0% found this document useful (0 votes)
41 views54 pages

pdf24 Merged Pagenumber

The County Government of Kitui is requesting quotations for the proposed renovation of Mwakini Dispensary, construction of a laboratory room, and completion of fencing, with a closing date for submissions set for March 12, 2025. Interested bidders must submit their quotations via the IFMIS Portal and are encouraged to inform the procurement office if they do not intend to bid. The document outlines the instructions, eligibility criteria, and evaluation process for bidders to follow.

Uploaded by

lazarusanuve
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
41 views54 pages

pdf24 Merged Pagenumber

The County Government of Kitui is requesting quotations for the proposed renovation of Mwakini Dispensary, construction of a laboratory room, and completion of fencing, with a closing date for submissions set for March 12, 2025. Interested bidders must submit their quotations via the IFMIS Portal and are encouraged to inform the procurement office if they do not intend to bid. The document outlines the instructions, eligibility criteria, and evaluation process for bidders to follow.

Uploaded by

lazarusanuve
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 54

COUNTY GOVERNMENT OF KITUI

TEL: 044-4422041, 4422304 Annex Administration Block


Email :kituicounty@kenya.go.ke. Savanni Road,Opp CDF Offices
First Floor
P.O. BOX 33 – 90200
KITUI

MINISTRY OF HEALTH AND SANITATION

STANDARD QUOTATION DOCUMENT FOR PROCUREMENT


REQUEST FOR QUOTATIONS FOR SMALL CONTRACTSFOR
WORKS, GOODS AND NON-SERVICES
Negotiation No: 1797731-2024/2025

Quotation description: PROPOSED RENOVATION OF MWAKINI DISPENSARY, CONSTRUCTION


OF LABORATORY ROOM AND COMPLETION OF FENCING

CLOSING DATE: 12/03/2025 12:00 Noon

Annex Administration Block Savanni Road,Opp CDF Offices First Floor


P.O. BOX 33 – 90200
KITUI

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

REQUEST FOR QUOTATIONS.................................................................................................................................vi

PART 1: INSTRUCTIONS TO TENDERERS........................................................................................1

QUOTATION AND QUALIFICATION DOCUMENTS..............................................................................3

i) SCHEDULE OF REQUIREMENTS TABLE.......................................................................5

ii) FORM FOR DISCLOSURE OF INTEREST...........................................................................6

(iii) Certification.............................................................................................................................................7

iv) CERTIFICATE OF INDEPENDENT QUOTATION DETERMINATION..........................8

v) SELF-DECLARATION FORM...............................................................................................9

vi) FOREIGN TENDERER 40% RULE...................................................................................10

PART 2: SCHEDULE OF REQUIREMENTS...................................................................................11

TECHNICAL SPECIFICATIONS FOR WORKS/SERICES.....................................................................12

TABLE B. SCHEDULE OF REQUIREMENTS TABLE........................................................................13

PART 3: CONTRACT..............................................................................................................................14

CONTRACT AGREEMENT......................................................................................................................14

CONDITIONS OF CONTRACT................................................................................................................15

2
REQUEST FOR QUOTATIONS.

1) NAME ANDCONTACT ADDRESSES OFPROCURING ENTITY.

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 :

4) REQUEST FOR QUOTATIONS (RFQ)

To: LODRINA AGENCIES P.O BOX 25-90201 MUTOMO


[Insert Name And Address Of Invited Bidder]
From:
Chief Officer,
Ministry of health and sanitation
County Government of Kitui

QUOTATION NO: CGOKTI/MOH/Q……/2024-2025

PROPOSED RENOVATION OF MWAKINI DISPENSARY, CONSTRUCTION OF LABORATORY ROOM


AND COMPLETION OF FENCING
QUOTATION NO: CGOKTI/MOH/Q……/2024-2025

REFERENCE NO: 1797731-2024/2025

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.

1) Name of Procuring Entity: Ministry of health and sanitation

2) Submission Link: https://supplier.treasury.go.ke

Yours sincerely,

[Signature, Designation and Position of Authorized Official]

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.

Address for Submission of Quotations.

1) Name of Procuring Entity:

2) MailingAddress: PostalAddress (include name of Officer to be attentional

3) Physical address for hand or Courier Delivery to an office or Quotation Box (City, Street Name,
Building, Floor Number and Room) N/A

4) Date of Submission (deadline): As in the IFMIS system

Time of Submission (deadline): As in the IFMIS system

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:

i) Mandatory Requirements Evaluation Criteria


ITEM DESCRIPTION
S/NO
Attach Valid business trading license/permit

Attach Certificate of registration/Incorporation

Attach a Valid Copy of Tax compliance -certificate

Attach a Valid copy of NCA 8 Certificate and above -Building works.

Attach National Identification Card Copies of the Directors.


Serialization/pagination of the quotation document

Dully filled, signed and stamped tender quotation document

ii) Technical Evaluation


Technical Evaluation to determine goods eligibility, compliance with technical specifications and commercial
responsiveness. Quotations failing this stage will be rejected and not considered in next stage.
Technical Evaluation Criteria
S/No Description Score Awarded Scores

1. of years the company was


registered: Below 1 year- 5marks
Below 2 years- 10marks Above 2
years- 20 marks

2. Work Experience Capability,


Evidence of past RELATED works (attach
copy of
LPO/LSO/contract/completion
certificate)
i) Purchase Orders amounting below
half contract sum. (20 marks)
ii) Purchase Orders equal half contract
sum. (30 marks)
iii) Purchase Orders equal of above
contract sum.(40 marks)
3. Financial Capability
i) Average annual turnover for the last
3 years should be equal or above the
contract sum (attach audited financial
reports (10 marks)
ii) Balance Sheets, signed and stamped
audited balance sheets for the last two

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.

QUOTATION AND QUALIFICATION DOCUMENTS

Instructions to Tenderer. Tenderermust complete andsubmit as


part of the Form of quotation.

(i) SCHEDULE OF REQUIREMENTSTABLE

(ii) FORM FOR DISCLOSURE OF INTEREST

(iii) CERTIFICATE OF INDEPENDENT QUOTATION DETERMINATION

(iv) SELF-DECLARATION FORM

(v) FOREIGN TENDERER 40% RULE(where provided)

FORM OF QUOTATION [To be completed by Tenderer]

Quotation Addressed to (Procuring Entity)


Date of Quotation 08/03/2025
Quotation Reference Number: 1797731-2024/2025

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

PROPOSED RENOVATION OF MWAKINI DISPENSARY, CONSTRUCTION OF


LABORATORY ROOM AND COMPLETION OF FENCING

(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

THOUSAND ONE HUNDRED AND THIRTY FOUR SHILLINGS

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.

We also confirm that the PROPOSED RENOVATION OF MWAKINI DISPENSARY,


CONSTRUCTION OF LABORATORY ROOM AND COMPLETION OF FENCING (goods to be
supplied/works to be constructed/services to be provided (select one) conform to the SCHEDULE OF
REQUIREMENTS TABLE below and in conformity with technical specifications listed in PART 2:
SCHEDULE OF REQUIREMENTS of this RFQ Document.

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.

The Delivery/Completion periodoffered is: 90 (Ninety) days from date


of acceptance of Quotation. The warranty period offered is N/A weeks.

Quotation Authorized by: Name and

designation

PAUL NGWILI - PROPRIETOR

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).

S.No Description of Goods/works/services


(Procuring Entity to select one) Qty Unit Cost Total Cost
1. PROPOSED RENOVATION OF MWAKINI
DISPENSARY, CONSTRUCTION OF 3,968,134.00
1
LABORATORY ROOM AND COMPLETION
OF FENCING
Allow a provisional sum of 0.03% of the
contract sum for Public Procurement
Capacity Building Levy Order 2023(“The
Levy Order,2023”)

TOTAL 3,968,134.00

10
Signature:
And seal/Stamp

Name: PAUL NGWILI

Position: – PROPRIETOR

Authorised for and on behalf of (specify name of tenderer) LODRINA AGENCIES

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…………………

If yes, provide details as follows.

Names of Person Designation in the Interest or Relationship with


Procuring Entity Tenderer
1
2 NONE
3

ii) Conflict of interest disclosure

Type of Conflict Disclosure If YES provide details of


YES OR NO the relationship with
Tenderer
1 Tenderer is directly or indirectly controls, is N/A
controlled by or is under common control with
another tenderer.
2 Tenderer receives or has received any direct or N/A
indirect subsidy from another tenderer.
3 Tenderer has the same legal representative as N/A
another tenderer
4 Quotation has a relationship with another N/A
tenderer, directly or through common third
parties, that puts it in a position to influence the
quotation of another tenderer, or influence the
decisions of the Procuring Entity regarding this
quotation process.
5 Any of the Tenderer’s affiliates participated as a N/A
consultant in the preparation of the design or
technical specifications of the works that are the
subject of the quotation.
6 Tenderer would be providing goods, works, N/A
non-consulting services or consulting services
during implementation of the contract
specified
in this Quotation Document.
7 Tenderer has a close business or family N/A
relationship with a professional staff of the
Procuring Entity who are directly or indirectly
involved in the preparation of the Quotation
document or specifications of the Contract,
and/or the Quotation evaluation process of
such contract.
8 Tenderer has a close business or family N/A
relationship with a professional staff of the
Procuring Entity who would be involved in
the implementation or supervision of the
Contract.

9 Has the conflict stemming from such N/A


relationship stated in item 7 and 8 above been
resolved in a manner acceptable to the
Procuring Entity throughout the quotation
process and execution of the Contract?
12
6
iii) Certification

On behalf of the Tenderer, I certify that the information given above is complete, current and accurate as at the date of
submission.

Full Name PAUL NGWILI

Title or Designation PROPRIETOR

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:

2. I certify, on behalf of LODRINA AGENCIES [Name of Tenderer] that:

3. I have read and I understand the contents of this Certificate;

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;

7. The Tenderer discloses that [check one of the following, as applicable]:


a) The Tenderer has arrived at the quotation independently from, and without consultation,
communication, agreement or arrangement with, any competitor;
b) the Tenderer has entered into consultations, communications, agreements or arrangements with one or
more competitors regarding this request for quotations, and the Tenderer discloses, in the attached
document(s), complete details thereof, including the names of the competitors and the nature of, and
reasons for, such consultations, communications, agreements or arrangements;

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.

