framework contract - Kenya Petroleum Refineries Limited

112
Page 1 of 112 K KENYA PETROLEUM REFINERIES LIMITED FRAMEWORK CONTRACT PROVISION OF SKILLED MANPOWER AND EQUIPMENT HIRE AT KENYA PETROLEUM REFINERIES LIMITED, MOMBASA. (FOR A PERIOD OF TWO YEARS) TENDER NUMBER: KPRL/PE/OT/021.004/2020-2021 FEBRUARY 2021 K P R L

Transcript of framework contract - Kenya Petroleum Refineries Limited

Page 1 of 112

KKENYA PETROLEUM REFINERIES LIMITED

FRAMEWORK CONTRACT

PROVISION OF SKILLED MANPOWER AND EQUIPMENT HIRE AT KENYA PETROLEUM

REFINERIES LIMITED, MOMBASA.

(FOR A PERIOD OF TWO YEARS)

TENDER NUMBER: KPRL/PE/OT/021.004/2020-2021

FEBRUARY 2021

K P R L

Page 2 of 112

SECTION I – INVITATION TO TENDER DDate: 2nd February 2021

Tender REF No.: KPRL/PE/OT/021.004/2020-2021

Tender name: PROVISION OF SKILLED MANPOWER AND EQUIPMENT HIRE AT KENYA PETROLEUM REFINERIES LIMITED, MOMBASA FOR A PERIOD OF TWO YEARS

1.1 KENYA PETROLEUM REFINERIES LIMITED (KPRL) invites sealed tenders from eligible service providers to provide SKILLED MANPOWER AND EQUIPMENT HIRE at Kenya Petroleum Refineries Limited, for a Period of Two Years. The tender has been split in four (4) lots as indicated below: - THE LOTS ARE AS BELOW: LOT 1: MECHANICAL

LOT 2: ELECTRICAL

LOT 3: INSTRUMENTATION

LOT 4: CIVIL

THE CONTRACT WILL BE AWARDED IN INDEPENDENT LOTS AS SHOWN ABOVE. BIDDERS ARE REQUIRED TO FILL SEPARATE FORM OF TENDER FOR EACH LOT.

1.2 Interested eligible candidates can view and download the documents from the website www.kprl.co.ke at no cost. Bidders will be required to email their detailed contact information to [email protected] for recording, further clarifications and addenda. No other email addresses should be used.

Page 3 of 112

1.3 Interested eligible candidates shall attach the following mandatory requirements and place them in a separate envelope marked

“Mandatory Requirements”

a) Certificate of registration or Incorporation of the company. b) Original Tender Security of KES 100,000.00 from a bank

Registered in Kenya or from an Insurance Company Approved by PPRA or equivalent in foreign currency. Valid for 180 days from the date of tender opening.

c) Valid KRA tax compliance certificate. d) Valid County Business license for 2021 or provisional license e) CR12 form f) A duly filled Declaration Form g) NCA 8 or above certificate; for Mechanical works or Civil Works

or Electrical works. (Depending on which Lot you are bidding) h) Valid Energy and Petroleum Regulatory Authority (EPRA)

Electrical contractor license class A-1 or Class B for Lot 2 and 3 i) Pre-tender Site visit certificate. The site visit is scheduled for

TUESDAY, 9TH FEBRUARY 2021 at 1000hrs at Kenya Petroleum Refineries Limited (KPRL) in Mombasa.

j) Bidders must paginate and initialize each page of their document.

KPRL reserves the right to confirm the authenticity of all documents submitted without notice to Tenderers. AAny attempt by bidders to misrepresent themselves by submitting documents that are not genuine will amount to automatic disqualification.

NOTE: Joint venture (JV) WILL NOT BE ACCEPTED

1.4 Prices quoted should be inclusive of all taxes and delivery costs, must be

expressed in Kenya Shillings and shall remain valid for a period of (150) days from the closing date of the tender.

1.5 There shall be no correction of arithmetic errors. The completed Price Schedules shall match KPRL requirements. Any amendments to the KPRL price schedule shall be considered non-responsive and result in disqualification of the bid.

Page 4 of 112

1.6 Completed tender documents are to be enclosed in plain sealed envelopes, marked with the tender number and be deposited in the tender box provided at Kenya Petroleum Refineries Limited, Old Refinery Road, Changamwe, Mombasa or be addressed and posted to:

TThe Chief Executive Officer Kenya Petroleum Refineries Limited Old Refinery Road, Changamwe P. O. Box 90401 - 80100 Mombasa – Kenya.

So as to be received on or before 18TH February 2021.

1.7 Tenders will be opened immediately thereafter in the presence of the

tenderers representatives who choose to attend the opening at 1000hrs at Kenya Petroleum Refineries Limited, Old Refinery Road, Changamwe, Mombasa.

1.8 Tender documents are not transferable. Kenya Petroleum Refineries

Limited reserves the right to accept or reject any tender either in whole or in part.

Ag. Contracting & Procurement Manager FOR: THE CHIEF EXECUTIVE OFFICER

Page 5 of 112

SSECTION II – INSTRUCTIONS TO TENDERERS

2.1 Eligible tenderers

2.1.1. This Invitation to tender is open to all tenderers eligible as described in the instructions to tenderers. Successful tenderers shall provide the services for the stipulated duration from the ddate of commencement (hereinafter referred to as the term) specified in the tender documents.

2.1.2. The Kenya Petroleum Refineries Limited’s employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender.

2.1.3. Tenderers shall provide the qualification information statement that the tenderer (including all members, of a joint venture and subcontractors) is not associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Kenya Petroleum Refineries Limited to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the services under this Invitation for tenders.

2.1.4. Tenderers involved in corrupt or fraudulent practices or debarred from participating in public procurement shall not be eligible.

2.2 Cost of tendering

2.2.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the Kenya Petroleum Refineries Limited, will in no case be responsible or liable for

2.2.2 Contents of tender documents

2.2.1. The tender document comprises of the documents listed below and addenda issued in accordance with clause 2.5 of these instructions to tenders

i) Instructions to tenderers ii) General Conditions of Contract

Page 6 of 112

iii) Special Conditions of Contract iv) Schedule of Requirements v) Details of service vi) Form of tender vii) Price schedules viii) Contract form ix) Confidential business questionnaire form x) Tender security form xi) Performance security form xii) Principal’s or manufacturers authorization form xiii) Declaration form

2.3.2. The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to furnish all information required by the tender documents or to submit a tender not substantially responsive to the tender documents in every respect will be at the tenderers risk and may result in the rejection of its tender.

22.3 Clarification of Documents

2.3.1. A prospective candidate making inquiries of the tender document may notify the Kenya Petroleum Refineries Limited in writing or by post, fax or email at the entity’s address indicated in the Invitation for tenders. The Kenya Petroleum Refineries Limited will respond in writing to any request for clarification of the tender documents, which it receives no later than seven (7) days prior to the deadline for the submission of tenders, prescribed by the Kenya Petroleum Refineries Limited. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers who have received the tender documents”

2.3.2. The Kenya Petroleum Refineries Limited shall reply to any

clarifications sought by the tenderer within 3 days of receiving the request to enable the tenderer to make timely submission of its tender.

Page 7 of 112

2.4 AAmendment of documents 2.4.1. At any time prior to the deadline for submission of tenders, the

Kenya Petroleum Refineries Limited, for any reason, whether at its own initiative or in response to a clarification requested by a prospective tenderer, may modify the tender documents by issuing an addendum.

2.4.2. All prospective tenderers who have obtained the tender documents

will be notified of the amendment by post, fax or email and such amendment will be binding on them.

2.5.3. If the tender documents are amended when the time remaining before

the deadline for submitting tenders is less than one third of the time allowed for the preparation of tenders, or the time remaining is less than the period indicated in instructions to tenderers, Kenya Petroleum Refineries Limited shall extend the deadline as necessary to allow the amendment of the tender documents to be taken into account in the preparation or amendment of tenders.

2.5 Language of tender

2.6.1. The tender prepared by the tenderer, as well as all correspondence and documents relating to the tender exchanged by the tenderer and the Kenya Petroleum Refineries Limited, shall be written in English language. Any printed literature furnished by the tenderer may be written in another language provided they are accompanied by an accurate English translation of the relevant passages in which case, for purposes of interpretation of the tender, the English translation shall govern.

2.7 Documents Comprising the Tender The tender prepared by the tenderer shall comprise the following components:

Page 8 of 112

(a) A Tender Form and a Price Schedule completed in accordance with paragraph 2.8, 2.9 and 2.10 below. (b) Documentary evidence established in accordance with Clause 2.11 that the tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted; such evidence shall include the following documents (c)Confidential business questionnaire

2.8 Form of Tender 2.8.1 The tenderers shall complete the Form of Tender and the appropriate

Price Schedule furnished in the tender documents, indicating the services to be performed. Prices quoted shall be exclusive of all taxes.

2.9 Tender Prices

2.9.1 The tenderer shall indicate on the Price schedule the unit prices where applicable and total tender prices of the services it proposes to provide under the contract.

2.9.2 Prices indicated on the Price Schedule shall be the cost of the services quoted including all customs duties and VAT and other taxes payable:

2.9.3 Prices quoted bby the tenderer shall remain fixed during the term of the contract unless otherwise agreed by the parties. A tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph 2.22.

2.9.4 Contract price variations shall not be allowed for contracts not exceeding one year (12 months) and such variation shall only be considered after 12 months from the date of signing the Contract.

