dedan kimathi university of technology p.o. … · dedan kimathi university of technology p.o. box...

14
2 DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY P.O. BOX 657, 10100 NYERI KENYA TELEPHONE: 0713-835965 OFFICE OF THE PROCUREMENT OFFICER Ref: DeKUT/OT/LT-032-036/1502/2017 15 th February, 2017 All Tenderers, RE: TENDER FOR THE PROPOSED CONSTRUCTION OF MAIN LECTURE THEATRE (MAIN WORKS, ELECTRICAL, MECHANICAL, STRUCTURED CABLING, PLUMBING, DRAINAGE & FIRE PROTECTION SERVICES) MINUTES OF THE PRE-BID SITE VISIT AND ADDENDUMS Subsequent to the Pre-Bid site meeting fo r the captioned building project that was held on Wednesday, 15 th February 2017, find herewith attached the following; 1. Minutes of pre tender site visit 2. Addendums 3. Tender Notice. The Tenderers should take note that the opening date, venue and time remains as it is in the advert. Yours faithfully, Peter Kariuki University Projects Coordinator Cc Vice Chancellor Better Life Through Technology DeKUT is ISO 9001: 2008 Certified

Upload: ngokien

Post on 08-Jul-2018

245 views

Category:

Documents


1 download

TRANSCRIPT

2

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY

P.O. BOX 657, 10100 – NYERI KENYA

TELEPHONE: 0713-835965

OFFICE OF THE PROCUREMENT OFFICER

Ref: DeKUT/OT/LT-032-036/1502/2017 15th

February, 2017

All Tenderers,

RE: TENDER FOR THE PROPOSED CONSTRUCTION OF MAIN LECTURE

THEATRE (MAIN WORKS, ELECTRICAL, MECHANICAL, STRUCTURED

CABLING, PLUMBING, DRAINAGE & FIRE PROTECTION SERVICES)

MINUTES OF THE PRE-BID SITE VISIT AND ADDENDUMS

Subsequent to the Pre-Bid site meeting fo r the captioned building project that was held on

Wednesday, 15th

February 2017, find herewith attached the following;

1. Minutes of pre tender site visit

2. Addendums

3. Tender Notice.

The Tenderers should take note that the opening date, venue and time remains as it is in the

advert.

Yours faithfully,

Peter Kariuki

University Projects Coordinator

Cc Vice Chancellor

Better Life Through Technology DeKUT is ISO 9001: 2008 Certified

3

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY

MINUTES OF THE PRE-BID SITE VISIT FOR THE PROPOSED

CONSTRUCTION OF MAIN LECTURE THEATRE FOR MAIN WORKS AND

ASSOCIATED WORKS HELD ON WEDNESDAY, 15TH

FEBRUARY 2 0 1 7 AT

10:00AM.

PRESENT.

Employer’s Representatives:

S.No Name Designation

I. Mr.Peter Kariuki University Project coordinator- Chairing

2 Mr. Joseph Nganga Project Manager- Member

3 CPA. James Murigu University Project Accountant- Member

4. QS. Zacharia Ngacha QS- Nyeri County

5. Eng. Joseph Kithu Electrical Eng. –Nyeri County

6. Ms. Anne Muraguri Procurement Officer

Bidder Representatives Present

4

CATEGORY 1 MAIN WORKS

S/NO NAME OF

REPRESENTATIVE

COMPANY NAME EMAIL

1. Joseph Kibaiya Kioni Construction LTD [email protected].

2. Yusuf .N.Ali Mashin Constuction LTD [email protected]

3. Nathan K Hinga Nichim Construction LTD [email protected]

4. Fredrick Ochieng Quintech Construction LTD [email protected]

5. Simiyu Anthony Geokarma Construction ltd. [email protected]

6. Patrick Kiriko Jomumu Building & General

Renovators ltd.

[email protected]

7. Muturi Gilbert Windson Services. [email protected]

8. Evans Miano Prolific Works Limited. [email protected]

9. Solomon Gathogo Vanguard Engineering LTD. [email protected]

10. Njuguna Gathogo Lenana Gorge Company LTD. [email protected]

11. Chris Kiago Johlive Builders. [email protected]

12. Titus Munene Three Sixty Vision Tech ltd. [email protected]

13. George Miatu MiatuSon General Contractors. [email protected]

14. Evans Maina Sun-Jua Builders ltd. [email protected]

15. John Macharia Zaina Building & Construction

Company.

[email protected]

16. George Kariuki Blage Contractors ltd [email protected]

17. Paul Ngunjiri Blue Valley Enterprices. [email protected]

@yahoo.com

18. Kenneth Chege Pemu Engineering &

Equipment.

[email protected]

19. Francis Ngure Elephant Construction Co ltd. [email protected]

20. Nancy Kariuki Thwama Building &

Construction.