Name PAUL NGWILI -


Title PROPRIETOR
Date08/03/2025
[Name, title andsignature of authorized agent of Tendererand Date]
14
v) SELF-DECLARATION FORM

We, the Tenderer LODRINA AGENCIES


(insert name) submitting our Quotation in respect of Quotation No
for PROPOSED RENOVATION OF MWAKINI DISPENSARY CONSTRUCTION OF LABORATORY ROOM AND
COMPLETION OF FENCING -1797731-2024/2025 (insert quotation Title Description) for MINISTRY OF
HEALTH AND SANITATION (insert Name of Procuring Entity)

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:

i) the RFQ for the above Quotation;


ii) Kenya's Public Procurement and Asset Disposal Act, 2015) and its attendant Regulations;

iii) Kenya's Anti-Corruption and Economic Crimes Act, 2013; and

iv) any such other Acts or Regulations of Government of Kenya;

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 Tenderer: .......LODRINA AGENCIES


[Insert complete name of tenderer signing the quotation]

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]

Title of the person signing the Quotation: ...........PROPRIETOR............................................................................................


[Insert complete title of the person signing the quotation]

Signature of the person named above................................................................................[Insert signature of person


whose name and capacity are shown above]

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

ITEM Description of Work Item Describe location of COST in Comments, if any


Source K. shillings
A Local Labor
1
2
3
4
5
B Sub contracts from Local sources
1
2
3
4
5
C Local materials
1
2
3
4
5
D Use of Local Plant and Equipment
1
2
3
4
5
E Add any other items
1
2
3
4
5
6
TOTAL COST LOCAL CONTENT XXXXX
PERCENTAGE OF CONTRACT PRICE

16
11

PART 2: SCHEDULE OF REQUIREMENTS

TABLE A. SCHEDULE OF REQUIREMENTS, TECHNICAL SPECIFICATIONS

Table A. SCHEDULE OF REQUIREMENTS AND TECHNICAL SPECIFICATIONS


[Procuring Entity to complete Columns a-d and Tenderer to complete Column Indicating YES or No and if NO indicate the specification of the offered item]

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

(Procuring Entity to attach Drawings (if any)

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)

S.No Description of Goods/works/services


(Procuring Entity to select one) Qty Unit Cost Total Cost
1. PROPOSED RENOVATION OF MWAKINI
DISPENSARY, CONSTRUCTION OF 3,968,134.00
1
LABORATORY ROOM AND COMPLETION
OF FENCING
Allow a provisional sum of 0.03% of the
contract sum for Public Procurement Capacity
Building Levy Order 2023(“The Levy
Order,2023”)

TOTAL 3,968,134.00

Signature:
And seal/Stamp
Name: PAUL
NGWILI

Position: PROPRIETOR

Authorized for and on behalf of (specify name of tenderer)


LODRINA AGENCIES

Date 08/03/2025

19
PART 3: CONTRACT

CONTRACT AGREEMENT

(1) THIS CONTRACT AGREEMENT is made (specify date).

Between and County Government of Kitui,


having its principal place of Business at Kitui County Headquarters P O Box 33-90200 Kitui and

[Insert name of Supplier, or contractor or service provider], and having its principal place of business at

[Insert address of Supplier, contractor or service provider].

(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”).

(3) NOW THIS AGREEMENT WITNESSED AS FOLLOWS:

1. This Contract Agreement includes the following documents:

(a) Table A. SCHEDULE OF REQUIREMENTS AND TECHNICAL SPECIFICATIONS

(b) Table B. QUOTATIONSUBMISSION TABLE

(c) FORM OF QUOTATION

(d) Conditions of Contract

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.

For and on behalf of the Procuring Entity

Signed: [insert signature]


in the capacity of [insert title or other appropriate designation]

in the presence of [insert identification of official witness]

For and on behalf of the Supplier/Contractor/Service Provider (select one)

Signed: [insert signature of authorized representative(s) of the Supplier]


in the capacity of [insert title or other appropriate designation]
in the presence of [insert identification of official witness]14
20
CONDITIONS OF CONTRACT

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.

6. Supplier/Contractor/Service Provider Responsibilities

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

TANK BASE AND 10,000 LTRS-WATER TANK (2NO.)


ELEMENT NO.1 - TANK BASE

SUBSTRUCTURE (All provisional)


Site clearance
Clear site of bushes, shrubs and undergrowth and dispose
A Sm 36 80.00 2,880.00
arising as directed.
Excavation and Earthworks
Excavate to remove vegetable soil(top soil) 150mm deep
B Sm 16 100.00 1,600.00
and dispose as directed
Excavate to reduce level 200mm deep and dispose
C Sm 16 200.00 3,200.00
excavated material as directed.
Excavate for strip foundation trench not exceeding 1.5m
D Cm 9 300.00 2,700.00
deep
E Dito; For down piping trench Cm 6 300.00 1,800.00
Disposal and Cart away
Load and cart away excavated materials from site as
E Cm 5 300.00 1,500.00
directed.
Return fill and ram approved excavated material around
F Cm 6 150.00 900.00
foundation

G Ditto; but around the down piping trench Cm 4 550.00 2,200.00


Fillings to make up levels

300mm thick imported approved murram filling to make


H Sm 13 150.00 1,950.00
up levels, compacted in layers not exceeding 150mm thick.