2.9.5 Where contract price variation is allowed, the variation shall not exceed 15% of the original contract price.

2.9.6 Price variation requests shall be processed by the Kenya Petroleum Refineries Limited within 30 days of receiving the request.

Page 9 of 112

2.10 TTender Currencies 2.10.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in

the appendix to in Instructions to Tenderers

2.11 Tenderers Eligibility and Qualifications.

2.11.1 Pursuant to Clause 2.1 the tenderer shall furnish, as part of its tender, documents establishing the tenderers eligibility to tender and its qualifications to perform the contract if its tender is accepted.

2.11.2 The documentary evidence of the tenderers qualifications to perform the contract if its tender is accepted shall establish to the Kenya Petroleum Refineries Limited’s satisfaction that the tenderer has the financial and technical capability necessary to perform the contract.

2.12 TTender Security

2.12.1 The tenderer shall furnish, as part of its tender, a tender security for the amount and form specified in the Invitation to tender.

2.12.2 The tender security shall be and must be valid for 180 days from the date of tender opening

2.12.2 The tender security is required to protect the Kenya Petroleum Refineries Limited against the risk of Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to paragraph 2.12.7

2.12.3 The tender security shall be denominated in a Kenya Shillings or in another freely convertible currency and shall be in the form of:

a) A bank guarantee.

b) Cash.

c) Such insurance guarantee approved by the Authority.

d) Letter of credit

Page 10 of 112

2.12.4 Any tender not secured in accordance with paragraph 2.12.1 and 2.12.3 will be rejected by the Kenya Petroleum Refineries Limited as non-responsive, pursuant to paragraph 2.20

2.12.5 Unsuccessful tenderer’s security will be discharged or returned as promptly as possible as but not later than thirty (30) days after the expiration of the period of tender validity prescribed by the Kenya Petroleum Refineries Limited.

2.12.6 The successful tenderer’s tender security will be discharged upon the tenderer signing the contract, pursuant to paragraph 2.26, and furnishing the performance security, pursuant to paragraph 2.27.

2.12.7 The tender security may be forfeited: (a) If a tenderer wwithdraws its tender dduring the period of tender validity specified by the Kenya Petroleum Refineries Limited on the Tender Form; or

(b) In the case of a successful tenderer, if the tenderer fails:

(i) to sign the contract in accordance with paragraph 2.26 or (ii) to furnish performance security in accordance with paragraph 2.27.

2.13 Validity of Tenders

2.13.1 Tenders shall remain valid for 150 days or as specified in the invitation to tender after date of tender opening prescribed by the Kenya Petroleum Refineries Limited, pursuant to paragraph 2.18. A tender valid for a shorter period shall be rejected by the Kenya Petroleum Refineries Limited as nonresponsive.

2.13.2 In exceptional circumstances, the Kenya Petroleum Refineries Limited may solicit the Tenderer’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The tender security provided under paragraph 2.12 shall also be suitably extended. A tenderer may refuse the request

Page 11 of 112

without forfeiting its tender security. A tenderer granting the request will not be required nor permitted to modify its tender.

2.14 FFormat and Signing of Tender

2.14.1 The tenderer shall prepare two copies of the tender, clearly / marking each “ORIGINAL TENDER” and “COPY OF TENDER,” as appropriate. In the event of any discrepancy between them, the original shall govern.

2.14.2 The original and all copies of the tender shall be typed or written in indelible ink and shall be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the contract. All pages of the tender, except for unamended printed literature, shall be initialed by the person or persons signing the tender.

2.14.3 The tender shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the tenderer, in which case such corrections shall be initialed by the person or persons signing the tender.

2.15 SSealing and Marking of Tenders

2.15.1 The tenderer shall seal the original and each copy of the tender in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall: (a) be addressed to the Kenya Petroleum Refineries Limited at the address given in the invitation to tender

(b) Bear, tender number and name in the invitation to tender and the words: “DO NOT OPEN BEFORE 1000hrs on 18th February 2021.

2.15.3 The inner envelopes shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared “late”. —

Page 12 of 112

2.15.4 If the outer envelope is not sealed and marked as required by paragraph 2.15.2, the Kenya Petroleum Refineries Limited will assume no responsibility for the tender’s misplacement or premature opening.

2.16 DDeadline for Submission of Tenders

2.16.1 Tenders must be received by the Kenya Petroleum Refineries Limited at the address specified under Section I no later than 1000hrs on 18th February 2021.

2.16.2 The Kenya Petroleum Refineries Limited may, at its discretion, extend this deadline for the submission of tenders by amending the tender documents in accordance with paragraph 2.5, in which case all rights and obligations of the Kenya Petroleum Refineries Limited and candidates previously subject to the deadline will thereafter be subject to the deadline as extended.

2.16.3 Bulky tenders which will not fit in the tender box shall be received by the Kenya Petroleum Refineries Limited as provided for in the appendix.

Page 13 of 112

2.17 MModification and withdrawal of tenders

2.17.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided that written notice of the modification, including substitution or withdrawal of the tender’s is received by the Kenya Petroleum Refineries Limited prior to the deadline prescribed for the submission of tenders.

2.17.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph 2.15. A withdrawal notice may also be sent by cable, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders.

2.17.3 No tender may be modified after the deadline for submission of tenders.

2.17.4 No tender may be withdrawn in the interval between the deadline for submission of tenders and the expiration of the period of tender validity specified by the tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer’s forfeiture of its tender security, pursuant to paragraph 2.12.7.

2.17.5 The Kenya Petroleum Refineries Limited may at any time before awarding the contract terminate procurement proceedings before contract award and shall not be liable to any person for the termination.

2.17.6 The Kenya Petroleum Refineries Limited shall give prompt notice of the termination to the tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer.

2.18 OOpening of Tenders

2.18.1 The Kenya Petroleum Refineries Limited will open all tenders in the presence of tenderers’ representatives who choose to attend, at 1000hrs on Thursday, 18th February 2021 and in the location specified in the invitation to tender. The tenderers’ representatives who are present shall sign a register evidencing their attendance.

Page 14 of 112

2.18.3 The tenderers’ names, tender modifications or withdrawals, tender prices, discounts, and the presence or absence of requisite tender security and such other details as the Kenya Petroleum Refineries Limited, at its discretion, may consider appropriate, will be announced at the opening.

2.18.4 The Kenya Petroleum Refineries Limited will prepare minutes of the tender opening which will be submitted to the tenderers that signed the tender opening register and will have made the request.

22.19 Clarification of tenders

2.19.1 To assist in the examination, evaluation and comparison of tenders the Kenya Petroleum Refineries Limited may at its discretion, ask the tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance shall be sought, offered, or permitted.

2.19.2 Any effort by the tenderer to influence the Kenya Petroleum Refineries Limited in the Kenya Petroleum Refineries Limited’s tender evaluation, tender comparison or contract award decisions shall result in the rejection of the tenderers tender.

Comparison or contract award decisions may result in the rejection of the tenderers’ tender.

2.20 PPreliminary Examination and Responsiveness

2.20.1 The Kenya Petroleum Refineries Limited will examine the tenders to determine whether they are complete, whether any computational errors have been made, whether required securities have been furnished whether the documents have been properly signed, and whether the tenders are generally in order.

2.20.2 The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction, adjustment or amendment in any way by any person or entity.

Page 15 of 112

2.20.3 The Kenya Petroleum Refineries Limited may waive any minor informality or nonconformity or irregularity in a tender which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any tenderer.

2.20.4 Prior to the detailed evaluation, pursuant to paragraph 2.22, the Kenya Petroleum Refineries Limited will determine the substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one which conforms to all the terms and conditions of the tender documents without material deviations. The Kenya Petroleum Refineries Limited’s determination of a tender’s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.

2.20.5 If a tender is not substantially responsive, it will be rejected by the Kenya Petroleum Refineries Limited and may not subsequently be made responsive by the tenderer by correction of the nonconformity.

2.21 CConversion to a single currency

2.21.1 Where other currencies are used, the Kenya Petroleum Refineries Limited will convert those currencies to Kenya shillings using the selling exchange rate on the date of tender closing provided by the central bank of Kenya.

2.22 EEvaluation and comparison of tenders.

2.22.1 The Kenya Petroleum Refineries Limited will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph 2.20

2.22.2 The comparison shall be of the price including all costs as well as duties and taxes payable on all the labor be used in the provision of the services. There shall be no correction of arithmetic errors. The completed Bills of Quantities shall match KPRL requirements (BOQ). Any amendments to the KPRL BOQ shall be considered non-responsive and result in disqualification of the bid.

Page 16 of 112

2.22.3 The Kenya Petroleum Refineries Limited’s evaluation of a tender will take into account, in addition to the tender price, the following factors, in the manner and to the extent indicated in paragraph 2.22.4 and in the technical specifications:

(a) Operational plan proposed in the tender;

(b) Deviations in payment schedule from that specified in the Special Conditions of Contract;

2.22.3 Pursuant to paragraph 2.22.3 the following evaluation methods will be applied:

(a) Operational Plan.

The Kenya Petroleum Refineries Limited requires that the services under the Invitation for Tenders shall be performed at the time specified in the Schedule of Requirements. Tenders offering to perform longer than the Kenya Petroleum Refineries Limited’s required delivery time will be treated as non-responsive and rejected. (b) PPayment schedule.

Payment schedule shall be as outlined in the special conditions of contract.

2.22.5 The tender evaluation committee shall evaluate the tender within 30 days from the date of opening the tender.

2.22.6 To qualify for contract awards, the tenderer shall have the following: -

(a) Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured.

