drawings

Shall mean those drawings to be prepared by the Sub-Contractor as herein specified.

Record Drawings

Shall mean those drawings required to be prepared by the Sub-Contractors, showing the “as installed” works.

Approved

Shall mean approved, in writing by Architect/Engineer including subsequent written confirmation of previous verbal approval.

As Directed

Shall mean as directed by the Architect or Engineer

Mm

Shall mean millimetres

M

Shall mean metres

M3

Shall mean cubic metres

M3/h

Shall mean cubic metres per hour

Kg

Shall mean kilograms mass

N

Shall mean Newton

M2

Shall mean square metres

LM Shall mean linear metres

No.

Shall mean Number

DST

Shall mean Import, Duty and Sales Tax as payable to the Government of the Repulic of Kenya.

B.S.

Shall mean the current British Standard Standards Specification published by the British Institution, 2 Park Street, London W.I. England.

Carried to collection KSHS.

Page 22: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/5

ITEM DESCRIPTION KSHS. CTS.

A.

C.P Shall mean the Current British Standard code of Practice published by the Council for Codes of Practice, British Standard Institution, 2 Park Street, London, W.I. England.

As Described Means as described herein.

As before or Means in all respects as described in the As before described previous sentence or page section of the

Specification.

Provide The term ‘provide’ shall mean the supply, delivery to site of all necessary materials and labour, erection on site, testing and leaving in working order.

Ditto, Do Shall mean the whole of the preceding description except as qualified.

Specification The term ‘Specification’ shall mean the whole of the Sub-Contract Document including but

not restricted to: -

a) This document comprising General Conditions, Particular Specification,

Schedule of prices and Bill of Quantities. b) The Contract Drawings. LEVELS, SETTING OUT The Main Contractor will, at the commencement of work, establish a bench mark, which shall be used for the duration of the works for all purposes.

The Sub-Contractor shall set out the works in accordance with the dimensions and levels shown on the drawings and shall be responsible for the correctness of all dimensions and levels so set out by him and will be required to amend all error arising from inaccurate setting out of his own cost and expenses. In the event of any error or discrepancy in the dimensions or levels marked on the drawings being discovered such errors or discrepancies must be reported by the Sub-Contractor to the Engineer for his immediate attention.

Carried to collection KSHS.

Page 23: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/6

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

No work shall be commenced by the Sub-contractor until he has received written instructions from the Engineer to adjust such discrepancies which may be proved. Upon receipt of such instructions the Sub-Contractor shall there upon be responsible for the accurate setting out of the work, giving effect to the adjustments necessary to comply with such instructions, and no claim for extra expense or levels shown on the drawings may be made thereafter. EXISTING PROPERTY The Contractor shall take every precaution to avoid damage to all existing property including roads, cables, drains and other services and he will be held responsible for all damage thereto, arising from the execution of this contract, and he shall make good all such damage when directed at his own expense. EXISTING SERVICES Prior to commencement of any work the Contractor is to ascertain from the relevant Authorities the exact position, depth and level of all existing electrical cables water pipes, or other services in the area and he shall make whatever provisions may be required by the Authorities concerned for the support and protection of such services. Any damage or disturbance caused to any service shall be reported immediately to the Architect and the relevant Authority and shall be made good to their satisfaction at the Contractor’s expense. MATERIALS, TOOLS, PLANT AND SCAFFOLDING All materials and workmanship used in the execution of the works shall be of the best quality and description. Any materials for the works condemned by the Architect shall immediately be removed from the site at the Contractor’s expense. The Contractor shall be responsible for the provision of all materials, scaffolding, tools, plant, transport and workmen required for the works except insofar as may be stated otherwise herein and he shall allow for the provision of the foregoing except for such items specifically and only required for the use of Nominated SubContractors as described herein. No timber used fir scaffolding, formwork or similar purpose shall be used afterwards in the permanent work.

Carried to collection KSHS.

Page 24: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/7

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

D.

All such plant tools and scaffolding shall comply with all regulations whether general or local in force throughout the period of the contract and shall be as may be necessary to comply with any amendments in or additions to such regulations. LOCAL REGULATIONS AND BYE-LAWS The Contractor is to comply with all local regulations and bye-laws of the Local Authority including serving of notices and paying of fees. The Contractor shall also report his presence on site to the Provisional or District Commissioner before commencing the works. SUPERVISION The said works shall be executed under the direction and to the entire satisfaction of the Architect’s specifically delegated authority, and who shall at all times have access to the works and to the yards and workshops of the Contractor or to other places where goods are being prepared for the works. TRANSPORT TO AND FROM THE SITE The Contractor shall include in his prices for the transport of materials, workmen etc., to and from the site of the proposed works, at such hours and by such routes as are permitted by the Authorities. All unit rates for local and imported goods and delivery costs to the project site together with import duties, sales tax, port charges etc., and all other charges of whatever nature. SUBMISSION OF TENDER No payment will be allowed to the tenderers in respect of preparing of this tender. Tenderers shall before submitting their tenders, fully inform themselves of the nature and extent of the work by thorough examination of the Sub-Contract documents. Negligence of the above will no way relieve the Sub-Contractor from his obligations in respect of full execution of the contract.

Carried to collection KSHS.

P/8

Page 25: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION KSHS. CTS

A.

B.

Tenderers must satisfy themselves as to the source of supply, sufficiency of any means of obtaining and delivering all materials, fuel, power, labour and any other matters of things required for execution of the Sub-Contract Works, and must examine and consider all other matters and all possible and probable contingencies including access to the site, and generally must obtain their own information on all matters affecting the construction, completion and maintenance of the Sub-Contract works and of all matters which may influence them in preparing their tender. No qualifying terms or conditions of sale by the tenderer will be accepted as part of the Sub-Contract unless specifically allowed in writing as an amendment prior to signing of the Sub-Contract Agreement. All documents and drawings as supplied by the Engineer before or during tendering are the property of the Engineer and must be returned before or on the tender date. QUESTIONS AND ADDENDA Tenderers shall consult the Engineer in regard to any items in the tender which is not clearly understood. Requests for clarification and notice of discrepancies or omissions shall be brought to the Engineer’s attention as quickly as possible, and confirmed in writing. The Engineer will then issue written instructions In the form of addenda. Neither the Employer nor the Engineer will be responsible for verbal instructions. The tenderers shall not contact the Employer with respect to any question concerning the tender. SUB-CONTRACT DOCUMENTS This Specification, the Contract Drawings, the form of tender and any such Addenda issued during tendering are the documents upon which the Sub-Contract will be based. The Drawings and Specifications are to be read as a whole and are to explain each other. Work shown on the drawings and not described in the specification and vice versa is to be duly executed under Sub-Contract.

Carried to collection KSHS.

P/9

Page 26: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

D.