Hard core Filling as described.


300mm thick approved imported handpacked hardcore
filling well rolled and compacted under floor bed in layer
J not exceeding 300mm thick. Sm 13 450.00 5,850.00

Total carried to collection 24,580.00

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

Chemical anti-termite as "Gladiator" or other equal and


approved insecticide treatment, applied to surfaces of sub-
C Sm 13 230.00 2,990.00
walling around pavement areas in accordance with
manufacture's instructions.

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

200mm thick mass concrete class 15/20(1:3:6) under strip


E Cm 1 10,050.00 10,050.00
foundation
Substructure cont'd
Vibrated reinforced concrete;
Class 20/20mm(1:2:4)

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

14mm thick 2 No. coatwork cement sand (1:3) render;


B Sm 10 350.00 3,500.00
wood floated to concrete or blockwork base to walls

Prepare and apply three coats black bituminous paint


on;

C Rendered plinths, externally. Sm 10 300.00 3,000.00

Floor finish

D 32mm thick ( mix 1:3) cement sand screed grouted steel Sm 13 350.00 4,550.00
trowelled hard and smooth

Total to be carried to collection 45,550.00

Collection
Brought up forward page………….…1 24,580.00

Brought up forward page………….…2 38,100.00

Brought up Above page……….………3 45,550.00

TOTAL FOR 2NO TANK BASE 108,230.00


x2

Total for Element No.1- Tank Base 216,460.00

Page 3
24
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.

BILL No.2 RAINWATER GOODS & WATER TANK

Supply and Install UPVC gutters with and including


holder bats at 900 mm centres(m/s); colour to approval of
the Architect; described to:
140mm diameter UPVC gutter fixed to facsia with and
A Lm 32 1,050.00 33,600.00
including approved holderbats at 1500mm c/c

Plastic down pipe including connecting pipe;110mm


B Lm 21 1,000.00 21,000.00
diameter

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

E Gutter support brackets; 140mm diameter No. 24 210.00 5,040.00

F Stop end with running outlet; 140x75mm No. 2 765.00 1,530.00

G Down pipe bend; 110mm diameter No. 6 700.00 4,200.00

H Down pipe clips; 110mm diameter No. 8 230.00 1,840.00

J Tee ; 110mm diameter No. 1 2,200.00 2,200.00

K UPVC Inspection Tee;110mm diameter No. 1 2,500.00 2,500.00

Inspection chamber

Allow a lump sum of Five Thousand (5,000.00 Ksh.)


L Kenya shilling only for construction of inspection chamber Item 1 5,000.00 5,000.00
as per Project Manager's instructions

Total carried to collection 81,310.00

Page 4
25
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.

Water Tanks
10,000 Litre Water tank

Supply and fix 10,000 Ltrs UPVC water tank as Roto


Moulders, Top Tank or Ken tank or other equal and
approved; including all necessary and associated
A No. 2 126,800.00 253,600.00
plumbing works & testing of the plumbing works to the
Project Manager's satisfaction (Cylindrical vertical tank
2400mm dia. x 2800mm high)

Allow sum for Testing and Commissioning as directed by


B Project Manager Item 1 5,000.00 5,000.00

Total carried to collection 258,600.00

Collection
Brought up forward page………….…4 81,310.00

Brought up Above page 258,600.00

Element for Rainwater Goods and Water tank carried to


339,910.00
Summary.

Page 5
26
ITEM
DESCRIPTION UNIT QTY RATE AMOUNT
NO.

COLLECTION

Tank base brought from page 3 216,460.00

Rain water good and tank brought from page 5 339,910.00

Element for Tank base ,Rainwater Goods and Water


556,370.00
tank carried to Summary.

Page 6
27
ITEM DESCRIPTION QTY UNIT RATE KSH

SEAT BENCHES

A 75mm thick cast insitu vibrated reinforced concrete 1:2:4


to seat benches Sm 9 1,500 13,500.00

B Sawn formwork to soffit of ditto Sm 9 550 4,950.00

C ditto to edges 75-150mm high Lm 15 100 1,500.00

D B.R.C A 142 in floor bed Sm 9 450 4,050.00

E 25mm thick cement sand screed to top and edges Sm 9 400 3,600.00

F 200mm thick machine cut dwarf walling


in cement sand mortar 1:3 Sm 11 1,800 19,800.00

G 15mm thick cement sand plaster 1:3 to ditto Sm 11 400 4,400.00

H 3 coats plastic emulsion paint to plastered surfaces Sm 19 300 5,700.00

Page 7
28
TOTAL CARRIED TO SUMMARY 57,500
ITEM DESCRIPTION UNIT QTY RATE AMOUNT

ELEMENT NO. 5- DOORS AND WINDOWS

METAL DOORS

Provide and fix purpose made steel casement doorin


32x25x3mm R.H.S frame and checkered 2mm thick plate
as required size 900x2100mm high, top as plaincheckered
paneled sheet with all necessary burglarproofing 3-lever
locks complete with stays, fasternerslugs, rawl bolts and
one coat red oxide primerincluding casting into walling
in cement sand mortar1:3 with door stoppers . No. 0 18,000.00 -

