pdf24 Merged Pagenumber
pdf24 Merged Pagenumber
Bidders are expected to inform by way of email to procurement@kitui.go.ke in the event they have no
intention to bid.
1
TABLE OF CONTENTS
PREFACE...................................................................................................................................................................iii
(iii) Certification.............................................................................................................................................7
v) SELF-DECLARATION FORM...............................................................................................9
PART 3: CONTRACT..............................................................................................................................14
CONTRACT AGREEMENT......................................................................................................................14
CONDITIONS OF CONTRACT................................................................................................................15
2
REQUEST FOR QUOTATIONS.
CountyGovernmentofKitui,
Ministry of health and sanitation
P.O. Box 33-90200, Kitui, Kenya
Email Address: procurement@kitui.go.ke
2) Request for Quotations No: Q……./2024-2025
3) Contract Name :
The Ministry of health and sanitation invites you to submit quotations for PROPOSED RENOVATION OF MWAKINI
DISPENSARY, CONSTRUCTION OF LABORATORY ROOM AND COMPLETION OF FENCING
indicated in detail in “Table A. Schedule of Requirements and Specifications”. The quotation shall follow the instructions and
documents in this RFQ document and shall be in English Language. Tenderers may obtain further information during office
hours from Supply Chain Management Office or via Email procurement@kitui.go.ke
1. Quotations shall be submitted in PDF format on the IFMIS Portal https://supplier.treasury.go.ke in accordance
with the instructions in this document.
2. Quotations shall be prepared in English Language clearly indicating name and address of tenderer, the quotation name
and title and must be submitted not later than the time in the IFMIS Portal.
3. Enquiries regarding this quotation may be addressed to the Director, Supply Chain Management through the
email procurement@kitui.go.ke
4. Any resulting contract shall be subject to the terms and conditions detailed in Part 3: Contract.
5. Please inform by email or express mail the undersigned within N/A (Specify the number of days)of receipt of
this RFQ if you will not be submitting a quotation.
3
Address for Submission of Quotations.
Yours sincerely,
4
PART 1: INSTRUCTIONS TO TENDERERS
1. Tenderers are advised to read carefully these instructions and the Conditions of Contract in Part 3:
Contract, before preparing the quotation. The standard forms in this RFQ may be photocopied for completion
but the Tenderer is responsible for their accurate reproduction. The term Tenderer shall mean the firm or
person invited to submit a quotation. The term Quotation herein shall mean the quotation submitted as
usually understood in public procurement.
2. Validity of Quotations: The quotation will be held valid for 90 days from the date of submission.
3. The Quotation shall consist of completed Tables A, B and C and the Form of Quotation all indicated in Part
2 of this Request for Quotations, and documents to evidence Eligibility and Conformity to Technical
Specifications.
4. Sealing and Marking of Quotations: Quotations in one “one original” should be sealed in a single
envelope, clearly marked with the Quotation Reference Number in the RFQ, the Tenderer's name and the
name of the Procuring Entity. Envelopes should be sealed in such a manner that opening and resealing cannot
be achieved undetected.
5. Submission of Quotations: Quotations, and any alternatives if allowed as per Item 11 below, should be
submitted to the address below, on or before the date and time indicated in sub-item 4 below. Late quotations
will be rejected.
3) Physical address for hand or Courier Delivery to an office or Quotation Box (City, Street Name,
Building, Floor Number and Room) N/A
6. Opening of Quotations: Quotations will be opened immediately after the closing date and time specified in
item 5 (4) above, by at least three appointed officials of the Procuring Entity.
7. Tenderer Eligibility: Tenderer must submit Documentary evidence to show His/her eligibility to be
awarded a contract to cover each of the following: (i) valid trading license (ii) certificate of registration, and
(iii) valid tax compliance certificate. (iv) AGPO Certificate (where applicable). The Tenderer shall also
complete attached forms to confirm eligibility and non-existence of a conflict of interest in relation to this
procurement requirement by signing the attached Forms.