[email protected]

21. Calvine Omondi Nerospace Creator ltd. [email protected]

5

CATEGORY 2 ELECTRICAL WORKS

S/NO NAME OF

REPRESENTATIVE

COMPANY NAME EMAIL

1. David Vundi MICRONET POWER

SYSTEMS

[email protected]

2.

Tom Gakure

Elite Intelligent.T.S.limited [email protected]

3. Solomon Gathogo Electroserve Ltd [email protected]

4. Nicholas Mwangi Powerware Systems Ltd [email protected]

5. John Macharia Zaina Building [email protected]

6. Francis Mwangi Nicepat Enterprises Ltd [email protected]

7.

Joseph Kingori Miu Electrical

[email protected]

22. J.M.Chege Thenge-ini General

Contractors ltd.

[email protected]

23. Samuel Muraya SnowPeak Refrigeration &

Gen Contractors.

[email protected]

24. Michael Mwinga Jamwi Building Construction. [email protected]

25. Stanley M.Wangui Zohari C&E ltd. [email protected]

26. Simon Mbugua MacMan Enterprises

27. P.Kimani Bridgestan cons.com Bridstan.com

28. Bernard Njua Sun-Jua Builders [email protected]

6

CATEGORY 3 MECHANICAL INSTALLATION WORKS

S/No. Name of

Representative

Company Name EMAIL

1. John Macharia Zaina Building and

Construction [email protected]

2. Solomon Gathogo Vanguard Engineering Limited info@vanguard Engineering.co.ke

3. Titus Maina Refrigeration Technic (E.A) Ltd Refrigeration [email protected]

4.

Jackson Nyamai Seven Fourteen Ltd [email protected]

[email protected]

CATEGORY 4 PLUMBING, DRAINAGE & FIREFIGHTING

PROTECTIONG SERVICES

S/No. Name of

Representative

Company Name EMAIL

1. Mathew Muriuki CATE AND MATHEWS

CONTRACTORS CO. LTD [email protected]

2. Solomon Gathogo VANGUARD ENGINEERING LTD [email protected]

3. Njuguna Gathgogo LENANA GORGE LTD.CO. [email protected]

4. Mathew Mathanguri ARCTIC(EA) DEVELOPMENT

CO. [email protected]

5. Moses Mburu FOURSQUARE(K) LTD [email protected]

m

6. Wachira Moses MOKI PLUMBERS & BUILDING

SERVICES [email protected]

7. Samuel Ngugi SAMREE CONSTRUCTION LTD [email protected]

8. Samuel Kanyugi AEMON INTERNATIONAL LTD [email protected]

9. Cornelus Thuo Kagoya

CORMELUS THUO KAGOYA [email protected]

7

CATEGORY 5 STRUCTURED CABLING INSTALLATION WORKS

S/No. Name of

Representative

Company Name EMAIL

1

THEOPHILUS RUTO

CHEPKOS

JO World Agencies ltd P.O.

BOX 62589-00200,Nairobi.

[email protected]

[email protected]

2 VICTOR KAVUUKI Techsource Point ltd

[email protected]

3 JOHN KIBUGI Techsource Point ltd

[email protected]

4

BENARD ODANG Integrated supplies &

consultancy ltd

[email protected]

5

KENNETH CHEGE DATAWISE

TECHNOLOGIES (GA)

[email protected]

6 BENSON MUTINDA SHONITEL LTD.

[email protected]

7

DAVID VUNDI MICRONET POWER &

SYSTEMS LTD

[email protected]

8 SOLOMON

GACHOGO

ELECTOSERVE LTD [email protected]

9 VICTOR MURIITHI

TECHSOURCE POINT LTD [email protected]

AGENDA

i. Introduction

ii. Communication by the Employer’s Management Representative.

iii. Scope of works

iv. Project/Site visit.

v. A.O.B

Min1: INTRODUCTION

The pre- bid site visit was conducted on Wednesday, February, 2017 at 10:00 am following

an invitation to tender in The Daily Nation and Standard n e w s p a p e r s on Friday 3rd

February, 2017 and additionally on the University website www.dkut.ac.ke and on IFMIS

portal; www.supplier.treasury.go.ke.

8

The University Projects coordinator called the meeting to order at 11.23am at the

Resource Centre II Dome and welcomed t h e representatives from Contractors t o the

pre-bid site visit. Prayers were conducted by Mr. Joseph Nganga and introductions begun

with representatives from DeKUT and then all the contractor representatives.