Painting
Prepare, prime and apply 2 coats of super gloss oil paint
as "crown" or any other equal and approved to surfaces
of:

A Steel doors Sm 27 300.00 8,100.00

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 -

Prepare, prime and apply 2 coats of super gloss oil paint as


"crown" or any pther equal and aproved to surfaces of:-
D Steel windows Sm 28 300.00 8,400

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

B 25mm thick (1:4) cement sand backing to receive


ceramic tiles Sm 92 400.00 36,800

C 300x300x8mm thick ceramic tiles Sm 92 2,000.00 184,000


D 25 x 75mm high ditto skrting with a round top
and coved at junction. Lm 79 200.00 15,800

CEILING FINISHES
General grade treated sawn cypress as described in:

E 50 x 50 mm Brandering LM 258 250.00 64,500.00

F 100 x 25mm cornice with two labours LM 85 250 21,250.00

Chipboard as described

G 12mm Thick horizontal ceiling boards in systematic


pattern fixed to timber brandering (m.s) SM 92 1,200.00 110,400.00

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

Painting and Decorating

Knot, prime, stop and apply one undercoat and two


finishing coats plastic emulsion paint on woodwork
internally as described

J Chip board ceiling SM 92 300 27,600.00

F Surfaces 100 - 200 mm girth LM 85 80.00 6,800.00


K

Page 9
30
L Ditto not exceeding 100mm girth LM 85 80.00 6,800.00

CARRIED TO COLLECTION 493,750


ITEM DESCRIPTION QTY UNIT RATE KSH

PAVING SLAB AROUND THE BUILDING


ELEMENT NO. O1
SUBSTRUCTURE
A Excavate oversite average 200mm to remove
vegetable top soils, wheel and deposit on site Sm 32 100.00 3,200

B 300mm hardcore filling well watered and compac-


ted in 150mm layers to receive murram (m.s) Sm 32 400.00 12,800

C 50mm thick murram blinding well compacted to


receive floor bed(m.s) Sm 32 120.00 3,840
D 'Termidor' or any other equal and approved anti-
termite treatment applied as per manufactures
printed instructions. Sm 32 300.00 9,600

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

Carried to collection 67,840

COLLECTION
Brought forward from pg 6 493,750.00

Brought forward from Above 67,840.00

Page 10
31
TOTAL FOR ELEMENT NO. 7 FINISHES 561,590
CARRIED TO SUMMARY.
ITEM DESCRIPTION QTY UNIT RATE KSH

ELEMENT NO. 8 PAINTING & DECORATIONS

Prepare and apply 1 undercoat and one finishing coats


1st quality SILK VINYL emulsion paint to:-
A Plastered areas internally Sm 170 300.00 51,000

B Ditto Gable walling Sm 34 300.00 10,200

C Surfaces of revelas and jambs Sm 8 300.00 2,400

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

F Ditto Gable walling Sm 12 300.00 3,600

G Ditto rendered surfaces Sm 28 300.00 8,400

H Ditto piers Sm 29 300.00 8,700

TOTAL FOR ELEMENT NO. 8-PAINTING &


DECORATIONS CARRIED TO SUMMARY 86,700

Page 11
32
ITEM DESCRIPTION KSH
SUMMARY OF ELEMENTS
ELEMENT NO. 1 , RAIN WATER GOODS AND TANK
A from pg 6 556,370

B ELEMENT NO. 2 , SEAT BENCHES from pg 6 57,500

E ELEMENT NO. 3,DOORS AND WINDOWS from


pg 9 30,500

F ELEMENT NO 6, FINISHES from pg 10 561,590

G ELEMENT NO. 7 PAINTING & DECORATIONS


from pg 11 86,700

TOTAL FOR RENOVATION OF DISPENSARY


CARRIED TO GRAND SUMMARY. 1,292,660

Page 12
33
ITEM DESCRIPTION QTY UNIT RATE AMOUNT

PROPOSED CONSTRUCTION OF CONSTRUCTION OF


LABORATORY ROOM

LABORATORY ROOM( 4.5x4.2 with veranda 1.5)


ELEMENT NO. O1
SUBSTRUCTURE
A
Clear site of all bushes, shrubs and trees girth not
exceeding 600mm, grub out roots, stamps and desposeoff Sm 26 100.00 2,600

B Excavate oversite average 200mm to remove


vegetable top soils, wheel and deposit on site Sm 26 200.00 5,200
C Excavate for foundation trench not exceeding 1.5m
deep starting from stripped level. Cm 23 300.00 6,900

C Ditto column Piers and column pits Cm 4 300.00 1,200

D Extra over excavation for rock cm 2 1,200.00 2,400


E Return fill in and ram excavated material around
foundations. Cm 14 150.00 2,100

F Cart-away surplus excavated materials to where


directed. Cm 17 300.00 5,100
G Plucking and struting
up hold the sides of all excavaation item 20,000
H 300mm hardcore filling well watered and compac-ted in
150mm layers to receive murram (m.s) Sm 26 450.00 11,700

I 50mm thick murram blinding well compacted to


receive floor bed(m.s) Sm 26 100.00 2,600
J 'Termidor' or any other equal and approved anti-
termite treatment applied as per manufactures
printed instructions. Sm 26 300.00 7,800
K 500mm gauge polythene damp proof membrane. Sm 26 120.00 3,120
CONCRETE WORK

L 50mm thick mass concrete (1;4:8) to bottom of


foundation sm 15 450.00 6,750

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

B Mass concrete 100mm thick floor bed 1:3:6 Sm 26 1,200.00 31,200

C Ditto in strip footing Cm 3 12,000.00 36,000

D Ditto in piers base Cm 1 12,000.00 12,000

Sawnform work to:-


F Edges of surface bed and piers 75-150mm high. Lm 20 150.00 3,000

G Ditto to strip foundation sm 10 500.00 5,000

H Ditto to piers sm 2 500.00 1,000

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

L Prepare and apply 3 coats black bituminous paint


to ditto. Sm 4 300.00 1,200
Carried to collection 149,150

COLLECTION

Page 14
35
Brought forward from pg 13 77,470

Brought forward from pg Above 149,150

TOTAL FOR ELEMENT NO. 1-SUBSTRUCTURE 226,620


CARRIED TO SUMMARY

ITEM DESCRIPTION QTY UNIT RATE KSH


ELEMENT NO. 02-WALLING
Vibrated reinforced concrete 1:2:4 (20/20):-
A Ring beams & lintols Cm 1 13,000.00 13,000

B Ditto but for columns CM 1 13,000.00 13,000


Reinforcement
In beams and columns
C 8mm diametre mild steel bars to B.s 4449 Kg 37 150.00 5,550

D 12mm diametre square twisted bars to B.s 4461. Kg 74 150.00 11,100


Formwork
E Sides of beams and columns Sm 14 500.00 7,000

F Soffites of beams Sm 3 500.00 1,500


Walling
G 200mm thick machine cut stone walling in
cement sand mortar 1:4 with and including hoop-
iron after every 2nd alternate course externally Sm 37 1,800.00 66,600

H Ditto Gable walling Sm 6 1,800.00 10,800

J Ditto Dwarf walls Sm 6 1,800.00 10,800


K Hessian based bituminous felt damp proof course
bedded on mortar including leveling:-
200mm wide 3-ply hessian based damp proof course
in cement sand mortar 1:3 under walls Lm 14 150.00 2,100

L 250x200x25mm ventilation blocks long


building to opening in wall in cement sand 1:4 with
both ends flush with all faces and neat v-joint all
round at junction with plaster. No. 3 250.00 750
M Form or leave hole for ditto size 200x250mm diametrein
200mm thick walling. No. 3 150.00 450

Page 15
36
N Labour and materials for eaves filling 200mmwide and
250mm mean height. Lm 16 150.00 2,400

P 75mm diameter steel pipes CHS No 3 5,000.00 15,000.00


Total carried to collection 160,050
ITEM DESCRIPTION QTY UNIT RATE KSH

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

E Extra over boxing to create sink opening size No 3 200.00 600

F 15mm thick cement sand plaster to edges lm 9 400.00 3,600

G 200mm walling in cement sand mortar dwarf walls sm 5 1,800.00 9,000

H 2000mm DPC Lm 4 80.00 320

J 15mm thick cement sand plaster to walls sm 10 300.00 3,000

K 25mm thick cement sand screed to top of worktops and 9 400 3,600.00
edges Sm

L Prepare and apply 3 coats of super gloss oil paint to


plastered areas SM 10 300.00 3,000

M Ditto to work tops SM 9 300.00 2,700

Page 16
37
Carried to collection 39,970
ITEM DESCRIPTION QTY UNIT RATE KSH

ELEMENT NO. 8: JOINERY FITTINGS


The following in 25mm thick laminated MDF boards: 75 x 50mm
softwood frames: 40 x 20mm Architraves: 15mm quadrant beadings:
'Union' brass ironmongery: malpha hinges: ball catches: drawer and
door knobs:: all to Architects details

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

A Shelves size 6..0x 2.4m high No 1 60,000 60,000.00

Carried to collection 60,000

COLLECTION
Brought forward from pg 15 160,050

Brought forward from pg 16 39,970

Brought forward from pg Above 60,000

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

B Ditto ridge cover. Lm 5 500.00 2,500

CARPENTRY
All in celcured well treated and seasoned cypress
C 100 x 50mm rafter. LM 32 400 12,800.00