8. Invitation not transferable: This invitation is not transferable to other firms or individuals not so invited.
9. Goods Eligibility: Tenderer must submit as evidence documents to show the country of origin of any goods to
be supplied or incorporated in the work or services
10. Technical Specifications: Documentary evidence to show that the goods meet the technical specifications.
11. Alternative Quotations: Tenderers are not permitted to submit alternative quotations for goods/alternative
technical solutions for specified parts of the Works or Services (select one). Only the alternatives, if any, of
the Tenderer with the winning quotation conforming to the basic technical requirements shall be considered
by the Procuring Entity.
12. Currency: Quotations shall be priced in Kenya Shillings. Quotations in other currencies will be rejected if
not allowed.
5
1
The Procuring Entity shall allow/not allow quotations in foreign currency (procuring Entity to select one).
13. Evaluation of Quotations: The evaluation of quotations will be conducted using the procedure set out below:
6
years should be submitted and must
demonstrate the soundness of the
applicant’s financial position and net
worth (15 marks)
iii)Attach the Current bank statement
account balance. (15 marks)
TOTAL 100
The pass mark for this evaluation stage shall be 60%.
i) Financial comparison of quotations to determine the lowest evaluated quotation. In case foreign currency
is allowed, for comparison purposes only, foreign currency quotations will be converted to Kenya
shillings using the exchange rates published by the Central Bank of Kenya on the day of submission of
quotations.
14. Lowest Evaluated Quotation: The lowest evaluated quotation shall be recommended for award of contract.
15. Award of contract: Award of contract shall be by placement of a Letter of Acceptance or Local Purchase
Order in accordance with Part 3: Contract. The currency of award and payment shall be currency in which the
quotation was submitted. Unsuccessful tenderers who responded will be notified of the accepted quotation,
indicating the name and the amount of the accepted quotation
16. Right to Reject: The Procuring Entity reserves the right to accept or reject any quotation or to cancel the
quotation process and reject all quotations at any time prior to contract award.
Subject of Quotation
PROPOSED RENOVATION OF MWAKINI
DISPENSARY, CONSTRUCTION OF
LABORATORY ROOM AND COMPLETION
OF FENCING
3 7
1. We have examined and have no reservations to the Request for Quotation document, and understand its
full content and intent.
2. In compliance with your request for quotations dated 07/03/2025, referenced above, we offer to
(specify one of supply goods, complete the works or provide the services) to cover and conform to our pricing
listed in the attached in Table B. Quotation Submission TABLE at a total price of Kenya Shillings
KSHS 3,968,134.00 (in words) THREE MILLION NINE HUNDRED AND SIXTY EIGHT
OR in Foreign Currency (if allowed), Currency N/A amount N/A (in words)
3. We confirm that we are eligible to participate in public procurement and meet the eligibility criteria specified
in Part 1: INSTRUCTIONS TO TENDERERS.
4. We undertake to adhere by the Code of Ethical Conduct for Suppliers, Contractors and Service Providers,
copy available from www.kitui.go.ke during the procurement process and the execution of any resulting
contract.
5. We confirm that the prices quoted are fixed and firm for the duration of the validity period and performance of
the contract and will not be subject to revision or variation.
6. The validity period of our quotation is: days from the time and date of the submission
deadline (number to be sameas in the instructions to Tenderers).
7. We confirm we are not submitting any other Quotation as an individual or firm, and we are not participating
in any other Quotation as a Joint Venturemember or as a subcontractor.
8
8. We, along with any of our subcontractors, suppliers, Engineer, manufacturers,
or service providers for anypart of the contract, are not subject to, and not
controlled by any entity or individual that is subject to a temporary suspension
or a debarment imposed by the Public Procurement Regulatory Authority or any
other entity of the Government of Kenya, or any international organization.
9. We hereby certify that we have taken steps to ensure that no person acting for us
or on our behalf engages in any type of Fraud and Corruption.
10. We hereby certify and confirm that the Quotation is genuine, non-collusive and
made with the intention of accepting the contract if awarded. To this effect we
have signed the “Certificate of Independent Quotation Determination” attached
below.
11. We, the Tenderer, have completed fully and signed the FORM FOR
DISCLOSURE OF INTEREST- interest of the firm in the Procuring Entity,
attached below.
designation
Signature:
9
i) SCHEDULE OF REQUIREMENTS TABLE
(Procuring Entity will complete the list of items to be same as those on Part 2 Table A.
Schedule of Requirements and Technical Specifications and tenderer shouldcomplete
columns Dand E).
TOTAL 3,968,134.00
10
Signature:
And seal/Stamp
Position: – PROPRIETOR
Date 08/03/2025
11
ii) FORM FOR DISCLOSURE OFINTEREST - Interest of the Firm in the Procuring Entity.
i) Are there any person/persons in Ministry of health and sanitation who has/have an interest or relationship
in this firm? Yes/No……NO…………………
On behalf of the Tenderer, I certify that the information given above is complete, current and accurate as at the date of
submission.
08/03/2025)
(Signature) (Date)
7 13
iv) CERTIFICATE OF INDEPENDENT QUOTATION DETERMINATION
1. I, the undersigned, in submitting the accompanying Letter of quotation to the MINISTRY OF HEALTH AND
SANITATION [Name of Procuring Entity]:
[Name and number of quotation]PROPOSED RENOVATION OF MWAKINI DISPENSARY CONSTRUCTION
OF LABORATORY ROOM AND COMPLETION OF FENCING -1797731-2024/2025 In response to the request
for tenders made by: LODRINA AGENCIES
[Name of Tenderer]
Do hereby make the following statements that I certify to be true and complete in every respect:
4. I understand that the Tenderer will be disqualified if this Certificate is found not to be true and complete in
every respect;
5. I am the authorized representative of the Tenderer with authority to sign this Certificate, and to submit
the quotation on behalf of the Tenderer;
6. For the purposes of this Certificate and the quotation, I understand that the word “competitor” shall include
any individual or organization, other than the Tenderer, whether or not affiliated with the Tenderer, who:
a) has been requested to submit a quotation in response to this request for quotations;
b) could potentially submit a quotation in response to this request for quotations based on their
qualifications, abilities or experience;
8. In particular, without limiting the generality of paragraphs (5)(a) or (5)(b) above, there has been no
consultation, communication, agreement or arrangement with any competitor regarding:
a) prices;
b) methods, factors or formulas used to calculate prices;
c) the intention or decision to submit, or not to submit, a quotation; or
d) the submission of a quotation which does not meet the specifications of the request for quotations; except
as specifically disclosed pursuant to paragraph (5) (b) above;
9. In addition, there has been no consultation, communication, agreement or arrangement with any competitor
regarding the quality, quantity, specifications or delivery particulars of the works or services to which this
request for tenders relates, except as specifically authorized by the procuring authority or as specifically
disclosed pursuant to paragraph (5)(b) above;
10. the terms of the quotation have not been, and will not be, knowingly disclosed by the Tenderer, directly or
indirectly, to any competitor, prior to the date and time of the official quotation opening, or of the awarding of
the Contract, whichever comes first, unless otherwise required by law or as specifically disclosed pursuant to
paragraph (5)(b) above.
DECLARE AS FOLLOWS:
That, We the Tenderer including any entity or individual that directly or indirectly controls, is controlled by or is
under common control with us, and any subcontractors, suppliers, project managers, consultants, manufacturers,
service providers, agents, individuals, or any other party involved or to be involved for any part of the processes of
procurement and contract execution related to the above quotation:
a) have not engaged/will not engage in any corrupt or fraudulent practices in the processes of procurement and
contract execution related to the above quotation as defined and/or described in the following:
b) have not offered/will not offer any inducement to any member of the board, management, staff and/or
employees and/or agents of … MINISTRY OF HEALTH AND SANITATION . (name of the procuring
entity);
c) have not engaged/will not engage in any collusive or corrosive practice with other tenderers participating in
the subject quotation;
d) have not been sanctioned or debarred by any entity from participation in public procurement proceedings of
Kenya.
That, what is deponed to herein above is true to the best of our knowledge, information and belief.
Name of the person duly authorized to sign the quotation on behalf of the Tenderer:
.PAUL NGWILI...................................................................................................................[Insert complete name of
person duly authorized to sign the quotation]
9 15
vi) FOREIGN TENDERER 40% RULE
(not to be included in the RFQ for supply of goods, supply and installation of plant and equipment, insurance,
purchase of property, andother RFQ wherethis rule maynotbe practical).