Min 2: COMMUNICATION FROM T H E EMPLOYER'S REPRESENTATIVE

The University Projects Coordinator welcomed al l those present to Nyeri County and

gave a brief description of the project noting that it will comprise of a lecture theatre and a

media laboratory. He stated that the project had been approved by the Ministry of Higher

Education and is funded by the Government. He also stated that the purpose of the

meeting was to conduct the mandatory pre-tender site visit in which the contractors

would be taken through a guided tour of the project for the proposed construction of

Main Lecture Theatre - Main works and associated sub contracts and the envisaged scope

of works. The four sub-contracts consist of the Electrical installation, Mechanical

ventilation and air conditioning, structured cabling installation, Plumbing, drainage and fire

Installation.

Min3: SCOPE O F WORKS

The Quantity Surveyor informed the bidders that the scope of works are as outlined in

the bid documents as well as the drawings which were uploaded in the University website as

well as in the IFMIS portal. He gave the contractor’s representatives an opportunity to

seek for any clarifications;

1. MAIN WORKS

Q: There is a mix up in the corrections e.g the corrections for windows and doors come in

roofing.

A: Arrangement for that section will be reviewed and uploaded in DeKUT website

2. ELECTRICAL

Q1: The size of the trunking system in the power compartments was not indicated.

Q2: The outdoor lighting standards are not provided.

A: Information pertaining to this will be uploaded in DeKUT website

3. STRUCTURED CABLING

Q1: Item 2 under Data and EAPBX 1b does not indicate the number of pairs.

9

A: The quantity will be indicated in the addendum

Q2: Since trunking will be handled by the electrical contractor, will the knock outs be

provided by the electrical contractor or structured cabling works contractor? If they will be

provided by the structured cabling works contractor they will have to indicate a price for

them.

A: The knock outs will be provided by the contractor for electrical

Q3: The type of fibre and SLP connector are not specified

A: They will be indicated in the addendum

4. PLUMBING, DRAINAGE AND FIRE PROTECTION

Q1: The BOQ is missing

A: It will be uploaded in the University website

5. MECHANICAL NSTALLATIONS

No queries raised in this category

Min 4: PROJECT SITE VISIT.

The contractors were taken on a guided tour of the project site and informed that the landscape

is flat and the soil is red which is suitable for construction. The employer’s representatives

signed and stamped the pre-tender site visit forms for the bidders.

The site visit ended at 1320 Hrs.

Min 5: A.O.B

Q2: What is the amount of bid security and should it be in form of a bank guarantee

or from an insurance company?

A1: The amount of bid bond is 2% of the bid price and i s indicated in the t ender

adver t and in the b id document s . I t must remain valid for 30 days (after expiry of

the tender validity period in the form a bank guarantee or from an insurance company

approved by the Public Procurement Regulatory Authority (PPRA).

A2: The amount of performance bond to be provided by the successful bidder was

reduced from 10% to 5%.

10

A3: All bidders were reminded to serialize all the pages of their bid document in

compliance with PPAD Act, 2015.

Peter Kariuki,

University Projects Coordinator

Dedan Kimathi University of Technology

11

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY

P.O. BOX 657, 10100 – NYERI, KENYA TELEPHONE: 061-2050000, 0736456391, 0731689230, FAX: +254 (020) 2417997

E-mail: [email protected]; website: www.dkut.ac.ke

Office of the Vice Chancellor

DeKUT/VC/PRO/1702/2017 17th

February, 2017

To: All Tenderer’s,

RE: PROPOSED CONSTRUCTION OF MAIN LECTURE THEATRE MAIN WORKS

TENDER No: DeKUT/OT/LT/032/2016-2017.

Reference is made to the above tender advertised in both the Daily Nation and Standard

Newspapers on Friday 3rd

February, 2017 and additionally on the University website

www.dkut.ac.ke and the IFMIS website www.supplier.treasury.go.ke .

Following the queries raised and clarifications sought during the Pre-Bid site meeting and view

of the drawings for the main contractors meeting held on Wednesday, 15th

February 2017, kindly

note the following clarifications:

ADDENDUM No.1: General Clarifications:

1. The bid bond is 2% of the bid price which must remain valid for 30 days (after

expiry of the tender validity period in the form a bank guarantee or from an insurance

company approved by the Public Procurement Regulatory Authority (PPRA).

2. Bidders must serialize all pages of their bid document.

3. The bidders are advised to base their bids on the specific bill of quantities and not on the

drawings only.

Addendum No.2 Proposed construction of the Main Lecture Theatre. Main works,

DeKUT/OT/LT/032/2016-2017

12

T

There is a mix up in the corrections e.g the corrections for windows and doors come

in roofing.

A revised document has been uploaded in the website. Bidders can download only the

affected pages. The document is saved as Main works revised document.