D 100 x 50 mm tie beam. LM 23 400.00 9,200.00

E 100 x 50 mm strutts and ties LM 56 350.00 19,600.00

F 100 x 50mm wall plate. LM 9 350.00 3,150.00

G 75 x 50mm purlins. LM 50 300.00 15,000.00

H 100x50mm king post LM 6 400.00 2,400.00

J 200 x 25mm fasciaboard and barge board. LM 17 500.00 8,500.00

Sundries
K Bed wall plate in cement sand mortar 1:3 . Lm 9 100.00 900.00

L Knot, prime,stop and apply 3 coats of super gloss oil


paint to surfaces of fascia board 200-300mm high Lm 17 100.00 1,700.00

M 150mm diameter upvc gutter fixed to fasica with and


including approved holder bats at 1500mm c/c Lm 9 1,200.00 10,800.00

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

Provide and fix purpose made steel casement doorin


32x25x3mm R.H.S frame and checkered 2mm thick plate
as required size 900x2100mm high, top as plaincheckered
paneled sheet with all necessary burglarproofing 3-lever
locks complete with stays, fasternerslugs, rawl bolts and
one coat red oxide primerincluding casting into walling
A in cement sand mortar1:3 with door stoppers . No. 1 18,000.00 18,000.00

Painting
Prepare, prime and apply 2 coats of super gloss oil paint
as "crown" or any other equal and approved to surfaces
of:

B Steel doors Sm 4 300.00 1,200.00

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

Prepare, prime and apply 2 coats of super gloss oil paint as


"crown" or any pther equal and aproved to surfaces of:-
D Steel windows Sm 6 300.00 1,800

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

B 300x300x8mm thick ceramic tiles Sm 26 6,000.00 156,000

C Ditto to work tops 300x300x8mm thick ceramic tiles Sm 5 5,000.00 25,000

D 25 x 75mm high ditto skrting with a round top


and coved at junction. Lm 17 200.00 3,400

E Ditto edges of work tops Lm 9 200.00 1,800


walls
C 20mm thick gauged plaster cement sand lime
1:1:6 with a smooth float. Sm 47 350.00 16,450

D Ditto Gable walling Sm 12 350.00 4,200

E Ditto to reveals and jambs. Sm 2 350.00 700

G Ditto Dwarf walls Sm 6 350.00 2,100


H Extra over horizzontal pointig in 10mm thick rod in
cement sand mortar(1.3) to external wall sm 35 350.00 12,250

J Ditto Gable walling Sm 6 350.00 2,100

L Ditto to reveals and jambs. Sm 2 350.00 700

M Ditto Rendered surfaces Sm 6 350.00 2,100

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:

A 50 x 50 mm Brandering LM 72 250.00 18,000.00

B 100 x 25mm cornice with two labours LM 17 250 4,250.00

Chipboard as described

C 12mm Thick horizontal ceiling boards in systematic


pattern fixed to timber brandering (m.s) SM 26 1,400.00 36,400.00

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

Painting and Decorating

Knot, prime, stop and apply one undercoat and two


finishing coats plastic emulsion paint on woodwork
internally as described

E Chip board ceiling SM 26 300 7,800.00

F Surfaces 100 - 200 mm girth LM 17 80.00 1,360.00

G Ditto not exceeding 100mm girth LM 17 80.00 1,360.00

Carried to summary 71,170.00

Page 22
43
COLLECTION
Brought forward from pg 21 247,600.00

Brought forward from Above 71,170.00

TOTAL FOR ELEMENT NO. 7 FINISHES 318,770


CARRIED TO SUMMARY.
ITEM DESCRIPTION QTY UNIT RATE KSH

ELEMENT NO. 8 PAINTING & DECORATIONS

Prepare and apply 1 undercoat and one finishing coats


1st quality SILK VINYL emulsion paint to:-
A Plastered areas internally Sm 47 300.00 14,100

B Ditto Gable walling Sm 12 300.00 3,600

C Surfaces of revelas and jambs Sm 2 300.00 600

Prepare and apply 1 undercoat and one finishing coats


1st quality MATT emulsion paint to:-
D Ditto to surfaces of reveals and jambs. Sm 2 300.00 600

E Ditto Gable walling Sm 6 300.00 1,800

F Ditto rendered surfaces Sm 6 300.00 1,800

G Ditto CHS pipes LM 12 50.00 600

H Allow sum of fifty thousand for mechanical works 1tem 1 50,000

Page 23
44
TOTAL FOR ELEMENT NO. 8-PAINTING &
DECORATIONS CARRIED TO SUMMARY 73,100

ITEM DESCRIPTION KSH


SUMMARY OF ELEMENTS

A ELEMENT NO. 1 , SUBSTRUCTURE from pg 2 226,620

B ELEMENT NO. 2 , SUPERSTRUCTURE R.C &


WALLING from pg 6 260,020

C ELEMENT NO 3, ROOFING from pg 7 130,550

D ELEMENT NO. 4, DOORS from pg 8 19,200

E ELEMENT NO. 5, WINDOWS from pg 9 21,852

F ELEMENT NO 6, FINISHES from pg 10 318,770

G ELEMENT NO. 7 PAINTING & DECORATIONS


from pg 11 73,100

Page 24
45
TOTAL FOR COMPLETION OF LABORATORY
ROOM CARRIED TO GRAND SUMMARY. 1,050,112

ITEM DESCRIPTION QTY UNIT RATE KSH


CHAIN LINK FENCING
2.1M High chainlink fencing(365LM)all provisional
Clear site along the fencing area (average 2000mm both LM 365 70 25,550
ways) of all vegetation and shrubs and small trees
A average girth 600mm and dispose off as directed.