(b) Legal capacity to enter into a contract for procurement

Page 17 of 112

(c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is not the subject of legal proceedings relating to the foregoing

(d) Shall not be debarred from participating in public procurement.

2.23. CContacting the Kenya Petroleum Refineries Limited

2.23.1 Subject to paragraph 2.19, no tenderer shall contact the Kenya Petroleum Refineries Limited on any matter relating to its tender, from the time of the tender opening to the time the contract is awarded.

2.23.2 Any effort by a tenderer to influence the Kenya Petroleum Refineries Limited in its decisions on tender evaluation tender comparison or contract award shall result in the rejection of the tenderers tender.

2.24 Award of Contract

a) PPost qualification

2.24.1 In the absence of pre-qualification, the Kenya Petroleum Refineries Limited will determine to its satisfaction whether the tenderer that is selected as having submitted the lowest evaluated responsive tender is qualified to perform the contract satisfactorily.

2.24.2 The determination will take into account the tenderer’s financial and technical capabilities. It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to paragraph 2.1.2, as well as such other information as the Kenya Petroleum Refineries Limited deems necessary and appropriate.

2.24.3 An affirmative determination will be a prerequisite for award of the contract to the tenderer. A negative determination will result in rejection of the Tenderer’s tender, in which event the Kenya Petroleum Refineries Limited will proceed to the next lowest

Page 18 of 112

evaluated tender to make a similar determination of that Tenderer’s capabilities to perform satisfactorily.

b) AAward Criteria

2.24.3 Subject to paragraph 2.24 the Kenya Petroleum Refineries Limited will award the contract to the successful tenderer whose tender has been determined to be substantially responsive and has been determined to be the lowest evaluated tender, provided further that the tenderer is determined to be qualified to perform the contract satisfactorily.

2.24.4 The Kenya Petroleum Refineries Limited reserves the right to accept or reject any tender and to annul the tendering process and reject all tenders at any time prior to contract award, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the grounds for the Kenya Petroleum Refineries Limited ’s action. If the Kenya Petroleum Refineries Limited determines that none of the tenderers is responsive; the Kenya Petroleum Refineries Limited shall notify each tenderer who submitted a tender.

2.24.5 A tenderer who gives false information in the tender document about its qualification or who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.

2.25 NNotification of award

2.25.1 Prior to the expiration of the period of tender validity, the Procuring entity will notify the successful tenderer in writing that its tender has been accepted.

2.25.2 The notification of award will signify the formation of the Contract subject to the signing of the contract between the tenderer and the Kenya Petroleum Refineries Limited pursuant to clause 2.26.

Page 19 of 112

Simultaneously the other tenderers shall be notified that their tenders have not been successful.

2.25.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to paragraph 2.26, the Kenya Petroleum Refineries Limited will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph 2.12

2.26 SSigning of the Contract

2.26.1 At the same time as the Kenya Petroleum Refineries Limited notifies the successful tenderer that its tender has been accepted, the Kenya Petroleum Refineries Limited will simultaneously inform the other tenderers that their tenders have not been successful.

2.26.2 Signing of the contract shall be within the tender validity period but not until fourteen (14) days have elapsed from the date of notification of award. The successful tenderer shall sign the contract and return it to Kenya Petroleum Refineries Limited.

2.26.3 The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request.

2.27 Performance Security

2.27.1 Within thirty (30) days of the receipt of notification of award from the Kenya Petroleum Refineries Limited, the successful tenderer shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the tender documents, or in another form acceptable to the Kenya Petroleum Refineries Limited.

2.27.2 Failure of the successful tenderer to comply with the requirement of paragraph 2.26 or paragraph 2.27 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Kenya Petroleum Refineries Limited may make the award to the next lowest evaluated or call for new tenders.

Page 20 of 112

2.28 CCorrupt or Fraudulent Practices

2.28.1 The Kenya Petroleum Refineries Limited requires that tenderers observe the highest standard of ethics during the procurement process and execution of contracts. A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices.

2.28.2 The Kenya Petroleum Refineries Limited will reject a proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

2.28.3 Further, a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya.

Page 21 of 112

AAPPENDIX TO INSTRUCTIONS TO THE TENDERERS The following information for procurement of services shall complement or amend the provisions of the Instructions to Tenderers. Wherever there is a conflict between the provisions of the instructions to tenderers and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to tenderers Instructio

ns to tenderers

Particulars of appendix to instructions to tenderers

2.7

Tenderer shall furnish the following documents with their bid a) Certificate of registration or Incorporation of the

company. b) Original Tender Security of KES 100,000.00 from a

bank Registered in Kenya or from an Insurance Company Approved by PPRA or equivalent in foreign currency. Valid for 180 days from the date of tender opening.

c) Valid KRA tax compliance certificate. d) Valid County Business license for 2021 or provisional

license e) CR12 form f) A duly filled Declaration Form g) NCA 8 or above certificate; for Mechanical works or

Civil Works or Electrical works. (Depending on which Lot you are bidding)

h) Valid Energy and Petroleum Regulatory Authority (EPRA) Electrical contractor license class A-1 OR Class B (for Lot 2 and Lot 3)

i) Pre-tender Site visit certificate. j) Bidders must, paginate and initialize each page of their

document 2.11 Particulars of eligible tenderers 2.10 Tenderer shall quote in Kenya Shillings 2.12 Tender security in the amount of KShs 100,000.00

2.22.4 Payment schedule – Per Hire 2.27 Performance Security shall be 10% of the contract sum.

Page 22 of 112

The performance bond shall be in form of a bank guarantee from a financial institution approved by KPRL and shall state that it will expire upon issue of a Certificate of Completion from KPRL.

Other’s as necessary Complete as necessary

Other’s as necessary Complete as necessary

1.1 During financial evaluation the lowest evaluated bidder will be

recommended for award. 1.2 The employer may, prior to the award of the tender, confirm the

qualifications of the tenderer who submitted the lowest evaluated responsive tender in order to determine whether the tenderer is qualified to be awarded the contract

Page 23 of 112

SSECTION III GENERAL CONDITIONS OF CONTRACT

3.1 Definitions

In this contract the following terms shall be interpreted as indicated:

a) “The contract” means the agreement entered into between the Kenya Petroleum Refineries Limited and the tenderer as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

b) “The Contract Price” means the price payable to the tenderer under the Contract for the full and proper performance of its contractual obligations.

c) “The services” means provision of Equipment & manpower skills for a period of two years; services to be provided by the contractor including labor and incidentals which the tenderer is required to provide to the Kenya Petroleum Refineries Limited under the Contract.

d) “The Procuring Entity” means KENYA PETROLEUM REFINERIES LIMITED

e) “The contractor means the individual or firm providing the services under this Contract.

f) “GCC” means general conditions of contract contained in this section

g) “SCC” means the special conditions of contract

h) “Day” means calendar day

3.2 Application These General Conditions shall apply to the extent that they are not superseded by provisions of other part of contract.

Page 24 of 112

3.3 Standards

3.3.1 The services provided under this Contract shall conform to the 7 standards mentioned in the Schedule of requirements

3.5 PPatent Right’s

The tenderer shall indemnify Kenya Petroleum Refineries Limited against all third-party claims of infringement of patent, trademark, or industrial design tights arising from use of the services under the contract or any part thereof.

3.6 Performance Security

3.6.1 Within Thirty (30) days of receipt of the notification of Contract award, the successful tenderer shall furnish to the Kenya Petroleum Refineries Limited the performance security where applicable in the amount specified in Special Conditions of Contract.

3.6.2 The proceeds of the performance security shall be payable to the Kenya Petroleum Refineries Limited as compensation for any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.

3.6.3 The performance security shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Kenya Petroleum Refineries Limited and shall be in the form of:

a) A bank guarantee.

b) Such insurance guarantee approved by the Authority.

3.6.4 The performance security will be discharged by the Kenya Petroleum Refineries Limited and returned to the candidate not later than thirty (30) days following the date of completion of the tenderer’s performance of obligations under the contract, including any warranty obligations under the contract.

Page 25 of 112

33.7 Inspections and Tests

3.7.1 The Kenya Petroleum Refineries Limited or its representative shall have the right to inspect and/or to test the services to confirm their conformity to the Contract specifications. The Kenya Petroleum Refineries Limited shall notify the tenderer in writing, in a timely manner, of the identity of any representatives retained for these purposes.

3.7.2 The inspections and tests may be conducted on the premises of the tenderer or its subcontractor(s). If conducted on the premises of the tenderer or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Kenya Petroleum Refineries Limited.

3.7.3 Should any inspected or tested services fail to conform to the Specifications, the Kenya Petroleum Refineries Limited may reject the services, and the tenderer shall either replace the rejected services or make alterations necessary to meet specification requirements free of cost to the Kenya Petroleum Refineries Limited.

3.7.4 Nothing in this paragraph shall in any way release the tenderer from any warranty or other obligations under this Contract.

3.8 Payment

3.8.1 The method and conditions of payment to be made to the tenderer under this Contract shall be specified in SCC

3.9 PPrices

Prices charged by the contractor for services performed under the Contract shall not, with the exception of any Price adjustments authorized in SCC, vary from the prices by the tenderer in its tender or in the Kenya Petroleum Refineries Limited’s request for tender validity extension as the case may be. No variation in or modification to the terms of the contract shall be made except by written amendment signed by the parties.

3.10 Assignment

Page 26 of 112

The tenderer shall not assign, in whole or in part, its obligations to perform under this contract, except with the Kenya Petroleum Refineries Limited’s prior written consent.

33.11 Termination for Default

Kenya Petroleum Refineries Limited may, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the tenderer, terminate this Contract in whole or in part:

a) If the tenderer fails to provide any or all of the services within the period(s) specified in the Contract, or within any extension thereof granted by Kenya Petroleum Refineries Limited.

b) If the tenderer fails to perform any other obligation(s) under the Contract.

c) If the tenderer, in the judgment of Kenya Petroleum Refineries Limited has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

In the event Kenya Petroleum Refineries Limited terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, services similar to those undelivered, and the tenderer shall be liable to the Kenya Petroleum Refineries Limited for any excess costs for such similar services.

3.12 Termination of insolvency

Kenya Petroleum Refineries Limited may at any time terminate the contract by giving written notice to the contractor if the contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the contractor, provided that such termination will not produce or affect any right of action or remedy, which has accrued or will accrue thereafter to Kenya Petroleum Refineries Limited.

Page 27 of 112

33.13 Termination for convenience

3.13.1 Kenya Petroleum Refineries Limited by written notice sent to the contractor may terminate the contract in whole or in part, at any time for its convenience. The notice of termination shall specify that the termination is for the Kenya Petroleum Refineries Limited convenience, the extent to which performance of the contractor of the contract is terminated and the date on which such termination becomes effective.

3.13.2 For the remaining part of the contract after termination the

Kenya Petroleum Refineries Limited may elect to cancel the services and pay to the contractor on agreed amount for partially completed services.

3.14 Resolution of disputes

The Kenya Petroleum Refineries Limited and the supplier shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract. If after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution shall be referred to the high court of Kenya.

3.15 Governing Language

The contract shall be written in the English language. All correspondence and other documents pertaining to the contract, which are exchanged by the parties, shall be written in the same language.

3.16 Force Majeure

Neither party shall be liable for forfeiture of its performance security, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

Page 28 of 112

33.17 Applicable Law. The contract shall be interpreted in accordance with the laws of Kenya.

3.18 Notices Any notices given by one party to the other pursuant to this contract shall be sent to the other party by post or by fax or E-mail and confirmed in writing to the other party’s address specified in the SCC A notice shall be effective when delivered or on the notices effective date, whichever is later.

Page 29 of 112

SSECTION IV SPECIAL CONDITIONS OF CONTRACT 4.1 Special conditions of contract shall supplement the general conditions

of contract, wherever there is a conflict between the GCC and the SCC, the provisions of the SCC herein shall prevail over those in the GCC.

4.2 Special conditions of contract with reference to the general conditions

of contract.

General conditions of

contract reference

Special conditions of contract

3.6 Performance Security shall be 10% of the contract sum. The performance bond shall be in form of a bank guarantee and shall state that it will expire upon issue of a Certificate of Completion from KPRL.

3.8 Payment schedule – Per Hire

3.9 This is a fixed sum contract 3.14 All disputes shall be referred to the High Court

of Kenya 3.17 This contract shall be governed by the Laws of

Kenya 3.18 The Kenya Petroleum Refineries Limited

Old Refinery Road, Changamwe P.O.Box 90401 - 80100, Mombasa Tel: 0713 583 441

Page 30 of 112

SSECTION V – SCOPE / SCHEDULE OF REQUIREMENTS

LOCATION OF SERVICE: KPRL FACILITIES IN MOMBASA

Detailed Scope

1. The contractor shall provide manpower, tools and/or equipment for the agreed duration under the terms contained in this contract. The rates thus agreed upon shall remain fixed for a period of three years.

2. This Contract does not under any circumstances abrogate the right of KPRL to enter into any similar agreement with third party that KPRL may seem suitable.

3. The contract period shall be for an initial two (2) years unless terminated earlier or a review is done before the expiry of the contract period.

4. The contractor shall make available manpower and equipment under the categories listed upon request by KPRL’s / KPRL’s supervisor or engineer over the duration agreed.

5. The contractor shall provide his men with basic personal protective equipment (PPE), and shall maintain such PPE in good condition.

5.1. Clean oil-free cotton overalls 5.2. Safety shoes. 5.3. Safety goggles. 5.4. Hand gloves-leather and cloth type. 5.5. Ear muffs/plugs. 5.6. Helmet.

6. It is the responsibility of the contractor to ensure that all contractors are fully conversant with KPRL’s safety requirements, permit to work systems and general KPRL regulation regarding the work place.

7. The contractor shall ensure that all persons offered for hire are suitable for the work in all aspects and particularly as regards to:

Page 31 of 112

7.1. Educational and Professional Training

Personnel hired out to the refinery must possess the appropriate technical qualifications and adequate experience. The following standard of qualifications will apply for Engineers, Supervisors, Technicians and fitters in all trades except for welders; -

7.1.1. ENGINEER

BSC/BTEC/HND holder or Equivalent in Engineering

with relevant academic qualifications and technical knowledge with 10 years’ work experience preferably in petroleum industry. or

KNEC Diploma in either of the engineering options with 15 years’ experience preferably in the Petroleum Industry.

7.1.2. SUPERVISOR /FOREMAN.

KNEC Diploma in either of the engineering options with 5 years’ experience in the Petroleum Industry.

Or

GGT1 Certificate with 8 years’ experience in the Petroleum Industry preferably at KPRL.

Or

10 years ON JOB Training with practical experience in the Petroleum Industry preferably at KPRL /KPRL.

7.1.3. TECHNICIAN

Page 32 of 112

ii. Mechanical/Electrical/Instrumentation Technician or relevant engineering option with the following qualifications.

KNEC Diploma in either of the engineering options with 2 years’ experience in the Petroleum Industry.

Or

GGT1 Certificate in either of the engineering options with 4 years’ and above experience in the Petroleum industry preferably at KPRL /KPRL.

ASNT level II or equivalent in any of the applicable required NDT methods.

i) UT

ii) RT

iii) MPI

iv) DPI

And avail evidence of training qualification, certification and current utilization received in any of the NDT methods endorsed by aa Level III Personnel.

7.1.4. FITTERS

I. Government grade test i

GGT I Certificate with 3 years’ experience in the Petroleum Industry.

Or

Page 33 of 112

GGT III Certificate with 4 years ‘and above experience in the Petroleum Industry.

Or

8 years ON JOB training and practical experience in the Petroleum Industry preferably at KPRL /KPRL..

II. Government grade test ii

GGT II Certificate with 2 years’ experience in the Petroleum Industry.

Or

GGT III Certificate with 4 years’ experience in the Petroleum Industry.

Or

6 years ON JOB training and practical experience in the Petroleum Industry preferably at KPRL /KPRL..

III. Government grade test iii

GGT III Certificate and 2 years’ experience in the Petroleum Industry.

Or

4years ON JOB training with practical experience in the Petroleum Industry preferably at at KPRL/KPRL.

7.1.5. WWELDERS

A qualified welder from any of the following

6G, 5G, 3G and 2G,

Page 34 of 112

Note: All welders will be re-examined by the KPRLInspection department before being allowed to carry out any task.

MMINIMUM REQUREMENTS ON TOOLS TO BE USED.

FOR LOT 1: MECHANICAL

TOOL KIT FOR MECHANICAL/PIPE FITTERS, WELDERS AND MACHINISTS

Type of tools Sizes in metric Sizes in imperial Ringspanners

(set 8 – 32) mm 8 X 9 1.3/16 * 1.5/16AF

Ringspanners (set 8 – 32 mm)

10 X11 7/8 * 13/16 AF 12 X 13 3/4 * 5/8 AF

Open spanners (SET 8 – 32 MM)

14 X 15 ½ * 9/16AF 16 X 17 9/16 * 5/8 AF

18 X 19 7/16 * 1/2 AF 20 X 22 5/16 * 1/4 AF 21 X 23 5/16 * 3/8 AF 24 X 26 25 X 28 27 X 29 30 X 32

27 X 32 Fix spanners 8 X 9

10 X11

12 X 13

14 X 15

16 X 17

18 X 19

20 X 22

21 X 23

24 X 26

Page 35 of 112

25 X 28

27 X 29

30 X 32

27 X 32

TTOOLS SSIZES

Flogging Spanners (Indicate Sizes)

A----- B...... C.......

Hammers 1 LB ball pein 2 LB Luap (Brass 2 LB ball pein

Hacksaws 12” eclipse 6 “ junior

Screw drivers 8” 4”

Pliers Combination Files and handles 12” Round file 1st cut

12” Round file 3rd cut 12” Triangular file 1st cut 12” Triangular file 3rd cut 12” Flat file 1st cut 12” Half Round file 1st cut 12” Half Round file 3rd cut 12” Rectangular file 1st cut 12” Rectangular file 3rd cut

Measuring tools Venire Caliper (Inside/Outside) 3 * Tape measure.

Miscellaneous

Centre Punch Chisel flat cross cut 6” 3 – square scraper Scriber double ended Set of Allen Keys Metric Set of Allen Keys Imperial 4” pocket knife Hand Drill capacity 8 mm Wire brush Tool box

Page 36 of 112

Canvas bag Brass Padlock. Spirit Level.

FFOR LOT 2 & 3, ELECTRICAL & INSTRUMENTS

TOOL KIT FOR ELECTRICAL AND INSTRUMENTATION TECHNICIANS

ITEM TOOLS/EQUIPMENT DESCRIPTION

CAPACITY OR SIZE

1 Digital Multi meter intrinsically safe type

2 Long nose pliers

3 Set of Allen Keys British

4 Set of Allen Keys Metric

5 6”Steel rule

6 Set of Needle files

7 Spring tape rule 10”/3ft

8 Hacksaw Junior

12”

8”

9 pipe wrench 10”

18”

24”

10 Pair of tweezers

11 Watch makers screw drivers

Page 37 of 112

12 Screw driver a. 4”

b. 6”

c.

d.

13 Pair side cutter pliers

14 Pair combination pliers

15 1/8 4 star screw driver

16 3/16 6 star screw driver

17 8/10 star screw driver

18 4 inch adjustable spanner

19 6 inch adjustable spanner

20 8 inch adjustable spanner

21 10 inch adjustable spanner

22 Neon screw driver 10-500V

23 B.A. open spanners

24 A.F. ring spanners 3/8

Type of tools

Sizes in metric Sizes in imperial

A.F. ring spanners 3/8 – 1 ¼ 5/16 whit worth O.E.

spanner

A.F. open end spanners 3/8-1

Pointer remover

Page 38 of 112

Tool bag Equalizer key Ring spanners 6-22mm Box spanners 6-22mm Handy socket spanners ¼ inch drive.

BA open end spanners

,, 8 X 9

,, 10 X11

,, 12 X 13

,, 14 X 15

,, 16 X 17

,, 18 X 19

,, 20 X 22

,, 21 X 23

,, 24 X 26

,, 25 X 28

,, 27 X 29

,, 30 X 32

,, 27 X 32

Page 39 of 112

TOOLS

SIZES

Hammers 1 LB ball pein 2 LB Luap (Brass 2 LB ball pein

Hacksaws 12” eclipse 6 “ junior

Screw drivers 8” 4”

Pliers Combination Files and handles 12” Round file 1st cut

12” Round file 3rd cut 12” Triangular file 1st cut 12” Triangular file 3rd cut 12” Flat file 1st cut 12” Half Round file 1st cut 12” Half Round file 3rd cut 12” Rectangular file 1st cut 12” Rectangular file 3rd cut

Measuring tools Venire Caliper (Inside/Outside) 3 * Tape measure.

Miscellaneous

Centre Punch Chisel flat cross cut 6” 3 – square scraper Scriber double ended Set of Allen Keys Metric Set of Allen Keys Imperial 4” pocket knife Hand Drill capacity 8 mm Wire brush Tool box Canvas bag Brass Padlock. Spirit Level.

Page 40 of 112

7.2. Language

Contractor workforce must be literate in both English and Kiswahili. In particular, all foremen, AJPs, Supervisors or Team leaders must be able to read and interpret all technical drawings, specifications, permits for work and to communicate verbally and in writing.

8. The contractor will be required to produce proof of qualification of all his personnel. The contractor shall be obliged to present such proof when requested. Any of the under listed documents would be considered adequate:

8.1. Relevant Formal training certificates.

8.2. Letter of accreditation.

8.3. Driving license (for truck, crane, tractor drivers etc.)

8.4. Academic qualifications.

9. The contractor shall on award of the contract, submit a list of all persons in each grade who are available for approval and registration. KPRLshall open register of skilled personnel. The persons so approved shall be the only authorized personnel to be hired out to KPRLat all times, until the register is reviewed.

10. The contractor shall ensure that all personnel hired out to KPRLare adequately equipped with basic tools of their trade, which shall include a suitable tool bag carrying tools safely. A list of the basic tools for each trade is attached at the end of section v

11. Where an individual proves to be unsuitable for the work at hand, the contractor shall provide a replacement without undue delay and at his own expense. KPRLshall not reimburse the contractor costs for unsuitable individuals.

Page 41 of 112

12. The contractor shall maintain a time sheet for every man hired and shall submit the same at the end of each week to the concerned KPRLsite contact man for approval and processing.

13. The contractor shall ensure that all personnel for hire to KPRLare well a versed on our permit to work system. In particular no work must be started before full clearance is given by a safety certificates, fire permits or clearance certificate.

14. Equipment shall be hired out to KPRL at agreed rates as specified in schedule III, Part B. The hire period shall be from minimum of 1 hour to any length of time agreeable to both parties.

15. The contractor shall ensure that all equipment for hire is in good operating and safe condition. Where equipment fails it shall be deemed to be immediately off hire. It shall be upon the contractor to ensure that the equipment is replaced as soon as is practicable but in any case not more than four (4) hours for notification.

16. Where machine/plant is hired, e.g. air compressors, diesel driven welding machine, fork lift etc. They shall be supplied with a full fuel tank if the hire period is in excess of 8 hours. Also additional fuel for top as may be required from time to time. The contractor shall provide all routine maintenance and materials as well, e.g. oils, grease, filters and other spare parts for the period the equipment is on hire to KPRL.

17. All mobile machines, welding machines and equipment for hire to KPRL shall be presented to the Manager Instrument and Electrical Engineering and Manager Mechanical Engineering for Inspection and certification prior to the entry into the refinery premises.

Page 42 of 112

18. For specialized equipment KPRL may hire equipment and operator. In such circumstances, the contractor shall include rates for the operator in pricing Schedule, Part A, under row marked ‘Others’. However, for specific equipment such as trucks, forklifts, Lorry cranes and mobile cranes, the cost of operator shall be included in the equipment hire rates.

19. All hoisting equipment presented for hire to KPRL shall have valid statutory inspection certificates, which shall be produced for sighting to KPRL supervisor who shall authorize entry of equipment to the refinery premises. Copies of certificates will be produced to KPRL for filling.

20. The Contractor is advised to acquaint to the following KPRL policies which must be adhered to by all persons working in the Refinery premises:

20.1 KPRL alcohol testing policy. This requires that all persons both employees and visitors must undergo alcohol test and if found above allowed limit will be denied access.

20.2 KPRL smoking policy. Smoking is only allowed in designated smoking zones. Currently the only smoking area is next to KPRL reception at the main entrance

21. Safety.

As a minimum, the contractor will be required to do the following: -

21.1. All contractors must attend a ‘‘Safety Induction Course’ before they are allowed to work in the refinery. Time spent on the induction and other safety and technical courses will be for contractors account.

Page 43 of 112

21.2. Undertake to participate fully in the SAWA and Near Miss reporting and incident Investigation.

21.3. Undertake to ensure all persons coming into the Refinery will undergo basic training on the Refinery safety regulations, hazards, and safety requirements prior to their being allowed at any worksite.

21.4. Undertake to adopt and disseminate the KPRLs cardinal safety rules to all his personnel and ensure compliance.

222. Emergencies

In the event of an injury involving contractor personnel, all due action shall be taken as demanded by the situation and as far as KPRL’s facilities allow. KPRL will meet the cost of first aid at KPRL dispensary but thereafter the contractor shall assume full responsibility for treatment of their personnel. In this regard the contractor shall submit the names and telephone contact numbers for key senior people who can be contacted and also who have authority to assume full responsibility.

23. Hours of Work

The contractor shall ensure that all personnel on hire to KPRL observe strictly KPRL’s working hours, which currently are as follows;

Normal: Monday to Friday 0700 – 1200 Hours /1300 – 1700 Hours

Due to the continuous nature of KPRL operations, a contractor may be required from time to time to provide manpower during” silent” hours i.e. at night, weekend or public holidays.

24. Provision of Equipment

For equipment that may already be accommodated within KPRL premises, i.e. from in house contractor, or from contractor already sited within the premises, the period of hire starts when receipt is formally acknowledged by KPRL representative. This need not be in writing.

Page 44 of 112

This provision shall cover all cranes, forklifts, chain hoists, pneumatic/electric winches, lifting chains, wire ropes and polyester slings, Tirfors, eye bolts, and shackles.

Where equipment is on hire and used at other times, the chargeable time shall be actual hour’s equipment is in use.

225. Security of Contractors Property

The Contractor shall be fully responsible for the maintenance and security of his equipment on KPRL property. KPRL will not accept any liability for damage or loss of property/equipment incurred within KPRL premises.

26. Security of KPRL property

The contractor must return any tools or equipment borrowed from KPRL workshop, failure to which it shall be construed theft and wrongful possession. Further, the act of stealing company property is against laid down rules and culprits among contractor personnel shall be arraigned for legal action.

27. Pricing Schedule.

27.1. The amount specified in the pricing schedule shall be the full and complete compensation to the contractor for the work. The rates specified shall be fixed for the contract duration or extension thereof. All rates shall be based on the contractor’s anticipated costs for providing the manpower and equipment specified in the scope of work and specification – Schedule II.

27.2. The rates in respect of the services provided by the contractor pursuant to Schedule II scope of work and specification shall be fully inclusive of but not limited to wages, insurance, pension, toolkits, personal protective equipment, overheads, management, administration services and all other personnel costs of whatever nature.

Page 45 of 112

27.3. In case that the company instructs, during the progress of the work, variation changes or amendments to the scope of work and specifications, these will be dealt with in accordance with the general conditions of contract.

27.4. The contractor shall provide rates for each category of manpower indicating the appropriate grade/status of the personnel concerned in their respective trades.

27.5. Under the equipment hire table B, the contractor shall indicate the capacities of the available equipment for hire, as well as the number available.

27.6 The contractor shall indicate the unit of the rates, i.e. KShs per day etc with item availed for hire.

27.7 Under normal circumstances, chargeable time shall be 9 working hours per day.

27.8. All prices shall be exclusive of value added tax.

Page 46 of 112

SSECTION VI – PRICING SCHEDULE

1. THE TENDER WILL BE AWARDED TO THE LOWEST BIDDER PER LOT AS INDICATED IN SECTION 1.

2. BIDDERS ARE REQUIRED TO FILL SEPARATE FORM OF TENDER FOR EACH LOT. DO NOT INDICATE THE TOTAL TENDER AMOUNT ON THE FORM OF TENDER, INSTEAD INDICATE “AS PER SCHEDULE OF RATES”

3. BIDDERS ARE REQUIRED TO COMPLETELY FILL THE TABLES IN SECTION A, B AND RATES OR RISK DISQUALIFICATION.

4. RATES QUOTED SHALL BE EXCLUSIVE OF VAT

PRICING SCHEDULE – FOR LOT 1 MECHANICAL

PART A

ITEM CATEGORY HOURLY RATES (KShs.) No. AVAILABLE FOR

HIRE NORMAL WORK

HOURS 1 Mechanical Engineer

2 Supervisor/Foreman

3 Mechanical Technician (GGTI/KNEC DIPLOMA)

4 NDT Technician

MECHANICAL FITTERS

5 General Fitter GGT.I

General Fitter GGT.II

General Fitter GGT.III

Auto Electrician GGT.I

Auto Electrician GGT.II

Auto Electrician GGT.III

Page 47 of 112

Motor vehicle mechanic GGT.I

Motor vehicle mechanic GGT.II

Motor vehicle mechanic GGT.III

Machinist GGT.I

Machinist GGT.II

Machinist GGT.III

WWELDERS

6 6G Welder

5G Welder

3G Welder

2G Welder

7 Scaffolder

Others

8 Cleaners/Grass cutter (Helper)

9 Ungraded Artisan

10 Stores Clerk

11 Crane Driver

12 Truck Driver

13 Forklift Driver

TOTAL PRICE A (HOURLY RATES)

Page 48 of 112

FFactor for: 1. Normal overtime 150%

2. Special overtime 200%

PRICING SCHEDULE – FOR LOT 1 MECHANICAL

PART B

ITEM TOOLS/EQUIPMENT DESCRIPTION

CAPACITY RATES (KShs.)

Running Time (Per hour)

Standby Time (Per hour)

No. AVAILABLE FOR HIRE

1 Electric welding machine complete with cables and accessories.

100A TO 400A

2 Diesel powered, mobile welding machine with ail accessories.

100A TO 400A

3 TIG welding machine with ail accessories.

100A TO 400A

4 Oxy-acetylene set SET

5 stress relieving machine

1100*C

6 Portable pneumatic drilling machine

Heavy duty up 25 mm shank

7 Portable electric grinding machine

Heavy duty up 25 mm shank

8 Portable electric extractor fan/ventilator

75KW

15KW

20KW

Page 49 of 112

9 Mobile air compressors

Up to 125

125 – 250

250 - 450

10 Mobile Crane Up to 50T

80T

100T

11 Tirfors

(Indicate Sizes)

a.

b.

c.

12 Torque Wrenches

(Indicate Sizes)

a.

b.

c.

13 Pneumatic Wrenches

(Indicate Sizes)

a.

b.

c.

14 Lorry Crane 7 T

3T

15 Industrial Vacuum Cleaners

(Indicate Sizes)

a.

b.

c.

16 High Pressure Washer 75KW

15KW

17 Sludge pump Crawler

Pneumatics

18 Water pump

19 Diesel Pump

Page 50 of 112

20 Hydro- test pump

21 Truck 1 Ton

Truck 2 Ton

TOTAL PRICE B ( RUNNING)

NA

Signature: ….................... Date & Stamp: …....................

Page

51

of 1

12

PPRIC

ING

SC

HED

ULE

/RA

TES

FO

R S

ELEC

TED

RO

UT

INE

MA

INT

ENA

NC

E W

OR

KS

Surf

ace

prep

arat

ion

and

Pain

ting.

Sy

stem

No

. T

emp

˚C

Surf

ace

Prep

arat

ion

Pain

t Sy

stem

R

ate

Ksh

s./M

2

1 0

-90

Han

d Pr

epar

ed

Epo

xy M

astic

Alu

min

um

2x15

0 m

icro

ns o

r ap

pro

ved

equi

vale

nt

Alip

hatic

Po

lyur

etha

ne

1x1

50 m

icro

ns o

r ap

pro

ved

equi

vale

nt

2 0-

200

Han

d p

repa

red

ISO

85

01

st.3

Zi

nc P

hosp

hate

Pig

men

ted

Alk

yd

1x5

0 m

icro

ns o

r ap

prov

ed e

quiv

alen

t

Alk

yd u

nder

coat

1x5

0 m

icro

ns

or

appr

ove

d eq

uiva

lent

A

lkyd

Alu

min

um 1

x40

mic

rons

o

r ap

pro

ved

equi

vale

nt

3 0-

100

Blas

ted

to I

SO

850

1 Sa

21 /

2 Zi

nc r

ich

Epox

y 1x

50 M

icro

ns

or

appr

ove

d eq

uiva

lent

Hig

h bu

ild E

poxy

mas

tic 1

x200

mic

rons

or

appr

ove

d eq

uiva

lent

A

lipha

tic P

oly

uret

hane

1x5

0 m

icro

ns o

r ap

prov

ed

equi

vale

nt

4 0-

400

Blas

ted

to I

SO

850

1 Sa

21 /

2 Et

hyl Z

inc

Silic

ate

1x50

-70

mic

rons

or

app

rove

d eq

uiva

lent

Silic

on A

lum

inum

1x2

5 m

icro

ns o

r ap

pro

ved

equi

vale

nt

5 0-

600

Blas

ted

to I

SO

850

1 Sa

21 /

2 Si

licon

Alu

min

um 2

x25

mic

rons

or

appr

ove

d eq

uiva

lent

Page

52

of 1

12

PPIPE

LIN

ES/V

ESSE

LS

No

. Si

ze

Spad

ing

and

D

e-sp

adin

g as

per

D

.E.P

K

shs.

per

pie

ce

All

Prep

arat

ion

And

Wel

ding

as

Per

API

110

4

Ksh

s. P

er J

oin

t

Pric

e pe

r LM

(K

shs)

Pain

t Sy

stem

No

. (se

e T

able

1)

1 2

3 4

5

1 1 / 2

”- 2

2 3”

-5”

3 6”

4 8”

5 12

6 16

7 18

8 20

9 24

Boile

r T

ubes

10

31.8

mm

N

/A

N

/A

N/A

N

/A

N/A

N

/A

11

63.5

mm

N

/A

N

/A

N/A

N

/A

N/A

N

/A

12

76m

m

N/A

N/A

N

/A

N/A

N

/A

N/A

Oth

er E

quip

men

t

13

Ves

sels

Pa

intin

g Pe

r Sq

uare

M

N

/A

N/A

Page

53

of 1

12

FFLA

NG

ED V

ALV

ES

Item

No

. Si

ze

Rem

ova

l and

inst

alla

tion

(Ksh

s).

Gen

eral

/Rel

ief

Val

ves

1 ½

”- 1

½”

2 2”

– 5

3 6”

– 8

4 10

5 12

” –

18”

6 20

” –

24”

Page

54

of 1

12

WWEL

DED

VA

LVES

/FIT

TIN

GS

Item

No

.

Size

V

alve

“V

” K

shs.

Per

Pc

Bra

nch

Nip

ple

“BN

” K

shs.

Per

Pc

No

zzle

s w

ith

Rei

nfo

rcem

ent

pad

“NR

” K

shs.

Per

Pc

No

zzle

s w

itho

ut

Re i

nfo

rcem

ent

pad

“NW

” K

shs.

Per

Pc

Bend

ing

of

elbo

w

“BE”

K

shs.

Per

Pc

1 ½

”- 2

2 3”

– 5

3 6”

4 8”

5 12

6 16

7 18

8 20

9 24

Page

55

of 1

12

HHY

DR

OTE

ST

Item

N

o.

Pipe

Siz

e R

ange

s N

o. o

f bl

inds

/ Sp

ade

poin

ts

Tes

t Pr

essu

re (

in B

arg)

A

mo

unt

Lum

p S u

m p

er T

est

Ksh

s.

1 ½

”- 1

½”

< 5

0-

20

2

21-4

0

3 41

-80

4

> 5

0-

20

5

21-4

0

6 41

-80

7

2” –

4”

< 5

0-

20

8

21-4

0

9 41

-80

10

>

5

0-20

11

21-4

0

12

41-8

0

13

6” –

10”

<

5

0-20

14

21-4

0

15

41-8

0

16

> 5

0-

20

17

21

-40

18

41

-80

19

12

” –

20”

< 5

0-

20

20

21-4

0

21

41-8

0

22

> 5

0-

20

23

21

-40

24

41

-80

Page

56

of 1

12

NNO

N D

EST

RU

CT

IVE

TEST

S

Item

No

.

Size

R

adio

grap

hy

Tes

t “R

T”

Ksh

s Pe

r Jo

int

Ultr

aso

nic

flaw

less

sc

anni

ng p

er li

near

m

eter

Dye

Pen

etra

nt T

est

“DPT

Ksh

s Pe

r Jo

int

Mag

netic

Par

ticle

s T

est

“MPI

Ksh

s Pe

r Jo

int

Ho

liday

Tes

t

Ksh

s Pe

r Li

n ear

M

eter

1 2”

and

less

2 3”

3 4”

4 6”

5 8”

6 10

7 12

8 14

9 16

10

18”

11

20”

12

24”

13

Spo

t “R

T”

10x4

0 fil

m

N/A

N

/A

N/A

14

Spo

t “R

T”

10x2

4 fil

m

N/A

N

/A

N/A

Page

57

of 1

12

NO

N D

EST

RU

CT

IVE

TEST

S

No

te:

Req

uire

men

ts o

f Fi

rms

elig

ible

to

carr

y ou

t R

adio

grap

hy a

nd U

ltras

oni

c te

st a

t K

PRL.

1.

Mus

t be

com

plia

nt w

ith K

PRL

radi

atio

n sa

fety

req

uire

men

ts

2. M

ust

be r

egis

tere

d an

d lic

ense

d by

the

Rad

iatio

n Pr

ote

ctio

n Bo

ard

a de

part

men

t in

the

Min

istry

of

Hea

lth.

3. C

arry

out

rad

iogr

aphy

in a

ccor

danc

e w

ith t

he in

tern

atio

nal s

tand

ard

ASM

E V

Art

icle

2 la

test

edi

tion.

4.

Rad

iogr

aphe

rs/

Ultr

aso

nic

test

Tec

hnic

ian

mus

t be

ASN

T L

evel

II I

SO 9

712

or

equi

vale

nt o

r be

und

er t

he d

irec

t su

perv

isio

n o

f a

leve

l II r

adio

grap

her.

5.

Rad

iogr

aphe

rs m

ust

be r

egist

ered

with

the

Rad

iatio

n Pr

ote

ctio

n B

oard

. 6.

Rad

iogr

aphs

mus

t be

sub

mitt

ed f

or

revi

ew t

o K

PRL

insp

ectio

n de

part

men

t no

t m

ore

tha

n 24

Ho

urs

afte

r ex

posu

re

and

pro

cess

ing.

Page 58 of 112

PPRICING SCHEDULE – FOR LOT 2 ELECTRICAL

PART A

ITEM CATEGORY HOURLY RATES

(Kshs.) No. AVAILABLE FOR

HIRE NORMAL WORK

HOURS 1 Electrical Engineer

2 Electrical Supervisor

3 Electrical Technician

4

Electrical fitter GGT. I

Electrical fitter GGT.II

Electrical fitter GGT.III

5 Ungraded artisan(Helper

Total price A (Hourly rates)- Ksh

Factor for: 1. Normal overtime 150% 2. Special overtime 200%

Page 59 of 112

PPRICING SCHEDULE – FOR LOT 2 ELECTRICAL

PART B

ITEM TOOLS/EQUIPMENT DESCRIPTION

MINIMUM CAPACITY

RATES (Kshs.) No. AVAILABLE FOR HIRE

Running Time (Per hr.)

Standby Time (Per hr.)

1 Diesel Power Generators ( Enclosed set Fueled with standby person)

500KVA

250KVA 125KVA 50KVA 25KVA 10KVA 5KVA

2 Insulation Resistance tester (Megger, Fluke or equivalent)

UPTO 5KV

3 Multimeter(Intrinsically safe)/Clamp meter

COMPLETE SET

4 Crimping tool COMPLETE SET

5 Pressure Testing Machine (Megger, Fluke or equivalent)

UP TO 40KV

6 Torque wrenches COMPLETE SET

7 Hydraulic Cable Jack UPTO 5T

8 Electric Drilling machine

COMPLETE SET

9

Earth-loop impedance tester(Intrinsically safe)

COMPLETE SET

10 3-Phase Energy analyzer, (Fluke or equivalent)

COMPLETE SET

11 D.C Battery Voltage Tester(Megger, Fluke or equivalent)

COMPLETE SET

12 Thermography –infra-red machine(Fluke or

COMPLETE SET

Page 60 of 112

equivalent)

13 Portable digital power factor measuring meter (power quality clamp meter)

COMPLETE SET

14 Digital battery analysers

COMPLETE SET

15 Current injector complete with test transformers

COMPLETE SET

16 Portable digital Cathodic protection current interruptor

COMPLETE SET

17 GMC small stick-IT copper copper sulphate cell

COMPLETE SET

18 Cathodic Protection Digital Voltmeter,11 Megohm, Model CPV-4, by Tinker &Rasor

COMPLETE SET

19 Digital Cable fault locator

COMPLETE SET

TOTAL PRICE FOR (RUNNING)- Ksh

NA

Signature: ….................... Date & Stamp: …....................

Page 61 of 112

PPRICING SCHEDULE/RATES FOR SELLECTED ROUTINE MAINTENANCE AND INSTALLATION WORKS FOR LOT 2 ELECTRICAL

Underground cable laying

High Tension Cabling (6.6KV)

Item

No.

Size Sq.mm

Cost of cable

Laying per

Meter [Kshs]

Cost of Jointing [Kshs] Cost of Termination [Kshs]

With underground

kit

Without underground

kit

Without

Indoor/Outdoor

Termination kit

With

Indoor/Outdoor

Termination kit

1 3 x 50

2 4 x 50

3 3 x 70

4 4 x 70

5 3 x 95

6 4 x 95

7 3 x 120

8 4 x 120

9 3 x 150

10 4 x 150

11 3 x 185

12 4 x 185

13 3 x 240

14 4 x 240

15 1 x 800

Page 62 of 112

Low Tension Cabling (415V)

Item

No.

Size Sq.mm

Cost of cable

Laying per

Meter [Kshs]

Cost of Jointing [Kshs] Cost of Termination

[Kshs]

With underground kit

Without underground kit

Without

Gland

With

Gland

1 1 x 1.0

2 1 x 1.5

3 2 x 1.5

4 1 x 2.5

5 3 x 2.5

6 7 x 2.5

7 1 x 4.0

8 3 x 4 - 6

9 1 x 6.0

10 4 x 4 - 6

11 1 x 10

12 1 x 16.0

13 3 x 10 - 16

14 4 x 10 - 16

15 1 x 25

16 3 x 25

17 4 x 25

18 1 x 35

19 3 x 35

20 4 x 35

21 1 x 50

Page 63 of 112

22 4 x 50

23 1 x 70

24 3 x 70

25 4 x 70

26 1 x 95

27 3 x 95

28 4 x 95

29 1 x 120

30 3 x 120

31 4 x 120

32 3 x 150

33 4 x 150

34 3 x 185

35 4 x 185

36 3 x 240

37 4 x 240

38 1 x 400

39 1 x 630

40 1 x 800

41 3 x 50

Page 64 of 112

Portreitz H.V. Overhead Lines

ITEM DESCRIPTION U.O.M. Cost

1 Replacement of ACSR wire (1X70mm2)

Per meter

2 Tensioning and stringing of overhead conductors(6X70mm2)

Per span

3 Replacement of H-pole complete with cross arm

Set of 2

4 Fix conductors and adjust tension on the fly stay wire

Per piece

5 Replacement of Stay pole Per piece

6 Replacement of broken jumper Per piece

Infrared Thermography Inspection.

Item Description Per Hour Rate Cost [Kshs]

1 Infrared Thermography Inspection and

Reporting

Signature: ….................... Date & Stamp: …....................

Page 65 of 112

PPRICING SCHEDULE – FOR LOT 3 INSTRUMENTATION PART A

Factor for:

1. Normal overtime 150%

2. Special overtime 200%

ITEM CATEGORY HOURLY RATES (Kshs.)

No. AVAILABLE FOR HIRE

NORMAL WORK HOURS

1 Instrumentation Engineer

2 Instrumentation Supervisor

3 Instrumentation Technician

4 Fitter GGT.I Fitter GGT.II Fitter GGT.III

5

Ungraded artisan(Helper)

TOTAL PRICE (A)

Page 66 of 112

PPRICING SCHEDULE – FOR LOT 3 INSTRUMENTATION PART B ITEM TOOLS/EQUIPMEN

T DESCRIPTION CAPACITY RATES (Kshs.) No.

AVAILABLE FOR HIRE

Running Time (Per hr.)

Standby Time (Per

hr.)

1 HART Communicator (Intrinsically safe)

2 OTDR Tester (intrinsically safe)

3 Fibre optic splicing machine

TOTAL PRICE FOR (RUNNING)

NA

Signature: ….................... Date & Stamp: …....................

Page 67 of 112

PRICING SCHEDULE/RATES FOR SELLECTED ROUTINE MAINTENANCE AND INSTALLATION WORKS FOR LOT 3 INSTRUMENTATION

Underground cable laying.

Instruments signal Cabling (500V- 1000V)

Item

No Cores/ Size Sq.mm

Cost of cable Laying per

Meter [Kshs]

1 40x2.5

2 40x1.5

3 20x2.5

4 20x1.5

5 10x2.5

6 10x1.5

7 7x2.5

8 7x1.5

9 4x2.5

10 4x1.5

11 2x2.5

12 2X1.5

Page 68 of 112

Telephone cable laying.

SSignature: ….................... Date & Stamp: …....................

Item

No.

Cores/Size Sq.mm Cost of cable Laying per

Meter [Kshs]

1 100x0.5

2 80x0.5

3 60x0.5

4 40x0.5

5 20x0.5

6 16x0.5

7 10x.05

8 8x0.5

9 6x0.5

10 4x0.5

Page 69 of 112

PPRICING SCHEDULE – FOR LOT 4 CIVIL

PART A

ITEM CATEGORY HOURLY RATES (KShs.) No. AVAILABLE FOR HIRE NORMAL WORK HOURS

1 Civil Engineer

2 Supervisor/Foreman

3 Plumber GGT.I

Plumber GGT.II

Plumber GGT.III

4 Mason GGT.I

Mason GGT .II

Mason GGT .III

5 Painter GGT.I

Painter GGT.II

Painter Grade III

6 Carpenter GGT.I

Carpenter GGT.II

Carpenter GGT.III

7 Truck Driver

8 Sign writer

9 Ungraded Artisan

10 Cleaners/Grass cutter (Helper)

TOTAL PRICE (A)

Page 70 of 112

FFactor for

1. Normal overtime 150% 2. Special overtime 200%

PRICING SCHEDULE – FOR LOT 4 CIVIL

PART B

ITEM TOOLS/EQUIPMENT DESCRIPTION

CAPACITY RATES (KShs.) No. AVAILABLE FOR HIRE Running Time

(Per hr.) Standby Time

(Per hr.)