Addendum No.3: Proposed Plumbing, Drainage and fire protection services for the

proposed Main Lecture Theatre. DeKUT/OT/LT/033/2016-2017

The BOQ is missing

The document has been uploaded as Revised Plumbing and Drainage

Addendum No.4: Proposed Structured Cabling Installation works for the proposed Main

Lecture Theatre. DeKUT/OT/LT/035/2016-2017

1. Audio works, page 1, LT-ADM/I

Item (12) to read;

“Choir Condenser type hanging microphone for the stage(make Audio Technica/shure)”

2. Data and EAPBX

Item 1 (b) page LT-ADM/1

To read;

(b) 100 pairs.

3. Page LT.ADM/8; Item (2) a: reading;

“1000 base-x 4 core fibre optic cable”

Note. The distances to be covered is small(less than 300m); and therefore use of

multimode cable is ideal for the short distances involved.

Addendum No.5: Proposed Electrical Installation works for the proposed Main Lecture

Theatre. DeKUT/OT/LT/036/2016-2017

1. Item 1 on page LT.EW/8

Size of metal trunking is;

“Trunking to IP 30; 150× 50mm, 3 compartment metal trunking as Legrand or approved

equivalent”

2. Outdoor Lighting -page LT.EW/11, item (3), size of feeder pillar is;

“Feedar Pillar to EP/900; Dimensions 1635×330mm made of 3mm galvanized steel,

Single door.”

13

THE VICE CHANCELLOR

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY

P.O. BOX 657, 10100 – NYERI, KENYA

TELEPHONE: 061-20540000, +254-(0)736-456391, 0731689230 FAX: +254 (020) 2417997

Website: www.dkut.ac.ke

INVITATION FOR OPEN TENDER

The University invites tenders from eligible bidders as per the details below:

Tender No. Tender Description NCA Category

DeKUT/OT/LT/032/2016-2017 Proposed construction of the Main Lecture

Theatre. Main works

NCA 4 and above

DeKUT/OT/LT/033/2016-2017 Proposed Plumbing, Drainage and fire

protection services for the proposed Main

Lecture Theatre.

NCA 7 and above

14

DeKUT/OT/LT/034/2016-2017 Proposed Mechanical Installation works and

split air conditioning system for the proposed

Main Lecture Theatre.

NCA 6 and above

DeKUT/OT/LT/035/2016-2017 Proposed Structured Cabling Installation works

for the proposed Main Lecture Theatre.

NCA 6 and above

DeKUT/OT/LT/036/2016-2017 Proposed Electrical Installation works for the

proposed Main Lecture Theatre.

NCA 5 and above

DeKUT/OT/037/2016-2017 Supply and Delivery of a Library Server

DeKUT/OT/038/2016-2017 Supply, Delivery, Installation and

Commissioning of Irrigation pipes

Detailed Bid documents detailing the requirements for each of the above tender categories

may be obtained from Dedan Kimathi University of Technology’s Procurement office located

Resource Centre II situated at the Main Campus along the Nyeri-Mweiga Road during normal

working hours. Bidders may also view and download the documents for free from the

university’s website www.dkut.ac.ke and additionally on the IFMIS portal on

www.supplier.treasury.go.ke. Bidders must send their contact details to

[email protected] for any communication and for records purposes.

There will be a mandatory Pre-bid meeting and viewing of drawings for main contractors on

Wednesday 15th February, 2017 at 10.00am in Resource Center II Dome. Bidders will be issued

with a pre-bid site visit form which must be provided along with the tender documents during

submission. Bid security is 2% of the Tender Sum.

Only those meeting the following minimum criteria for categories 032-036 supported by

relevant documents during submission of bids will be considered for further evaluation:

1. Copy of Certificate of Incorporation/Registration 2. Copy of Valid Tax Compliance certificate 3. Copy of PIN and VAT Certificate 4. Certificate of Registration with National Construction Authority (NCA) in the relevant

category. 5. Audited financial statements for the last three years

15

6. Bid security 7. Proof of works of similar magnitude and complexity in the last five years 8. Sound financial standing and adequate access to bank credit line. 9. Confidential Business Questionnaire 10. Bidders must serialize, stamp and sign all pages of each bid submitted 11. Any other criteria indicated in the respective tender documents.

Bidder’s shall submit an original and a copy of all tender documents clearly marked “Original”

or “Copy” and packaged together. Sealed and duly completed tender documents in plain

envelopes indicating the Tender Number and without identifying the sender must be

addressed to:

The Vice chancellor

Dedan Kimathi University of Technology

P.O Box 657- 10100

Nyeri, Kenya

And be deposited in the Tender Box provided at the entrance to the Resource Center Block II so

as to be received on or before Monday 27th February, 2017 at 10:00am. Tender documents

shall be opened immediately thereafter in the presence of interested bidders or their

representatives who choose to attend at the Resource centre II Dome.

THE VICE CHANCELLOR

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY