EGERTON
P.O Box 536-20115
Egerton-Kenya

Image

UNIVERSITY
(051) 2217989
(051) 2113248

ADDENDUM NOTICE 1

3rd August, 2021

Egerton University had invited bidders via tender notice published on the Public Procurement Information Portal website https://www.tenders.go.ke and on the University website https://www.egerton.ac.ke dated 23rd July,2021 for the following tenders:

Tender  Number

Description

Eligibility

EU/ONT/FC/002/2021-2022

Provision of Refuse Collection and Safe Disposal at Egerton University (A 3-Year Framework Contract).

Youth and Women Licensed to Carry Out Refuse Collection And Safe Disposal In Nakuru County

EU/ONT/FC/003/2021-2022

Provision of Cleaning Services (A 3-Year Framework contract)

 

LOT 1: Njoro Campus Office Block-

Women

LOT 2: Njoro Campus Halls Of Residence

Women

LOT 3: NTCC and Tegemeo Institute

Youth And PWD

EU/ONT/FC/004/2021-2022

Provision of Ground Maintenance and Landscaping Services (A 3-Year Framework contract)

 

Lot 1: Zone A and B

Women

Lot 2: Zone C And D

 Youth

EU/ONT/FC/005/2021-2022

Provision of Private Security Services (A 3-Year  Framework)

Open

Kindly take note of the following clarification/addendum.

 

1. EU/ONT/FC/002/2021-2022: Provision of Refuse Collection and Safe Disposal at Egerton University (A 3-Year Framework Contract).

  • That collection of garbage shall be done daily.
  • That the requirement for bidders to Supply and Maintain 6’x6’x6’ Heavy duty Plastic Skips and fix at designated locations (70 no) has been deleted and shall not form part of the price schedule.
  • That the amended price schedule form and Section VII - Activity Schedule is as attached.

 

6.0 PRICE SCHEDULE OF SERVICES

Tender Name: …………………………………………………………………………………………………………………

Tender Number: …………………………………………………………………………………………………………………

Tenderer’s Name: …………………………………………………………………………………………………………………

 

NO

DESCRIPTION OF AREAS

COST PER MONTH(Ks)

COST FOR ENTIE PERIOD (36MOTHS)

 

MAIN CAMPUS - NJORO

   

1

All Students Hostels & SWS Facilities, Kitchens and Catering Units

   

2

All Business Premises: JCR, Tatton, New Students Center/Mess, Hollywood, River View

   

3

University Main Gate, New Anatomy

   

4

All Roads: Both main (Tarmac) and Feeder roads within the entire University, except Farm roads

   

5

All Offices, Lecture Halls/Theaters and Libraries

   

6

All Staff Quarters: Turkana Flats, Tree Top Flats, AH, BH, BF and CH Houses

   

7

Teaching Nursery, Kilimo Secondary, Kilimo Primary, Egerton Primary, KCB, Confucius Institute, UNESCO, VCT, Dairy Plant, Water Treatment and TAP

   

 

NAKURU TOWN CAMPUS

   

8

1

NTCC – Faculty of Health Science Building

   

2

2

Makuti Hostel

   

3

West End Campus Center Campus

   

4

Gikonga Mong’are – Principal’s

   

13

TOTAL COST TAKEN TO FORM OF TENDER (Ksh.)

   

 

SECTION VII - ACTIVITY SCHEDULE

The University is in the process of carrying out new procurement for the provision of refuse waste collection and safe disposal for a period of three years i.e. 2021/2023. The contract will cover Njoro Main Campus and Nakuru Town Campus College.

The total number of areas to be covered are as shown below.

NO

DESCRIPTION OF AREAS

COST FOR ENTIE PERIOD (36MOTHS)

 

MAIN CAMPUS - NJORO

 

1

All Students Hostels & SWS Facilities, Kitchens and Catering Units

 

2

All Business Premises: JCR, Tatton, New Students Center/Mess, Hollywood, River View

 

3

University Main Gate, New Anatomy

 

4

All Roads: Both main (Tarmac) and Feeder roads within the entire University, except Farm roads

 

5

All Offices, Lecture Halls/Theaters and Libraries

 

6

All Staff Quarters: Turkana Flats, Tree Top Flats, AH, BH, BF and CH Houses

 

7

Teaching Nursery, Kilimo Secondary, Kilimo Primary, Egerton Primary, KCB, Confucius Institute, UNESCO, VCT, Dairy Plant, Water Treatment and TAP

 

 

NAKURU TOWN CAMPUS

 

 

1

NTCC – Faculty of Health Science Building

 

2

Makuti Hostel

 

3

West End Campus Center Campus

 

4

Gikonga Mong’are – Principal’s

 

 

Tender Opening Date and Time

  • That the tender opening date/closing date has been changed to 9th August,2021 at 11.00 (EAT).
  • All other terms and conditions remain unchanged.

 

2. EU/ONT/FC/003/2021-2022: Provision of Cleaning Services (A 3-Year Framework contract) LOT 1, LOT2 AND LOT 3

 

LOT 1 AND LOT 2 AND

That amendment on working hours include cleaning frequency has been made on working hours to include.

Monday to Fridays   6.00   am.   to   6.00   p.m offices

Monday -Sunday &Sunday and public holidays 6.00 am. to 6.00 p.m. Hall of residence Cleaning of external areas for the offices to be maintained clean always.

 

Frequency of cleaning services

Offices -2 times a day, Halls of residence-3 times a day (morning, lunch hour and evening)

Medical department, human anatomy, catering department and Library-Continuous.

That the requirement for all successful bidders to provide foot/pedestrian sanitary bins and condom bins is therefore deleted.

That de blocking of sewer line will be done throughout within the are/lot awarded and shall from part of the contract.

 

LOT 3 NAKURU TOWN CAMPUS OFFICES/LECTURE HALLS AND TEGEMEO INSTITUTE

That the price schedule for LOT 3 has been amended by deleting the requirement for provision of 6 pcs of Foot Pedal Sanitary Bins.

That deblocking of sewer line will be done throughout within the are/lot awarded and shall form part of the contract.

That frequency of cleaning services has been amended as shown below,

Frequency of cleaning services

Offices -2 times a day, Halls of residence-3 times a day (morning, lunch hour and evening)

Library-Continuous.

That the requirement for all successful bidders to provide foot/pedestrian sanitary bins and condom bins is therefore deleted.

All other terms and conditions remain unchanged.

 

3. EU/ONT/FC/004/2021-2022     Provision of Ground Maintenance and Landscaping Services (A 3-Year Framework contract) Lot 1 and Lot 2.

That item no 3 ACK Hostel has been change as shown below

 

LOT 2: Zone D: NAKURU TOWN CAMPUSES AND HOSTEL

No

Lawn / Location Description

Area in M2

 

Unit Cost/ Month (Inclusive Of Vat)

TOTAL COST FOR 36 MONTHS (3 YEARS)

(inclusive of VAT)

1

Mutema and Annex

4,883

   

2

Faculty Heath science

3,944

   

3

KOKEB

500

   
 

SUB TOTAL FOR ZONE D

10,579

   
 

Mutema and Annex

522

   
 

Subtotal  Total For Drainage D

522

   

 

Clarification

That one bidder sought clarification on the following

Question.

Our concern is in the criteria for qualification for the financial evaluation under Technical Evaluation - Page 30 of the Bid document. The thought was, being new, the Professional qualifications for the company team will portray the qualifications and experience required for the company to qualify to operate.

We therefore are seeking clarification for the sake of newly registered companies without mandatory 3-5 years of experience, what happens and how do you address it. 

 

Clarification/answer

That the Technical evaluation criteria has been amended as shown below.

Stage 2: Technical Evaluation

 

Evaluation Attribute

Weighting Score

Max Score marks

Tenderer’s

Response

T1

Attach documentary evidence of at least two corporate sites of reasonable/similar size and Standards to the University maintained by the firm. Each site will carry 5marks.

Demonstrated by LPOs, LSOs or contracts in the last five years

·  2 or more corporate clients:

10 marks

·  Others prorated: No. of clientsx10/2

10

 

T2

Ownership of Equipment (Attach Evidence in Form Of Invoice, Receipts, Log Book, Leases Etc)

i)  Three (3) medium capacity lawn mowers; 6-8 HP (2 marks each)

ii)  Two heavy duty lawn mowers; 9-13 HP (2 marks for each)

10

 

T3

Documentary evidence (Pay roll from at least two current sites) by the bidder on the adherence to minimum wage guidelines for the gardeners as provided by the Ministry of Labour.

·         Minimum pay as guided by ministry of labour: 10marks

·         Between Minimum pay and Kes 12,522.70 -15marks

·         Above Kes 12,522.70 -20 marks

20

 

T4

Evidence of professional qualifications and supervisory experience (Attach certificates from a recognized institution for three (3) Supervisors).

·         Professional qualifications

/Training for each supervisor; Diploma or above in either of the following areas: Agriculture, Horticulture, Ornamental

Science, Urban Forestry or equivalent. (4Marks).

·         Supervisory role of not less than one year for each supervisor (4 marks).

24

 

T5

Provide evidence of insurance cover including:

i)  Contractual liability insurance policy

ii)  Workman Injuries Benefit Cover (WIBA)

·  Evidence of each cover to score 5 marks;

·  Absence scores 0 marks

10

 

T6

Provide  a  detailed  operational work plan for six months.

This to include staffing required to undertake particular tasks, sequence and frequency of events and necessary tools to carry tasks

11

 
 

Total

 

85 marks

 

 

Qualification Mark

  • The qualification mark shall be 75 % (percent) of 85 points equivalent to 63.75 marks.
  • All other terms and conditions remain unchanged.

 

4. EU/ONT/FC/005/2021-2022: Provision of Private Security Services (A 3-Year Framework)

That item no.17(Certificate of Registration for the proposed persons performing supervisory roles of the security company) has been deleted from the preliminary evaluation and shall not from part of the evaluation criteria.

All other terms and conditions remain unchanged.

 

Thank you.

 

Amina Kemei

For Ag. Deputy Chief Procurement Officer

Image
Visit Public Procurement Information Portal
2021
  • Facebook
  • Twitter