B Excavate pits starting from ground level size CM 8 300 2,400


300x300x450mm deep and cart away excavate soil.

C Extra over excavations for excavating in rocks CM 2 1000 2,000


irrespective of class.

D 1:3:6 mix Mass concrete for excavated pits and CM 8 9500 76,000
surrounded base.

E 100x125x3000mm long cranked precast concrete fencing LM 369 1000 369,000


posts at the top and reinforced with 4Y8 & R6 styrups
@200mm centres.

F 100x125x2000mm long precast concrete struts at every LM 68 1000 68,000


end posts,thirtyth post and corner posts.

Page 25
46
G 2100mm high x 14gauge galvanized chain link fence wire. SM 767 386 296,062

H 12 ½gauge galvanized barbed wire 7No. strands for LM 2555 50 127,750


straining chainlink including binding tying wire.

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

Total Carried to collection 1,131,012


1

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.

1.2 Standard solar batteries 12V/200AH, deep cycle as


original champion, Ritar, Drom, felicity or approved 1 No 45,000.00 45,000.00
equivalent.
1.3 1.5Kva, 24V low frequency Hybrid solar inverter with
in-built 60A MPPT charge controller as felicity, Must 1 No 40,000.00 40,000.00
or approved equivalent

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

2.6 Solar support aluminium rails 4200mm-2pcs, Mid


clamps-6pcs, End Clamps-4pcs, L-Fits-6pcs and other 1 Item 25,000.00 25,000.00
associated accessories.
2.1.1 Portable Battery rack mild steel 1 Item 10,000.00 10,000.00
2.1.2 Pvc Minitrunking [40x40x2900mm]. 2 No 500.00 1,000.00
Sub - Total 1 186,000.00

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

(ii) Security lightings points-20W LED floodlights


(security lights) as tronic, wired using 1.5mm2 SC
cables [E.A cables or ASL] via 25A Electromagnetic
Contactor with a 240v coil automatically energized via
a photocell. 4 NO 3,500.00 14,000.00
3.2 10A Photocell sensor as Zodion. 1 NO 2,500.00 2,500.00
3.3 1.5mm² lighting cirtuitry cables as;
i) Red 20 Lm 800.00 16,000.00
ii) Black 20 Lm 175.00 3,500.00
iii) Yellow/Green -Earth 20 Lm 200.00 4,000.00
b). Fittings
3.4 4ft. 1x 18W (single) LED fixtures complete with tubes
as Metsec, Tronic or approved equivalent with all the
necessary accessories.
4 NO 1,500.00 6,000.00
c). Switches

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

4 POWERPOINTS & SOCKET OUTLETS


i) Red 10 LM 150.00 1,500.00
ii) Black 10 LM 150.00 1,500.00
iii) Yellow/Green -Earth 10 LM 150.00 1,500.00
4.1 13A double socket outlet as original Tronic or Carl &
Gilberts original and Repairs 4 NO 250.00 1,000.00
5 Earthing
5.1 300X300X300mm concrete earthing chamber complete
with concrete cover. 1 Item 2,500.00 2,500.00
5.2 Earth rod (16mm dia 1500mm long) with Earth rod
Clamp and driving head for earth rod. 1 No. 1,000.00 1,000.00
5.3 6.0mm2 SC/PVC copper earth lead in concealed 20mm
dia HG PVC conduit from the cable loop in box to 3 Lm 250.00 750.00
earth pit.

Sub - Total 2 58,350.00

SUMMARY PAGE
ITEM DESCRIPTION
Sub-Total 1 carried from page 1 186,000.00

Sub-Total 2 carried from page 2 58,350.00

SUB-TOTAL 244,350.00

Page 28
49
ITEM DESCRIPTION KSH

P.C & PROVISIONAL SUMS


A Allow a provisional of one hundrened thousand for
contigencies 100,000

B Allow a provisional sum of one hundrend and twenty thousand


for project management 120,000

C Allow a provisional sum of thirty thousand for transport 30,000

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

1 Particular Preliminaries from pg

2 General Preliminaries from pg

3 Renovation of Dispensary from Pg 12 1,292,660.00

4 Construction of Laboratory room from page 24 1,050,112.00

5 Completion of Fencing 1,131,012.00

6 Electrical works 244,350.00

7 Provisional Sums from page Ps 1 250,000.00

SUB TOTAL 3,968,134.00

TOTAL CARRIED TO FORM OF TENDER 3,968,134.00


Amount of tender in words: Kenya Shilings…THREE MILLION

NINE HUNDRED AND SIXTY EIGHT THOUSAND ONE HUNDRED AND THIRTY FOUR
SHILLINGS
Tenderer's signature and stamp……………………………………………………

Address…P.O BOX 22-00100 NAIROBI

Date 08/03/2025

Witness: Name and signature PETER MWANGI

DescriptionBUSINESS MAN

Address…P.O BOX 50-90200 KITUI

Date…08/03/2025

Page 31
52
Gs1

Page 32
53
COUNTY GOVERNMENT OF KITUI

MINISTRY OF ROADS,PUBLIC WORKS AND TRANSPORT

DEPARTMENT OF ROADS AND PUBLIC WORKS

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

You might also like