Pursuant to the provisions in the Public Procurement and Disposal Act, 2015, a Foreign Tenderer must complete this
form to demonstrate that the quotation fulfils this condition
16
11
S.No Quality
1. PROPOSED RENOVATION 1
OF MWAKINI DISPENSARY,
CONSTRUCTION OF
LABORATORY ROOM AND
COMPLETION OF FENCING
17
TECHNICAL SPECIFICATIONS FOR WORKS/SERICES
(a) A preliminary description of the proposed works/services and work method and schedule, including drawings
and charts, as necessary, containing all required information by which the proposed works may be evaluated (e.g.
technical characteristics, operational capacities, maintenance, environmental effect, etc.) together with manuals or
instructions for use or any other relevant information and documentation, delivery/installation schedules, etc.;
(b) A detailed statement of how the tenderer will carry out the works/services that will form an integral part of the
Contract.
(c) DRAWINGS
12
18
TABLE B. SCHEDULE OF REQUIREMENTS TABLE
(Procuring Entity will complete the list of items to be same as those on Table A. Schedule of Requirements and
Technical Specifications and tenderer should complete columns c-e)
TOTAL 3,968,134.00
Signature:
And seal/Stamp
Name: PAUL
NGWILI
Position: PROPRIETOR
Date 08/03/2025
19
PART 3: CONTRACT
CONTRACT AGREEMENT
[Insert name of Supplier, or contractor or service provider], and having its principal place of business at
(2) WHEREAS the Procuring Entity invited quotations for the Supply of Goods/works/services (select one)
described in Table B, i.e.
[insert
brief description of
Goods, works and Services] and has accepted a Quotation by the Tenderer in the sum of
[insert Contract Price in words and
figures] (hereinafter called “the Contract Price”).
2. In consideration of the payments to be made by the Procuring Entity to the Supplier/contractor/service provider
as hereinafter mentioned, the Supplier/contractor/service provider hereby covenants with the Procuring Entity to
provide the Goods/works/services and to remedy defects therein in conformity in all respects with the provisions of the
Contract.
3. The Procuring Entity hereby covenants to pay the Supplier/Contractor/service provider (select one) in
consideration of the provision of the Goods/works/services (select one) and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
(4) In WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the
laws of Kenya.
1. Language
The Contract as well as all correspondence and documents relating to the Contract exchanged by the
Supplier/Contractor/Service Provider (select one) Provider and the Procuring Entity, shall be written in the English
Language.
2. Eligibility
The goods shall have the nationality of an eligible country. All Goods and Related Services to be supplied under the
Contract shall have their origin in Eligible Countries.
3. Notices
Any notice given by one party to the other pursuant to the Contract shall be in writing.
4. Governing Law
The Contract shall be governed by and interpreted in accordance with the Laws of Kenya, unless otherwise specified
hereunder.
5. Settlement of Disputes
The Procuring Entity and the Supplier/Contractor/Service (select one) shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.
If the parties have failed to resolve their dispute or difference by such mutual consultation, either the Procuring Entity
or the Supplier/Contractor/Service (select one) may give notice to the other party of its intention to commence
arbitration. The dispute shall be referred to adjudication or arbitration in accordance with the laws of Kenya.
The Supplier/Contractor/Service Provider (select one) shall supply all the Goods included in the Schedule of
Requirements.
7. Contract Price
Prices charged by the Supplier/Contractor/Service Provider (select one) under the Contract shall not vary from the
prices quoted by the Supplier/Contractor/Service Provider (select one) in its quotation.
8. Terms of Payment
The Contract Price shall be paid One hundred (100) percent of the Contract Price as follows (select one):
(i) For Goods, price of goods received upon submission of a claim/invoice supported by the
acceptance certificate issued by the Procuring Entity.
(ii) For Works, upon valuation by the Contractor of the portion of the works completed, such
valuation to be accepted by the Procuring Entity, payments up to final completion certificate.
(iii) For Services, upon valuation by the Service Provider of the services completed, such valuation
to be accepted by the Procuring Entity, payments up to final completion certificate
9. Inspections and Tests
The Supplier/Contractor/Service Provider (select one) shall at its own expense and at no cost to the Procuring Entity
carry out all such tests and/or inspections of the Goods, works or Services to confirm their conformity to technical
specifications.
10. Warranty
15
The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they
incorporate all recent improvements in design and materials, unless provided otherwise in the contract.
21
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
PROPOSED RENOVATION OF MWAKINI DISPENSARY
AND COMPLETION OF FENCING
Page 1
22
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.
Murram blinding
50mm thick Quarry dust blinding to surfaces of
A hardcore :rolled smooth to receive polythene sheeting Sm 13 150.00 1,950.00
(m.s)
Damp -Proof Membrane
500mm Gauge polythene damp proof membrane laid on
B blinded hardcore with 100mm folded side and end laps Sm 13 170.00 2,210.00
(Measured net-allow for laps)
Anti-termite treatment
Insitu concrete :
Mass concrete class 20/20mm in:
50mm thick plain concrete (mix 1:4:8) blinding under strip
D Sm 8 500.00 4,000.00
foundation
F 100mm vibrated reinforced concrete 1:2:4 in floor slab bed Sm 13 1,200.00 15,600.00
Sawn formwork
Ditto;edges of floor slab over 75mm but not exceeding
G Lm 13 100.00 1,300.00
150mm
Page 2
23
Total carried to collection 38,100.00
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.
Foundation walling
Natural dressed stone walling bedded and jointed in
A Sm 23 1,500.00 34,500.00
mortar mix (1:3) in 200mm thick.
Insitu finishings
Floor finish
D 32mm thick ( mix 1:3) cement sand screed grouted steel Sm 13 350.00 4,550.00
trowelled hard and smooth
Collection
Brought up forward page………….…1 24,580.00
Page 3
24
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.
C Extra over gutter for stop end; 140mm diameter No. 4 495.00 1,980.00
D Extra over gutter for joint union; 140mm diameter No. 4 605.00 2,420.00
Inspection chamber
Page 4
25
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.
Water Tanks
10,000 Litre Water tank
Collection
Brought up forward page………….…4 81,310.00
Page 5
26
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.
COLLECTION
Page 6
27
ITEM DESCRIPTION QTY UNIT RATE KSH
SEAT BENCHES
E 25mm thick cement sand screed to top and edges Sm 9 400 3,600.00
Page 7
28
TOTAL CARRIED TO SUMMARY 57,500
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
METAL DOORS
Painting
Prepare, prime and apply 2 coats of super gloss oil paint
as "crown" or any other equal and approved to surfaces
of:
WINDOWS
Glazing
B 4mm thick clear sheet glass in panes 0.1-0.5sm
fixed in steel window panes with putty. Sm 14 1,000.00 14,000
Window cill
C Precast concrete weathered and throated window
cill 250 x 75mm thick reinforced with 2 No. 8mm
diametre bars including all moulds and bedding
in cement sand mortar 1:4 Lm 0 500.00 -
Page 8
29
TOTAL CARRIED TO COLLECTION FOR DOOR
AND WINDOWS CARRIED TO SUMMARY 30,500
ITEM DESCRIPTION QTY UNIT RATE KSH
ELEMENT NO. 7 -FINISHES
Floors
A
Carefully hack the existing floor and make good and cart
away the debris to be directed by project manager item 15,000
CEILING FINISHES
General grade treated sawn cypress as described in:
Chipboard as described
H Extra over ditto for trap door size 600 x 600 mm including
all requisite framing all round NO 4 1,200.00 4,800.00
Page 9
30
L Ditto not exceeding 100mm girth LM 85 80.00 6,800.00
E
Paving in generally 600x600x50mm thick slabs jointed
and grouted up in cement sand(1:3) mortar including
50mm bed of sand sm 32 1,200.00 38,400
COLLECTION
Brought forward from pg 6 493,750.00
Page 10
31
TOTAL FOR ELEMENT NO. 7 FINISHES 561,590
CARRIED TO SUMMARY.
ITEM DESCRIPTION QTY UNIT RATE KSH
D
Prepare and apply 1 undercoat and one finishing coats
1st quality MATT emulsion paint to:-
E Ditto to surfaces of reveals and jambs. Sm 8 300.00 2,400
Page 11
32
ITEM DESCRIPTION KSH
SUMMARY OF ELEMENTS
ELEMENT NO. 1 , RAIN WATER GOODS AND TANK
A from pg 6 556,370
Page 12
33
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
Page 13
34
Carried to collection 77,470
ITEM DESCRIPTION QTY UNIT RATE KSH
A 50mm thick mass concrete (1;4:8) to bottom of piers sm 3 450.00 1,350
Walling
J 200mm thick natural stone walling(7N/smm min
crushing strength) in cement sand mortar 1:4 with and
including hoop-iron after every 2nd alternate course. Sm 38 1,500.00 57,000
Plinths
K 12mm thick rendering in cement sand mortar 1:4 Sm 4 350.00 1,400
COLLECTION
Page 14
35
Brought forward from pg 13 77,470
Page 15
36
N Labour and materials for eaves filling 200mmwide and
250mm mean height. Lm 16 150.00 2,400
WORKTOPS
A 75mm thick cast insitu vibrated reinforced concrete 1:2:4
to worktops Sm 5 1,500.00 7,500
B Sawn formwork to soffit of ditto Sm 5 500.00 2,500
C Ditto to edges of 75-150mm high Lm 9 150.00 1,350
D B.R.C A 142 to worktops Sm 7 400.00 2,800
K 25mm thick cement sand screed to top of worktops and 9 400 3,600.00
edges Sm
Page 16
37
Carried to collection 39,970
ITEM DESCRIPTION QTY UNIT RATE KSH
SHELVES
As manufactured by Hwang Sung Ltd or similar
Built in shelve units: comprising 75 x 50mm wrot softwood frames: 50 x
25mm bearers plugged and screwed: 25mm blockboard sides;
450x500mm high blockboard shelves : as per Architect's details
COLLECTION
Brought forward from pg 15 160,050
Page 17
38
TOTAL FOR ELEMENT NO. 2 WALLING
CARRIED TO SUMMARY 260,020
ITEM DESCRIPTION QTY UNIT RATE KSH
ELEMENT NO. 03 ROOF
Roof cover
A IT5 Box profiled G30 nailed with
washers to match. Sm 40 1,100.00 44,000
CARPENTRY
All in celcured well treated and seasoned cypress
C 100 x 50mm rafter. LM 32 400 12,800.00
Sundries
K Bed wall plate in cement sand mortar 1:3 . Lm 9 100.00 900.00
Page 18
39
TOTAL FOR ELEMENT NO. 03 ROOFCARRIED
TO SUMMARY 130,550
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
ELEMENT NO. 5- DOORS
METAL DOORS
Painting
Prepare, prime and apply 2 coats of super gloss oil paint
as "crown" or any other equal and approved to surfaces
of:
Page 19
40
TOTAL CARRIED TO COLLECTION FOR DOOR 19,200
ITEM DESCRIPTION QTY UNIT RATE KSH
ELEMENT NO. 5-WINDOWS
Supply and fix the following purpose made steel
casement purpose made windows, including all
cuttings,lugs, stays and bedding into wallsin ce-
ment sand mortar 1:4 complete with all necessary
accessories and priming once in red-oxide.
A Window size 1200x 1200mm high, with two open-
able side panes and four permanent mid panes as
per Architects drawing. No. 2 7,776.00 15,552
Glazing
B 4mm thick clear sheet glass in panes 0.1-0.5sm
fixed in steel window panes with putty. Sm 3 1,000.00 3,000
Window cill
C Precast concrete weathered and throated window
cill 250 x 75mm thick reinforced with 2 No. 8mm
diametre bars including all moulds and bedding
in cement sand mortar 1:4 Lm 3 500.00 1,500
Page 20
41
TOTAL CARRIED TO COLLECTION FOR
WINDOW 21,852
ITEM DESCRIPTION QTY UNIT RATE KSH
ELEMENT NO. 7 -FINISHES
Floors
A 25mm thick (1:4) cement sand backing to receive
ceramic tiles Sm 26 800.00 20,800
Page 21
42
Total carried to collection 247,600
ITEM DESCRIPTION QTY UNIT RATE KSH
CEILING FINISHES
General grade treated sawn cypress as described in:
Chipboard as described
D Extra over ditto for trap door size 600 x 600 mm including
all requisite framing all round NO 1 2,000.00 2,000.00
Page 22
43
COLLECTION
Brought forward from pg 21 247,600.00
Page 23
44
TOTAL FOR ELEMENT NO. 8-PAINTING &
DECORATIONS CARRIED TO SUMMARY 73,100
Page 24
45
TOTAL FOR COMPLETION OF LABORATORY
ROOM CARRIED TO GRAND SUMMARY. 1,050,112
D 1:3:6 mix Mass concrete for excavated pits and CM 8 9500 76,000
surrounded base.
Page 25
46
G 2100mm high x 14gauge galvanized chain link fence wire. SM 767 386 296,062
Excavate 150mm widex150mm deep small trench along LM 365 450 164,250
the fencing line and back fill with mass concrete 1:3:6 to
J seal off joint between chainlink and ground
BILL OF QUANTITIES FOR THE PROPOSED INSTALLATION AND REPAIRS OF SOLAR POWER AT MWAKINI
DISPENSARY KWAVONZA WARD, KITUI RURAL.
NOTE: These solar installation works MUST be carried out by contractors licensed to carry out solar
installations by EPRA.
Item
Description Qty Unit Rate (Ksh) Amount(Ksh)
Supply, Install, Test and commission the following;
1 Main Components
1.1
200 Watts, 12V monocrystalline solar panels as solinc,
suntech or dayliff or aprroved equivalentsecured on 2 No 14,500.00 29,000.00
suitably manufactured solar panel structures.
2 Accessories
2.1 Suntree Dc, MCCB, 100Amp, 2pole,1000vdc 1 No 13,000.00 13,000.00
2.2 Suntree Battery fuse Nh1 250amp/1000vdc 1 No 5,500.00 5,500.00
2.3 Suntree y-mc4 connectors (2-branch) 3 No 1,500.00 4,500.00
2.4 Single Mc4 connectors 2 No 500.00 1,000.00
Page 26
47
2.5 10.0mm² solar Pv cables (dc cables) as below;
(i) Red 20 Lm 300.00 6,000.00
(ii) Black 20 Lm 300.00 6,000.00
Item Description
Qty Unit Rate (Ksh) Amount(Ksh)
3 LIGHTING POINTS, FITTINGS & SWITCHES
3.1
Lighting points wired with 1.5mm2 PVC single core
cables [E.A cables or ASL] drawn into concealed 20mm
dia heavy gauge conduits with all the necessary
accessories
a). Lighting points
(i) 1-way lighting point and Repairs 4 NO 500.00 2,000.00
Page 27
48
3.5 10A switches as original Tronic, Carl & Gilberts or its
equivalent as;
(i) 1-gang 1-way and Repairs 4 NO 150.00 600.00
SUMMARY PAGE
ITEM DESCRIPTION
Sub-Total 1 carried from page 1 186,000.00
SUB-TOTAL 244,350.00
Page 28
49
ITEM DESCRIPTION KSH
Page 29
50
total for P.c and provisional sums carried to
Grand summary 250,000
ps 1
Page 30
51
PROPOSED RENOVATION OF
DISPENSARY,CONSTRUCTION OF LABORATORY
ROOM AND COMPLETION OF FENCING
WP ITEM NO.
GRAND SUMMARY
ITEM DESCRIPTION TENDERERS
AMOUNT OFFICIAL USE
NINE HUNDRED AND SIXTY EIGHT THOUSAND ONE HUNDRED AND THIRTY FOUR
SHILLINGS
Tenderer's signature and stamp……………………………………………………
Date 08/03/2025
DescriptionBUSINESS MAN
Date…08/03/2025
Page 31
52
Gs1
Page 32
53
COUNTY GOVERNMENT OF KITUI
PROJECT NAME
PROPOSED CONSTRUCTION OF DISPENSARY - KITUI COUNTY
CLIENT
OFFICE OF THE GOVERNOR
PREPARED BY
ARCHITECT--KITUI RURAL
CGoKTI
P.O.BOX 33-90200
KITUI
PREPARED BY
HEAD OF KITUI RURAL
CGoKTI
P.O.BOX 33-90200
KITUI
NOVEMBER,2024
54