PROGRAMME Immediately after acceptance of his tender the Sub-Contractor shall arrange a programme for the carrying out of his work with the Main Contractor and shall be ready to commence and continue with his work as required. SITE MEETINGS AND INSPECTIONS Regular site meetings attended by the Main Contractor, the SubContractor Architect, the Engineer and others involved in the construction will be arranged during the construction period. The purpose of these meetings is to assist attaining full co-operation between all concerned on the job as well as checking works in progress and providing the opportunity for general discussion on the contracts. The Sub-Contractor shall arrange for a named representative to attend these meetings as and when required. The Sub-Contractor shall allow for these site meetings and inspections as may be called for by the Architect/Engineer. SUB-CONTRACTOR’S SUPERINTENDENCE The Sub-Contractor shall constantly keep on the Sub-Contract Works a literate agent or representative competent and experienced in the kind of work involved, who shall give his whole time to the superintendence of the Sub-Contract works. Such agent or representative shall receive on behalf of the Sub-Contractor directions and instructions from the Contractor and such directions and instructions shall be deemed to be given to the Sub-Contractor in accordance with these conditions of Sub-Contract. SUPERVISION AND WORKING HOURS The works shall be executed under the direction and to the entire satisfaction in all respects of the Engineer/Architect who shall at all times during normal working hours have access to the works and to the yards and workshops of the Sub-Contractors or other places where work is being prepared for the contract.

Carried to collection KSHS.

P/10

ITEM DESCRIPTION KSHS. CTS

Page 27: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

A.

B.

C.

The permitted working hours shall be 24 hours, seven days a week including public holidays in the Building and Civil Engineering Trades in Kenya. No works shall be covered up or shall any concreting be carried out in the absence of the Clerk of Works without the prior approval of the Architect/Engineer in writing. PATENT RIGHTS The Sub-Contractor shall fully indemnify the Employer and the Contractor against any action, claim or proceeding relating to infringement of any patent or design or any alleged patent of design rights, and shall pay any royalties which may be payable in respect of any article or any part thereof included in the works, the design thereof which shall have been supplied by the Sub-Contractor to the Engineer/Architect. SAMPLES The Sub-Contractor shall furnish at his own cost any samples of materials or workmanship cubes required for the works that may be called for by the Engineer/Architect for his approval or rejection and any further samples in the case of rejection until such samples are approved by the Engineer/Architect and the Engineer/Architect may reject any materials or workmanship not in his opinion up to the approved samples. The Engineer/Architect shall arrange for the testing of such materials as he may at his discretion deem desirable, but the testing shall be made at the expense of the Client and not at the expense of the SubContractor unless the materials fail to pass the test or are in the opinion of the Engineer/Architect not in accordance with the specification, in either case Sub-Contractor shall pay for testing in accordance with the current scale of testing charges laid down by the Ministry of Works. TRADE NAMES Where trade names of manufacturer’s catalogue numbers are mentioned in the specifications, the reference is intended as a guide to the type of article or quality of material required. Alternate Brands of equal and approved quality will be accepted.

Carried to collection KSHS.

P/11

Page 28: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed
Page 29: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/12

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

D.

ORDERING MATERIALS The Sub-Contract shall order all materials immediately on being awarded the Sub-Contract. No claim for increases caused by exchange rate fluctuations or supply of alternative materials will be entertained when resulting from delays in ordering materials. The materials shall be ordered as stated earlier in the addendum to the Main Contractor. PAYMENTS Refer form of contract but the Sub-Contractor shall pay particular attention to additions and amendments and notes to clause 30 of the contract. Payments will be made from time to time through the Main Contractor upon a certificate of the Architect, on the value of work executed and of the materials and goods delivered on site for use in the works, less 10% retention. One half of the retention will be released upon the date of practical completion of the Main Contract and the balance upon the expiration of the Defects Liability Period. As noted earlier interim payment certificate shall be prepared at thirty (30) day intervals. Interim payment will not be made unless the net amount due exceeds 10% (ten percent) of the contract sum. No certificate of payment issued by the Architect shall be considered conclusive evidence as to the efficiency of any work or materials to which it relates so as to relieve the Sub-Contractor from his liability to execute the works in all respects in accordance with the terms of and upon and subject to the conditions of the contract or from his liability to make good all defects as provided in the contract. WATER AND ELECTRICITY SUPPLY FOR THE WORKS Water and Electricity Power shall be provided on site free of charge to the Sub-Contractor by the Main Contractor. SANITARY OF THE WORKS The sanitation of the works shall be arranged and maintained by the Contractor to the satisfaction of the Government and /or Local Authorities, Labour Department and the Client and the Architect.

Carried to collection KSHS.

Page 30: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

D.

TEMPORARY BUILDINGS AND SHEDS The Sub-Contract shall at his own risk and cost supply erect all temporary buildings, sheds, mess rooms and stores for his own use with floors at least 150 mm above ground level. No office, stores or other temporary buildings shall be erected on the site without first obtaining the consent of the Architects as to the type of temporary building to be supplied and the position in which they are to be erected. On completion, the Sub-Contractor shall clear away any temporary structure and make good any disturbed surfaces to the satisfaction of the Architect. FAIR WAGES The Sub-Contractor shall pay rates of wages and observe hours and conditions of labour not less favourable than the minimum rates of remuneration and minimum conditions of employment applicable in the district in which the work is carried out as laid down by the Regulations of Wages and Conditions of Employment Act. Building and Construction Industry Wages Council. OVERTIME The Sub-Contractor shall allow in his tender any extra costs for overtime working he considers will be necessary in order to complete the work within the contract period of time of completion apart from overtime working which may be authorised by the Architect/Engineer. INSURANCE Refer form of Contract, but the Sub-Contractor shall pay particular attention to the following:- The Main Contractor is responsible for insurance against fire and earthquake and fire following earthquake for the full value of the buildings, but the Sub-Contractor shall effect and maintain the following insurances as required by Clause 12.1.1 & 12.1.2 of the Main Contract shall allow for all costs thereof. (i) Employer’s Liability (Workmen Compensation)

Carried to collection KSHS.

P/13

Page 31: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/14

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

D.

(ii) Third Party (Public Liability) for an indemnity of not less than KSHS. 2,000,000 for any one accident or series of accidents arising from the same event (unlimited aggregate). BOND The Sub-Contractor shall find and submit on the Form of Tender the name of one surety who shall be an established Bank, and who will be willing to be bound to the Main Contractor in an amount equal to ten percent (10%) of the Sub-Contract amount for the due performance of the Sub-Contract of up to the date of completion as certified by the Architect and as noted in the Main Contract. TRAINING LEVY The Sub-Contractor’s attention is drawn to Legal Notice No. 237 of October, 1971; which requires payment by Sub-Contractor of a Training Levy on all contracts of more than KSHS. 1,000,000/= in value and his tender must include for all costs arising or resulting there from. ORDER OF COMPLETION AND OCCUPATION BY SECTION The Main Contractor shall carry out the various sections of the works and erect buildings in such order as the Architect shall direct. The Sub-Contract works. The Architect reserves the right to occupy the works by section on completion provided that the Architect considers such occupation to be both practical and reasonable and will not hinder the Contractor’s progress of the remainder of work. INSTALLATION LIASON The Sub-Contractor shall liaise with the Engineer and the Contractor in planning the Sub-Contract works before work is commenced. Particular care shall be taken by the Sub-Contractor to ensure there is close liaison with the other Sub-Contractors in installing services to prevent clashing of service positions, cable routes, switch positions, access positions etc. Any work which has to be re-done due to negligence in this respect shall be the Sub-Contractor’s responsibility.

Carried to collection KSHS.

Page 32: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/15

ITEM DESCRIPTION KSHS. CTS

A.

B.

Where large items of equipment such as switchboards, plant machinery, tanks, cylinders or ductwork or long lengths of tube are to be installed or cable to be flaked out before drawing in, the SubContractor shall advise the Contractor in good time so that access and other facilities are provided for installation before work is commenced on site. The Sub-Contractor (if not the Mechanical Engineer Services SubContractor), shall be deemed to have allowed in the Sub-Contract sum for the cost of attendance upon him by the Mechanical Engineering services sub-contractor for Receiving delivery, handling, installation, Testing and Commissioning of mechanical apparatus/equipment and plant included in the sub-contract works. CHECKING OF WORK The Sub-Contractor shall satisfy himself as to the correctness of the connections he makes to all items of equipment supplied under other contracts before it is put into operation. Details of operation, working pressures, temperatures, voltages, phase, power rating, etc., shall be confirmed by manufacturers or manufacturers’ agents and confirmation received before the system is first operated. SETTING TO WORK AND REGULATION SYSTEM The Sub-Contractor shall carry out such tests of the Sub-Contract works as required by British Standard Specifications, British Codes of Practice, the I.E.E Regulations or equal approved codes as specified hereinafter and as are customary. No testing or commissioning shall be undertaken except in the presence of and to the satisfaction of the Engineer unless approved otherwise by him (Sub-Contractor’s own preliminary and proving tests excepted). It will be deemed that the Sub-Contractor has included in the SubContract sum for the costs of all fuel, power, water and the like for testing and commissioning as required as a part of the Sub-Contract works. He shall submit for approval to the Engineer a suitable programme for testing and commissioning will take place.

Page 33: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/16

Carried to collection KSHS.

Page 34: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/17

ITEM DESCRIPTION KSHS. CTS

A.

B.

The Sub-Contractor shall commission the Sub-Contract Works and provide attendance during the commissioning of all services, plant and apparatus connected under the Sub-Contract Agreements, related to the project. Each system shall be properly balanced graded and regulated to ensure that correct distribution is achieved and where existing installations are affected, the Sub-Contractor shall also regulate these systems to ensure that their performance is maintained. The proving of any system of plant or equipment as to compliance with the specification shall not be approved by the Engineer, except at his discretion, until tests have been carried out under operating conditions pertaining to the most onerous conditions specified except where the time taken to obtain such conditions are reasonable or exceed 12 months after practical completion of the sub-contract works. IDENTIFICATION OF PLANT AND COMPONENTS The sub-contractor shall supply and fix identification labels to all plant, starters, switches and items of control equipment including valves, with black Traffolyte or equal approved labels engraved in white lettering denoting its name, function and section controlled. The labels shall be mounted on equipment and in the most convenient positions. Care shall be taken to ensure the labels can be read without difficulty. This requirement shall apply to major components and items of control equipment which are contained within cubicles or plant. CONTRACT DRAWINGS The Contract Drawings when read in conjunction with the text of the specification, have been completed in such details as was considered necessary to enable competitive tenders to be obtained for the execution and completion of the sub-contract works. The Contract Drawings are not intended to be working drawings and shall not be used as such unless exceptionally they are released for that purpose.

Page 35: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/18

Carried to collection KSHS.

Page 36: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/19

ITEM DESCRIPTION KSHS. CTS

A.

WORKING DRAWINGS The Sub-Contractor shall prepare such working drawings as may be necessary. The working drawings shall be completed in such detail not only that the Sub-Contract Works can be executed on site but also that the Engineer can approve the sub-contractor’s proposals, detailed designs and intentions in the execution of the sub-contract works. If the sub-contractor requires any further instructions, details, contract drawings or information drawings to enable him to prepare his working drawings or proposals, the sub-contractor shall apply in writing to the Engineer for such information at a time which is neither unreasonably distant from not unreasonably close to the date when it is needed. All working drawings shall be submitted to the Engineer 21 Days (3 weeks) prior to approval. If not so submitted the sub-contractor shall accept at his own cost the risk that any work commenced or which he intends to commence on site, may be rejected. The Engineer, in giving his approval to the working drawings, will presume that any necessary action has been or shall be, taken by the sub-contractor to ensure that the installations shown on the working drawings have been cleared with the contractor and any other subcontractors whose installations and works might be affected. If the sub-contractor submits his working drawings to the engineer without first liaising and obtaining clearance for his installations from the contractor and other sub-contractors whose installations and works might be affected, then he shall be liable to pay for any alteration or modification to his own, the contractor’s or other sub-contractor’s installations and works, which are incurred notwithstanding any technical or other approval which the sub-contractor’s working drawing may have been received from the engineer. Working drawings to be prepared by the sub-contractor shall include but not be restricted to the following:-

Page 37: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/20

Carried to collection KSHS.

Page 38: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/21

ITEM DESCRIPTION KSHS. CTS

a) Any drawings required by the contractor or the engineer to enable structural provision to be made including builder’s work drawings or schedules and those for detailing of holes, chases, fixing, foundations, cables and pipe work ducting whether below or above ground or in or outside or below building.

b) General arrangement drawings of all plant, control boards,

fittings and apparatus or any part thereof and of installation layout arrangements of such plant apparatus.

c) Schematic layout drawings of services and of control

equipment (Shop Drawings). d) Layout drawings of all embedded and non-embedded pipe

work, ducts, mechanical conduit. e) Complete circuit drawings of the equipment together with

associated circuit descriptions. f) Such other drawings as are called for in the text of the

specification or schedules or as the engineer may reasonably require.

Three copies of all working drawings shall be submitted to the engineer for approval. One copy of the working drawings submitted to the engineer for approval will be returned to the sub-contractor indicating Approval for or any amendments that may be required. Approved working drawings shall not be departed from except as may be approved or directed by the engineer. Approval by the engineer of working drawings shall neither relieve the sub-contractor of any of his obligations under the sub-contract agreement nor relieve him from correcting any errors found subsequently in the approved working drawings or other working drawings and in the sub-contract works on site or elsewhere associated therewith. The sub-contractor shall ensure that his working drawings are submitted to the engineer for approval at a time not reasonably close to the date when such approval is required. Late submission of his working drawings will not relieve the sub-contractor of his obligation to complete the sub-contract works within the agreed contract period and in a manner that would receive the approval of the engineer.

Page 39: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/22

Carried to collection

KSHS.

ITEM DESCRIPTION KSHS. CTS

A.

RECORD DRAWINGS (AS INSTALLED) AND INSTRUCTIONS During the execution of the sub-contract works the sub-contractor shall, in a manner approved by the engineer, record on working or other drawings at site all information necessary for preparing record drawings of the installed sub-contract works. Marked-up working or other drawings and other documents shall be made available to the engineer as he may be required for inspection and checking. Record drawings may, subject to the approval of the engineer include approved working drawings adjusted as necessary and certified by the sub-contractor as a correct record of the installation of the subcontract works. They shall include but are restricted to 6 Nos. Copies in both Soft and Hard formats of the following drawings and information:-

a) Working drawings amended as necessary bit titled “Record Drawings” and certified as a true record of the “as installed” sub-contract works. Subject to the approval of the engineer such working drawings as may be inappropriate may be omitted.

b) Fully dimensioned drawings of all plant and apparatus. c) General Agreement drawings of equipment, other areas

containing plant forming part of the sub-contract works. d) Route, types, sizes and arrangement of all pipe work and

ductwork including date of installation of underground pipe. e) Relay adjustment charts and manuals. f) Route, types, sizes and arrangement of all electric cables,

conduits, ducts and wiring including the date of installation of buried work.

g) System schematic and trunking diagrams showing all salient

information relating to control and instrumentation. h) Grading charts. i) Valve schedules and locations suitably cross- referenced.

j) Wiring and piping diagrams of plan and apparatus.

Page 40: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/23

Carried to collection KSHS.

Page 41: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/24

ITEM DESCRIPTION KSHS. CTS

a) Schematic diagrams of individual plant, apparatus and switch and control boards. These diagrams to include those peculiar to individual plant or apparatus and also those applicable to system operation as a whole.

b) Operating and maintenance manual.

Schematic and wiring diagrams shall not be manufacturer’s multipurpose general issue drawings; they shall be prepared specifically for the sub-contract works and shall contain no spurious or irrelevant information. Marked-up drawings of the installation of the sub-contract works shall be kept up to date and completed by the date of practical or sectional completion. Six copies of the record drawings of the subcontract works and Six sets of the relay adjustment and grading charts and schematic diagrams on stiff backing shall be provided not later than one month later. The sub-contractor shall supply for fixing in sub-stations switch rooms, boiler houses, plant rooms, pump houses, the office of the maintenance engineer and other like places suitable valve and instruction charts, schematic diagrams of instrumentation as may be requested by the engineer provided that the charts, diagrams, etc., related to installations forming part of the sub-contract work. All such charts and diagrams shall be suitable plastic material on a stiff backing and must be approved by the engineer before final printing. Notwithstanding the sub-contractor’s obligations referred to above, if the sub-contractor fails to produce, to the engineer’s approval, either:-

a) The marked-up drawings during the execution of the subcontract works, OR

b) The record drawings, etc., within one month (4 weeks) of

section or practical completion. The Engineer shall have these drawings produced by others. The cost of obtaining the necessary information and preparing such drawings etc., will be recovered from the sub-contractor.

Page 42: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/25

Carried to collection KSHS.

Page 43: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/26

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

MAINTENANCE MANUAL On practical completion of the works, the sub-contractor shall provide to the engineer Six copies of maintenance manual relating to the installation forming part of all of the sub-contract works. The manuals shall contain full operating and maintenance instructions for each item of equipment plant and apparatus set out in a form dealing systematically with each system. It shall include the following and any other items listed in the text of the specification hereinafter:-

a) System description b) Plant c) Valve operation d) Switch operation e) Procedure of fault finding f) Emergency procedures g) Lubrication requirements h) Maintenance and servicing periods and procedures i) Colour coding legend for all services j) Schematic and wiring diagrams of plant and apparatus k) Record drawings, true to scale, reduced to International A4

size. l) Lists of primary and secondary spares.

PAINTING It will be deemed that the sub-contractor allowed for all protective and finish painting in the sub-contract sum for the sub-contract works, including colour codes of service pipe work to the approval of the engineer. Any special requirements are described in the text of the specification. HANDING OVER The sub-contract works shall be considered complete and the defects liability period shall commence only when the sub-contract works and supporting services have been tested, commissioned and operated to the satisfaction of the engineer/architect and officially approved and accepted by the employer, provided always that the handing over of the sub-contract works shall be coincident with the handing over of the main contract works.

Carried to collection KSHS.

P/21

Page 44: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

ITEM DESCRIPTION KSHS. CTS

A.

B.

C.

D.

CLEAR AWAY ON COMPLETION The sub-contractor shall, upon completion of the works, at his own expense remove and clear away all plant, equipment, rubbish and unused materials, and shall leave the whole of the works in a clear and tidy state, to the satisfaction of the engineer/architect. On completion the whole of the works shall be delivered up clean, complete and perfect in every respect of the satisfaction of the engineer/architect. LIQUIDATE AND ASCERTAINED DAMAGES Liquidated and Ascertained damages as stated in the main contract agreement will be claimed against any unauthorised delay in completion. The sub-contractor will be held liable for the whole or a portion of these damages should he cause delay in completion. DEFECTS LIABILITY PERIOD The defects liability period shall be six (6) months from the date of completion of the main contract as certified by the architect/engineer. THE FACTORIES (BUILDING OPERATION AND WORK OF ENGINEERING CONSTRUCTION) RULES 1978 In addition to complying with the requirements of the Factory Act (Cap 514) the sub-contractor shall comply in all respect with the above mentioned rules published in Legal Notice 179 date 2nd June 1978.

Carried to collection KSHS.

Page 45: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

P/28

ITEM DESCRIPTION KSHS. CTS

1.

2.

3.

4.

5.

6.

7.

8.

COLLECTION PAGE Total Carried from Page______ Total Carried from Page______ Total Carried from Page______ Total Carried from Page______ Total Carried from Page______ Total Carried from Page______ Total Carried from Page______ Total Carried from Page______

CARRIED TO MAIN SUMMARY PAGE

Page 46: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

PART B

PARTICULAR SPECIFICATION

FOR

AIR CONDITIONING INSTALLATIONS

Page 47: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

PART B

PARTICULAR SPECIFICATION FOR AIR CONDITIONING

INSTALLATIONS

- INDEX -

CLAUSE NO. DESCRIPTION PAGE

4.1 General B/1

4.2 Commencement of Works B/1

4.3 Climatic Conditions B/1

4.4 System Design Data B/2

4.5 Description of Contract Works B/2

4.6 Ordering B/2

4.7 Spares B/2

4.8 Plant and Equipment B/3

4.9 Direct Expansion Fan Coil Cooling Unit B/3

4.10 Air Cooled Outdoor Condensing Unit B/3

4.11 Single Package Cooling Unit B/3

4.12 Refrigeration Pipework B/3

4.13 Sheet Metal Ductwork B/4

4.14 Vibration Isolation B/4

4.15 Supply and Extract Grilles B/4

4.16 Ceiling Sweep Fans B/4

4.17 External Ductwork Insulation B/4

Page 48: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

4.18 Electrical Equipment for Air

Conditioning System B/5

4.19 Testing and Commissioning B/5

4.20 Instruction Period B/6

(i)

Page 49: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

PARTICULAR SPECIFICATION FOR AIR CONDITIONING SYSTEMS INSTALLATION

4.1 General

The Contract shall comprise the supply, delivery, installation setting to work, testing and commissioning

of all the materials and equipment called for in this specification and/or shown on the contract

drawings.

The tenderer shall include for all appurtenances and appliances not particularly called for in this

specification or on contract drawings but all which are necessary for the completion and

satisfactory functioning of the Contract works.

No. claims for extra payments shall be accepted from the Contractor for non-compliance with the above

requirement. If in the opinion of the tenderer there exists a difference between the specification

and the contract drawings, the tenderer should clarify the difference with the engineer before

tendering.

All the work shall be performed in a straight forward manner by competent workmen under skilled

supervision to the entire satisfaction of the Engineer

4.2 Commencement of Works

The Contractor in submitting his tender shall be deemed to have included for commencing any

necessary work on site at such a time as will comply with the main contractor's programme, or

shall be directed by the Engineer.

4.3 Location of site The site of the Contract works shall be situated at the site of the Mama Ngina Drive, Mombasa.

4.4 Climatic conditions

The following climate conditions apply at the site of the Contract works and all materials and equipment

used shall be suitable for these conditions:

Maximum Design temperature 35.0oC DB Minimum Design Temperature 12.3oC DB

Relative Humidity Range 41 - 97%

Extremely heavy rains fall at certain periods of the year and the tenderer shall be deemed to

have taken account of this fact in his prices and in the planning of the execution of the Contract

works.

4.5 System Design Data

The air-conditioning systems are designed to maintain the following

conditions with ambient design conditions of 32.6oC DB, 94% RH.

Internal Temperature: 23 +/- 1oC

Relative Humidity: ≥45 +/- 5% Noise Criteria: NC 30 +/- 5

B/1

Page 50: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

4.6 Description of the Contract Works

The work covered under this Contract shall comprise but not restricted to supply, delivery, installation,

testing and commissioning of the following as shown in contract drawings:-

a) Packaged cooling units. b) Direct expansion fan coil cooling units VRV/VRF. c) Air cooled condensing units with integral compressors for outdoor installation VRV/VRF. d) Ceiling cassettes. e) Supply & extract ductwork.

f) Refrigeration pipework complete with insulation. g) Supply & Extract air registers.

h) External weather louvers.

i) External ductwork insulation. j) Air extract and supply fans. k) Single package cooling units. l) Electrical Works and Controls.

m) Others as my be necessary.

4.7 Ordering

The Contractor shall order materials from the quantities taken from his own approved working drawings

and not the quantities shown in the specification.

4.8 Spares Spares shall be presented to the client at hand over.

4.9 PLANT AND EQUIPMENT General

The following plant and equipment specification covers the specific requirements of equipment to be

used throughout this Contract works and shall be read in conjunction with the Contract drawings.

It is deemed that the tenderer has based his tender on equipment which is similar in design,

performance and manufacture to that stated in this specification. If the tenderer wishes to offer

suitable alternative equipment to that specified, he may do so under a separate covering letter,

giving comprehensive details of the alternative offered and justification of the use of such

alternative.

Submission of the above will be on tenderer's own initiative and in no case will any expenses incurred

in preparation and documentation of such alternative be reimbursed. The employer reserves

the right of accepting any alternative to the specification.

The alternative equipment shall not form part of the main tender which must be based on the equipment

specified.

4.10 Direct Expansion Fan Coil Units (VRF/VRF)

The fan coil units will be installed as shown in the contract drawings, be robust, corrosion resistant, be

able to maintain individual room conditions by means of individual room controls and suitable

for the specified climatic conditions and shall be as manufactured by " DAIKIN/TOSHIBA/LG "

or equal and approved.

B/2

Page 51: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

4.11 Air Cooled Outdoor Condensing Units (VRV/VRF)/ SRLIT AIR CONDITIONING

They shall be robust, corrosion resistant and suitable for outdoor installation.

The units to be installed where shown in the contract drawings and shall be as manufactured by

MCQUAY, DAIKIN, TOSHIBA, LG or equal and approved.

4.12 Ceiling Cassettes (VRV/VRF)/ FAN COIL UNITS

The unit shall be robust, corrosion resistant and suitable for outdoor installation.

The unit to be installed where shown in the contract drawings and shall be as manufactured by

MCQUAY, DAIKIN, TOSHIBA, LG or equal and approved.

4.13 Refrigeration Pipework

Pipework shall be approved copper tubing and fittings, and shall be properly sized in conformity with

Equipment manufactured manual Good workmanship shall be required to ensure that all the

connections are completely air tight.

The suction line shall be insulated with at least 25 mm thickness of approved insulating material

which shall not have insulating properties inferior to those of cork.

4.14 Sheet Metal Ductwork

The duct sizes shall be as shown on the contract drawings, fabricated from galvanised mild steel sheets

of thickness 1 mm (SWG 20) .

External ductwork exposed to weather shall be applied with 2 coats of bitumastic paint.

4.15 Vibration Isolation

The Contractor shall be responsible for ensuring that sufficient provision is made to prevent the

transmission of vibration from all equipment to the supporting structure and interconnected items

of the complete system. It is deemed that the tenderer has included for this requirement in his

pricing.

4.16 Supply and Extract Air Grilles

The face of the grilles shall be manufactured from extruded aluminium sections and to be as

manufactured by "WATERLOO" or approved.

4.17 Extract fans

These shall be installed where shown in the drawings. They shall be as Soler & Palau BOX FANS or

equal and approved. The installation shall be carried in accordance to the manufacturer's site

work instructions.

4.18 External Ductwork Insulation

Insulation shall be 25 mm thick expanded Armaflex sheet or spray applied polyurethane foam to a

uniform thickness of 25mm. Polystyrene shall be fixed so that the edges butt without gap and the insulation shall overlap at

corners by the thickness of the insulation. The polystyrene sheet shall be fixed by means of a

suitable adhesive and plastic impingement pins attached to the ductwork.

The insulation finished with two coats of bitumastic paint and cladded with 0.6 mm thick galvanised

mild steel sheeting.

B/3

Page 52: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

The cladding shall be fixed in lengths of not less than 1.8 metres and the longitudinal seam shall

have an overlap of 25 mm and be screwed by self-tapping screws. Joints between lengths of

cladding shall be made with a 25 mm overlap and sealing with bitumastic and self-tapping

screws. At bends the cladding shall be mitred and each section of mitre shall contain an overlap

to permit sealing with bitumastic and securing with self-tapping screws.

Joints between lengths of cladding shall be made with a 25 mm overlap and sealing with

bitumastic and self-tapping screws.

The insulation shall be fixed in strict compliance with the manufacturer's installation

recommendations.

4.19 Electrical Equipment for Air Conditioning System

i) General The following specification covers the general requirements of electrical equipment associated with

the air conditioning system.

The contractor shall base his quotation on equipment which is similar or equal to the following

specification.

ii) Motor for the fans The motors for the fans shall be totally enclosed squirrel cage induction motors for connection in 240V

50 Hz AC 1-phase or 3phase as detailed in the bills of quantities Motor windings to be

connected in star delta and class 'F' insulation to BS 2757. Motors below 3hp shall DOL

and over 3hp shall be started by star delta.

iii) Electric Starters and Conductors The Contractor shall supply and install all starters and contactors for all the motors.

Star-Delta starters shall comply with the general provision of BS 587.

Star-Delta contactors shall comply with BS 775:1956 mechanical class 3 and category A4 - 500 for

making and breaking capacity.

Page 53: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

4.20 Testing and Commissioning

i) Site Tests The Contractor shall supply all instruments and equipment necessary to carry out site tests and shall

arrange with other Contractors for the testing of associated equipment which may affect

the performance of the plant installed under these Contract works.

ii) Site Tests - Fans All fans shall be charged with a suitable lubricant and shall be tested upon completion of the ancillary

system erection to ascertain that the performance of each fan complies with the

requirements of the specification.

iii) Completion of Works - Balancing and Commissioning

Following the site tests and prior to handover, air conditioning systems shall be balanced by means of

grilles and dampers so as to give the required air flow rates.

The complete system shall be balanced and commissioned as a whole.

Sectional balancing and commissioning on any one part of the system where this excludes final

complete system balancing and commissioning shall not be accepted.

Test volumes within ducts shall be within +/- 5% of the design volumes and volumes at grilles

shall be within +/- 10% of the design volumes. When the system has been balanced to

the satisfaction of the Engineer it shall be run under complete automatic control for 72

hours continuous operation before acceptance and handover.

Any faults discovered during this time shall be corrected and a further test or tests of 72 hours

duration shall be carried out to ensure satisfactory operation, all at the expense of the

Contractor.

The testing, balancing and commissioning shall be carried out as described in 'CIBSE'

Commissioning code series A, air distribution and shall be witnessed by the Engineer or

his duly authorised representative.

4.21 Instruction Period

The Contractor shall allow in his contract sum for instructing in the use of the installation to the client's

maintenance staff. The period of instruction may be within the contract period but may also be

required after the contract period has expired.

The period of time required shall be stipulated by the client but will not exceed one week in which time

the client's staff shall be instructed in the operation and maintenance of the equipment.

B/4

Page 54: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

Name of Contractor _________________________________

PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND

CULTURAL DISTRICT IN MOMBASA COUNTY

CERTIFICATE OF SITE VISIT

I/We, the undersigned Contractor, hereby certify that I/we have visited the above site, that

I/we have familiarized ourselves fully with the existing buildings and that we are completely

aware of the requirements of the tender documents as to the scope of works required to

complete the works and the conditions under which such works will be carried out.

Contractor _________________________________________________________________

Date _______________________________________________________________________

Page 55: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

TENDER EVALUATION CRITERIA

After tender opening, the tenders will be evaluated in 4 stages, namely:

1. Preliminary examination;

2. Technical evaluation;

3. Financial Evaluation; and

4. Recommendation for Award.

STAGE 1: PRELIMINARY EXAMINATION

This stage of evaluation shall involve examination of the pre-qualification conditions as set out in the

Tender Advertisement Notice or Letter of Invitation to Tender and any other conditions stated in the

bid document.

These conditions may include the following:

i) Current Category of Registration with National Construction Authority (NCA) in the relevant

trade;

ii) Current Class of Licenses with the relevant statutory bodies e.g. Energy Regulatory

Commission, County Governments, and Water Management Boards etc.; iii)

Proof of payment for tender document if required;

iv) The Bid has been submitted in the format required by the procuring entity;

v) Provision of a tender Security, that is in the required form, amount and that the tender is valid

for the period required; vi) Dully filled Form of Tender; vii) Valid Tax Compliance

Certificate;

viii) Dully filled Confidential Business Questionnaire; ix)

Dully signed Statement of Compliance; and

x) The required number of copies of the tender has been submitted and all required documents,

information and samples have been submitted if stipulated in the tender, advertisement/Invitation

letter.

Note:

Page 56: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

The bid security shall be in accordance with clauses 13 and 23.2 of Instruction to Tenderers which

states as follows:

Clause 13.1 of Instruction to Tenderers, “the tenderers shall furnish as part of his tenders a tender

surety in the amount stated in the tender document in the Appendix to Instructions to

Tenderers”.

Clause 13.2 of Instruction to Tenderers, “the unconditional Tender surety shall be in Kenya shillings and

be in form of a certified cheque, bank draft, an irrevocable letter of credit or a guarantee from a

reputable Bank/ Insurance approved by PPOA located in the Republic of Kenya. The format of the

surety shall be in accordance with the sample form included in the tender documents and the tender

surety shall be valid for 150 days from the date of tender opening”.

Clause 23.2 of Instruction to Tenderers: “For the purposes of this clause, a substantially responsive

tender is one which conforms to all terms and condition and specifications of the tender document

without material deviation or reservation and has a valid Bank/Insurance guarantee”.

Bomas of Kenya Ltd /procuring entity may seek further clarification/confirmation if necessary to

confirm authenticity/compliance of any condition of the tender. Further, in case of a discrepancy

between the amounts stated in the appendix to instruction to tenderers and the one stated in the

advertisement or invitation letter, the bid security shall be taken as the amount in the advertisement/

letter of invitation.

The tenderers who do not satisfy any of the above requirements shall be considered

NonResponsive and their tenders will not be evaluated further

STAGE 2 TECHNICAL EVALUATION

A) Assessment for eligibility

The tender document shall be examined based on clause 2.2 of the Instruction to Tenderers which

states as follows:

‘In accordance with clause 2.2 of Instruction to Tenderers, the tenderers will be required to provide

evidence for eligibility of the award of the tender by satisfying BOMAS OF KENYA LTDof their eligibility

under sub clause 2.1 of Instruction to Tenderers and adequacy of resources to effectively carry out the

subject contract. The tenderers shall be required to fill the Standard Forms provided for the purposes of

providing the required information. The tenderers may also attach the required information if they so

desire.

The award of points for the STANDARD FORMS considered in this section shall be as shown below

PARAMETER MAXIMUM POINTS

(i) Tender Questionnaire ----------------------------------------------------- 5

Page 57: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

(ii) Key personnel -------------------------------------------------------------- 20

(iii) Contract Completed in the last Five (5) years ----------------------- 20

(iv) Schedules of on-going projects ---------------------------------------- 8

(v) Schedules of contractors equipment ---------------------------------- 20

(vi) Audited Financial Report for the last 3 years ---------------------- 10

(vii) Evidence of Financial Resources ------------------------------------ 15

(viii) Litigation History ------------------------------------------------------- 2

TOTAL 100

The detailed scoring plan shall be as shown in table 1 below: -

Item Description Points scored

Max. Point

i.

Tender Questionnaire Form

5 Completely Filled---------------------------------------------------------- 5

Not filled-------------------------------------------------------------------- 0

ii.

Key Personnel (Attach evidence)

20

Director of the firm

Holder of degree in relevant Engineering field-------------------- 6

Holder of diploma in relevant Engineering field------------------ 5

Holder of certificate in relevant Engineering field---------------- 3

Holder of trade test certificate in relevant Engineering field-- 2

Page 58: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

No relevant certificates------------------------------------------------- 1

Atleast 1 No. degree/diploma of key personnel in relevant Engineering field

With over 10 years relevant experience---------------------------- 6

With over 5 years relevant experience ----------------------------- 4

With under 5 years relevant experience---------------------------- 2

Atleast 1 No. certificate holder of key personnel in relevant Engineering field

With over 10 years relevant experience---------------------------- 4

With over 5 years relevant experience ----------------------------- 3

With under 5 years relevant experience---------------------------- 1

Atleast 2 No. artisan (trade test certificate in relevant Engineering field)

Artisan with over 10 years relevant experience----------------- 2

Artisan with under 10 years relevant experience --------------- 1

Non skilled worker with over 10 years relevant experience-- 1

iii.

Contract completed in the last five (5) years (Max of 5 No. Projects)- Provide Evidence

20 Project of similar nature, complexity and magnitude --------- 4

Project of similar nature but of lower value than the one in consideration ------------------------------------------------------------ 3

No completed project of similar nature --------------------------- 0

iv.

On-going projects – Provide Evidence

8

Four and above projects of similar nature, complexity and magnitude ---------------------------------------------------------------- 8

Page 59: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

Three and below projects of similar nature, complexity and magnitude----------------------------------------------------------------- 6

No projects of similar nature, complexity and magnitude---- 4

v.

Schedule of contractors equipment and transport (proof or evidence of ownership/lease)

a) Relevant Transport

20

Means of transport (vehicle) ---------------------------------------- 10

No means of transport------------------------------------------------ 0

b) Relevant Equipment

Has relevant equipment for work being tendered-------------- 10

No relevant equipment for work being tendered--------------- 0

vi.

Financial report

a) Audited financial report (last three (3) years)

10

Average Annual Turn-over equal to or greater the cost of the project--------------------------------------------------------------------- 10

Average Annual Turn-over above 50% but below 100% of the cost of the project------------------------------------------------------------- 6

Average Annual Turn-over below 50% of the cost of the project 3

b) Evidence of financial resources (cash in hand, lines of

credit, over draft facility, etc.)

15

Has financial resources to finance the projected monthly cash flow* for three months----------------------------------------------- 15

Has financial resources equal to the projected monthly cash flow* ------------------------------------------------------------------------------ 10

Has financial resources less then the projected monthly cash flow* ------------------------------------------------------------------------------ 5

Has not indicated sources of financial resources--------------- 0

vii. Litigation history

2

Filled----------------------------------------------------------------------- 2

Page 60: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

Not filled------------------------------------------------------------------ 0

TOTAL

100

TABLE 1: Assessment for Eligibility

Any bidder who scores 60 points and above shall be considered for further evaluation

Monthly Cash Flow = Tender Sum/Contract Period

B) Compliance with Specialist Works specifications

In this section, the bid will be analyzed to determine compliance with General and Particular technical

specifications for the works as indicated in the tender document. The tenderer shall fill in the

Technical Schedule as specified in the tender document for Equipment and Items indicating the

Country of Origin, Model/Make/Manufacturer of the Item/Equipment they propose to supply.

The tenderer shall also submit relevant technical brochures/catalogues with the tender document,

highlighting the catalogue Numbers of the proposed items. Such brochures/catalogues should indicate

comprehensive relevant data of the proposed equipment/items which should include but not limited

to the following:

a) Standards of manufacture;

b) Performance ratings/characteristics;

c) Material of manufacture;

d) Electrical power ratings; and

e) Any other necessary requirements (Specify).

Following the above analyses, where the proposed equipment is found not to conform to the

stipulated specifications, the tender will be deemed Non–Responsive and will not be evaluated

further.

C) Assessment of deviations

Pursuant to section 64 of the act, a tender is deemed responsive if it conforms to all the mandatory

requirements and it does not contain major deviations. Section 23.2 of the instruction to tenderers,

defines major deviations as

Page 61: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

a) One that affects in a substantial way the scope, quality, completion timing, administration of

works to be undertaken by the tenderer under the contract, inconsistent with the tender document;

or

b) Which limits in any substantial way the rights of BOMAS OF KENYA LTDor the tenderers

obligations; or

c) Whose rectification would affect unfairly the competitive position of other tenderers

presenting substantially responsive tenders.

Where the deviations are minor in the view of the tender committee, with the concurrence of the

procuring entity representative, the evaluation committee shall quantify such deviations pursuant to

section 64 (3) of the act which requires that a minor deviation shall:

a) Be quantified to the extent possible; and

b) Be taken into account in the evaluation and comparison of tenders.

Where the deviation in the view of the tender committee with the concurrence of the procuring entity

representative is major, the tender shall be deemed non-responsive and will not be evaluated

further.

Page 62: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

TABLE 2: Assessment of Deviations

Item

Does the Deviation Substantively Affect the following?

YES

NO

1

Scope of the Works or Services to be delivered

2

Quality of the Works or Services to be delivered

3

Completion Timing

4

Administration of the Works

5

Consistency with the tender document

6

Rights of Bomas of kenya ltd in a negative manner

7

Limit the Tenderer’s Obligation

8

Affect unfairly the competitive position of other tenderers

COMMENT

Any bidder who OBTAINS A YES in the above table shall be considered NON-RESPONSIVE and shall

not be evaluated further.

Page 63: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

STAGE 3 - FINANCIAL EVALUATION

Upon completion of the technical evaluation a detailed financial evaluation shall follow. The financial

evaluation shall proceed in the manner described in the Public Procurement and Disposal Act (2005)

of the laws of Kenya (Section 66) and the Public Procurement and Disposal Regulations, 2006

specifically section 50 (1), (2), and (3).

The evaluation shall be in three stages

a) Preliminary examinations;

b) Comparison of Rates; and

c) Consistency of the Rates.

A) Preliminary Examinations

The preliminary examination in the Financial Evaluation shall be in accordance with clause 26 of

Instruction to Tenderers.

The parameter to be considered under this section includes; Arithmetic Errors

The bid shall be checked for arithmetic errors based on the rates and the total sums indicated in the bills

of quantities.

a) Confirmation shall be sought in writing from the tenderers whose tender sums will be

determined to have a significant arithmetic error to their disadvantage, to confirm whether they stand

by their tender sums. The error shall be treated as per clause 24 of Instructions to Tenderers.

Non compliance with the above shall lead to automatic disqualification from further evaluation.

Discount if any shall be treated as an error in pursuant to clause 26.3 of Instructions to Tenderers

B) Comparison of rates-

Items that are underpriced or overpriced may indicate potential for non-delivery and front loading

respectively. The committee shall promptly write to the tenderer asking for detailed breakdown of costs

for any of the quoted items, relationship between those prices, proposed construction/installation

methods and schedules.

The evaluation committee shall evaluate the responses and make an appropriate recommendation to

the procuring entity’s tender committee giving necessary evidence. Such recommendations may include

but not limited to:

a) Recommend no adverse action to the tenderer after a convincing response;

Page 64: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

b) Employer requiring that the amount of the performance bond be raised at the expense of the

successful tenderer to a level sufficient to protect Bomas of kenya ltd against potential

financial losses;

c) Recommend non-award based on the response provided and the available demonstrable

evidence that the scope, quality, completion timing, administration of works to be undertaken

by the tenderer, would adversely be affected or the rights of Bomas of kenya ltd or the

tenderers obligations would be limited in a substantial way.

C) Consistency of the Rates

The evaluation committee will compare the consistency of rates for similar items and note all

inconsistencies of the rates for similar items.

Page 65: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

STAGE 4 - RECOMMENDATION FOR AWARD

The lowest responsive bidder whose score is 75% and above may be recommended for award.

Page 66: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION Rev A0

WORKS - KILINDINI CULTURAL CENTRE

Mechanical Bills of Quantity 1 Private and Confidential

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

I AIR CONDITIONING SYSTEM

A VRV/VRF SYSTEMS

Supply and install VRV/VRF air-conditioning system compatible with R410A.The tender price includes delivery to site, lifting, shifting, positioning at site, and electrical connections to positions terminated by the Electrical contractor. ALL EQUIPMENT TO BE TOSHIBA/DAIKIN/ OR EQUAL AND APPROVED

VRF INDOOR UNITS

ii

Four way Ceiling Cassette indoor unit, weighing 20kg with 41/34 dBA Sound pressure level suitable for operation on R410A refrigerant and of unit cooling capacity of 7.1KW (24,100 Btu/hr) at a pressure of 45, dimension 575x575x286. The units to be complete with the drain pumps, application control board and all the accessories

No. 2

-

ii Ditto, 9.0kw, 24,200Btu/hr, No. 23 -

B REMOTE CONTROLLERS

Wired backlit Remote Controllers which can monitor a single unit or a group of a maximum of 8 indoor units. Unit should offer dual set point control, refrigerant leak detection indication, 7 day timer, start stop functions, operating mode change, temperature and fan speed adjustment, timer, auto diagnostics and fault code display, built in power back up to keep setting upto 48hours in case of power failure.

No. 25

-

C OUTDOOR UNIT

i

VRF/VRV (Variable Refrigerant Flow) system Outdoor heat pump (Heating and cooling) with dual twin rotary compressors and dual inverter drives with stepless modulation for precise capacity control of frequency differential of 1Hz, should have two stage oil separation to ensure complete

oil recovery and an Outdoor unit should have minimum 20 step ODU fan morot for the stability of suction and discharge pressure and quick response to IDU temperature control of 16HP, cooling capacity of 50.4KW, 172,000 Btu/hr, weighing 269Kg with 63dB(A) Sound pressure level. The unit shall be suitable for operation on R410A refrigerant. Modular type outdoor units equipped with highly efficient scroll compressors with all inverter type compressor(s) only, special acryl precoated heat exchanger, low noise condenser fan, pre coated fin type heat exchangers. All refnet piping system shall be imported. All structural frame work platforms required shall be of HVAC vendor as per site conditions.The quote must include outdoor circuit breaker and 40AMPs isolator. The units must be such that any of the combination module can act as the master and non is purely slave.

No. 2

-

ii Ditto, 36HP, 101KW, 345,000btu/hr No. 1 -

D REFRIGERANT TOP-UP

Allow for Pressure testing and topping up R410A refrigerant of above mentioned AC sytem complete as required on site. Gas to be Honeywell/Dupoint

No 3 -

E REFIRGIRANTS PIPE

Supply, Installation, Testing and Commissioning of the following sizes of Interconnecting Hard

copper piping. The insulation shall be 19mm thick Class O closed cell elastometric Nitrile Rubbertubular foam with aluminum foil cover in sleeve form, all Insulation joints must be covered with aerotape. The piping shall be supported at every 1.5 mt distance & shall be pressure tested at 1.5 times the working pressure. Thickness of copper piping and welding to be as per OEM standard. Note: all piping inside the room should be properly supported with perforated GI perforated trays.

i 6.35mm OD ( insulation 19mm) LM 20 -

ii 9.52mm OD ( insulation 19mm) LM 130 -

iii 12.70mm OD ( insulation 19mm) LM 116 -

iv 15.88mm OD ( insulation 19mm) LM 102 -

Page 67: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION Rev A0

WORKS - KILINDINI CULTURAL CENTRE

Mechanical Bills of Quantity 2 Private and Confidential

v 19.05mm OD ( insulation 19mm) LM 46 -

vi 22.23mm OD ( insulation 19mm) LM 34 -

vii 25.40mm OD ( insulation 19mm) LM 35 -

viii 28.58mm OD ( insulation 19mm) LM 115 -

viii 38.10mm OD ( insulation 19mm) LM 28 -

TOTAL CARRIED FORWARD TO NEXT PAGE -

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

BROUGHT FORWARD FROM PREVIOUS PAGE -

A APPLICATION CONTROL BOARD

Allow for an Application Control PC Board as Toshiba TCB - IFCBS - PE within the indoor units No. 25 -

B REFNETS JOINTS

Supply, Installation, Testing and Commissioning of Refrigerant 'Y'Joint Required for distribution of refrigerant in copper piping etc complete as per layout drawings and Standard specifications

All Refnet joints based on manufacturers specs and installation guidelines with insulations, as per the design

No 25 -

C ELECTRICAL CONNECTIONS

Supply, Installation testing & Commissioning from Electrical panel to Electrical supply to VRF Outdoor units. Incomer will be terminated by others. Weather proof (IP-65) control panel should be complete with main MCCB, Multi functional meter, rotary switch, indicating lamps, bus-bar, ELCB, and single phase preventer for each outgoing feeder, etc. Electrical panel should be suitable for VRF ODU.

No. 3

-

D CONTROL WIRING i Allow for control/transmission wiring in 2corex 1.5sqmm shielded copper wire from Indoor Units to

the Outdoor Units SUM 3 -

ii Allow for wiring from Indoor Units to the remote controller No. 13 -

E AMC

AMC (Annual Maintenance Contract) cost 2 years additional warranty on complete VRF/VRV system including service as quoted above from date of commissioning.

Sum 1 -

Page 68: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION Rev A0

WORKS - KILINDINI CULTURAL CENTRE

Mechanical Bills of Quantity 3 Private and Confidential

Page 69: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION Rev A0

WORKS - KILINDINI CULTURAL CENTRE

Mechanical Bills of Quantity 4 Private and Confidential

TOTAL FOR AIRCONDITIONING CARRY FORWARD TO COLLECTION PAGE -

Page 70: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION Rev A0

WORKS - KILINDINI CULTURAL CENTRE

Mechanical Bills of Quantity 5 Private and Confidential

Page 71: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION Rev A0

WORKS - KILINDINI CULTURAL CENTRE

Mechanical Bills of Quantity 6 Private and Confidential

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

COLLECTION PAGE

I BROUGHT FORWARD FROM AIR CONDITIONING PAGE KES -

II BROUGHT FORWARD FROM MECHANICAL VENTILATION PAGE KES -

III SUB TOTAL KES -

Page 72: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION Rev A0

WORKS - KILINDINI CULTURAL CENTRE

Mechanical Bills of Quantity 7 Private and Confidential

SUB TOTAL CARRIED FORWARD TO SUMMARY PAGE -

Page 73: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION

WORKS - KILINDINI CULTURAL CENTRE

8

Page 74: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1d- ‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN MOMBASA COUNTY- HVAC INSTALLATION

WORKS - KILINDINI CULTURAL CENTRE

9

Mechanical Bills of Quantity Private and Confidential

Page 75: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

‘TENDER NO. MOT/01/2018-2019- PROPOSED REGENERATION OF MAMA NGINA DRIVE WATERFRONT AND CULTURAL DISTRICT IN

MOMBASA COUNTY’

Page 76: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

Drawing Issue & Schedule Sheet

Page 77: MINISTRY OF TOURISM AND WILDLIFE STATE DEPARTMENT …...ministry of tourism and wildlife state department of tourism tender no. mot/01/2018 - 2019 (1d) tender document for proposed

1 of 1 Private and Confidential