20KW

1 Mobile air compressors Up to 125

125 – 250

250 - 450

2 Sludge pump Crawler

Pneumatics

3 Water pump

4 Tractor drawn mower.

5 Lawn mower

6 Roller 1T

10T

7 Plate compactor

8 Concrete mixer 1m3

9 Dumper

10 Poker vibrator

11 Power saw

12 Diesel Pump

Page 71 of 112

13 Motorized grader

14 Vacuum exhauster

15 Electric powered jackhammer

16 Pneumatic powered jackhammer

17 Pickup

18 Truck

19 Tipper

20 Wheel/chain loader

21 Cabro cutter

22 Concrete cutter

23 Electric drill

24 Dumpy level

25 Total station

TTOTAL PRICE FOR (RUNNING) (B) NA

Signature: ….................... Date & Stamp: …....................

Page 72 of 112

PPRICING SCHEDULE/RATES FOR SELLECTED ROUTINE MAINTENANCE, REPAIRS AND INSTALLATION WORKS LOT 3

CIVIL

1.0 Excavation 1.1 Existing/New trenches in paved areas Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Plain Concrete Thickness (mm) Reinforced Concrete Thickness

(mm) 50 75 100 150 50 75 100 150 0.3 0.6 1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.2 Existing/New trenches through bitumen surface road Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Light Duty Road -4.5m width Heavy Duty Road-6.0m width

1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road)

Page 73 of 112

1.3 Existing/New trenches in unpaved surface (No bitumen or concrete

surface) Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Normal Soil

0.3 0.6 1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.4 Existing/New trenches outside Refinery area and along transfer lines ( No

bitumen or concrete surface) Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Normal Soil

0.5 1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.5 Backfilling &

Resurfacing

1.6 Backfilling &

Resurfacing

Page 74 of 112

Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Plain Concrete Thickness (mm) Reinforced Concrete Thickness

(mm) 50 75 100 150 50 75 100 150 0.3 0.6 1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.7 Backfill and resurface cable trench in paved areas Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Light Duty Road -4.5m width Heavy Duty Road-6.0m width

1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.8 Backfill and resurface cable trench through bitumen roads Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Normal Soil

0.3 0.6 1.0 1.5 *Trenches of greater width measured pro-rata

Page 75 of 112

Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.9 Backfill cable trench in non-paved areas and at outlying sites including

Port Reitz and Shimanzi (No bitumen or concrete surface. Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Plain Concrete Thickness (mm) Reinforced Concrete Thickness

(mm) 50 75 100 150 50 75 100 150 0.3 0.6 1.0 1.5 2.0 *Trenches of greater width measured pro-rata Item Description U.O.M. 1.0 Hatari cable tiles Pcs 1.10 River sand Tonne Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.10 Backfill and resurface underground pipe trench in paved areas Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Light Duty Road -4.5m width Heavy Duty Road-6.0m width

1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road)

Page 76 of 112

1.11 Backfill and resurface pipe trench across Road Trench Depth (Metre)

Rate in KES per 30 CM width per LM Refinery Area Normal Soil

0.3 0.6 1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.12 Backfill pipe trench at outlying sites including Port Reitz and Shimanzi

(No bitumen or concrete surface) Trench Depth (Metre)

Rate in KES per 50 CM width per LM Refinery Area Normal Soil

0.5 1.0 1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) 1.12 Backfill pipe trench outside Refinery area along product transfer lines

(No bitumen or concrete surface) Trench Depth (Metre)

Rate in KES per 50 CM width per LM Refinery Area Normal Soil

0.5 1.0

Page 77 of 112

1.5 *Trenches of greater width measured pro-rata Offsite factor for:

Kipevu Tank farm Wayleaves (Kalahari, Refinery Road) NOTE: For Electrical cable trench works, back filling shall be done using river sand and standard Hatari tiles.

2.0 REFINERY BUILDINGS 2.1. Building Repairs Item Description Qty Rate Supply & fix the following items to buildings generally: General Repairs 2.11 Replace door locks (Union Two lever) pc 2.12 Replace door locks (Union Three lever) pc 2.13 Replace night latch (Union or other equally approved quality) pc 2.14 Replace work-stations locks pc 2.15 Replace Door Closers (Medium Duty) pc 2.16 Replace Door Closers (Heavy Duty) pc 2.17 Re-fix fallen door closer pc 2.18 Adjustment of door closure speed including tightening of

loose nuts pc

2.19 Supply & fix Union drawer locks pc 2.20 Supply & fix solex drawer locks pc 2.21 Replace damaged door hinges with brass hinges door 2.22 Duplicate Keys – 2 lever No 2.23 Duplicate Keys – 3 lever ( including lock removal and

reinstatement) No

2.24 Supply and install ceramic floor tiles as SAJ including all surface preparation Size 300mmx300mm x6mm)

pc

2.25 Replace damaged PVC floor tiles 2.26 Notice Board size 1.2mx2.4m including painting No 2.27 Emulsion painting wall surfaces etc (Three coats), one & two

coats pro rata SM

2.28 Gloss painting wall surfaces etc (three Coats), one & two SM

Page 78 of 112

coats pro rata 2.29 Varnish to timber SM 2.30 Remove door fanlight and replace & make good LS 2.31 Standard KPRL shelves including varnish. LM 2.2 Plumbing Repairs Item Description Qty Rate Plumbing Repairs (Supply & Fix) 2.21 Supply and fix soap dispenser similar to existing no 2.22 Re-fix loose/fallen soap dispenser 2.23 Replace 1/2" Water taps (Cobra) pc 2.24 Replace 3/4" Water taps (Cobra) pc 2.25 De-plug blocked toilets Ls 2.26 De-plug blocked drains per chamber No 2.27 De-plug drain outside canteen ls 2.28 Replace bottle trap. pc 2.29 Replace Cistern Flush handles No 2.30 Replace cistern siphons No 2.31 Replace cistern tank complete No 2.32 Replace urinal siphons No 2.33 Provide & fix aluminum kicker plate to flush door on both

sides (2’ wide & gauge 22) No.

2.34 Supply & fix Stop cock (Cobra) to showers No 2.35 Supply & fix Wash hand basin No 2.36 Supply & fix Shower Rose (Plastic good quality) No 2.37 Supply & fix Seat cover (heavy duty) No 2.38 Supply & fix toilet Cistern (Armitage or Twyford) No 2.39 Supply & fix toilet Cistern (plastic, high level or low level) No 2.40 Attend to Leaking WC repairs LS 2.41 Supply & fix Toilet paper holder No 2.42 Supply & fix water tanks (1,000 litres as ROTO) No 2.43 Supply & fix water tanks (1,500 litres as ROTO) No 2.44 Supply & fix water tanks (5,000 litres as ROTO) No 2.45 Supply & fix W.C (Armitage/Twyford) No. 2.46 Supply & fix Asian W.C (Armitage or Twyford) No 2.47 Adjust Roof tanks Ball valve ls 2.48 Replace Roof tanks Ball valve No 2.49 Replace cistern Ball valve No 2.50 Curtain Showers -heavy duty plastic pc 2.51 Support brackets to sinks no

Page 79 of 112

2.52 White Ceramic wall Tiles m2 2.53 Supply and install Genuine Pedrollo water pumps ( 1HP) no 2.54 Urinal ceramic partitions no 2.55 PPR 1/2" LM 2.56 PPR 3/4" LM 2.57 Gate Valves 1/2" ( Original peagler) pc 2.58 Gate Valves 3/4"( Original peagler) pc 2.59 Drainage pipes UPVC 2" LM 2.60 Ditto but 3" LM 2.61 Mirrors including timber framing, similar to existing no 2.62 Cleaning overhead water tanks in buildings no. 2.63 Roof slab water proofing by use of APP bituminous

substances including melt-welding to substrate. M2

1.3 Supply of Materials to KPRL Properties and Wayleaves Description Quantity Magongo

Estate Nyali Estate Offsites/ Wayleaves

& Port Reitz

Murram 7ton Load Hardcore 7ton Load Ballast 3/4" 7ton Load Crusher Run

7ton Load

3.0 KPRL HOUSING ESTATE REPAIR Item Description Uni

t Rate

3.1 General Supply & fix the following items to house generally 3.11 Mosquito gauze SM 3.12 Mosquito gauze -complete house LS 3.13 Glass louvers up to 700 mm pc 3.14 Opaque glass louvers pc 3.15 Aluminium louver frames 7 or 8 blades. pc 3.16 Door / window frames etc. up to 4” X 2” LM 3.17 Door / window frames etc. up to 6” X 2” LM

Page 80 of 112

3.18 Curtain rails per piece length not more than 1.1 m pc 3.19 Internal painting & redecoration including minor repairs -

Gloss paint SM

3.20 Internal painting & redecoration including minor repairs-Emulsion paint

SM

3.21 Ditto but whole house internally LS 3.22 Ditto but whole house externally LS 3.23 Supply & fix Door wooden Stoppers No 3.24 Supply & fix Door floor Stoppers No 3.2 Iron Mongery 3.21 Three lever Union mortise lock No 3.22 Yale night latch No 3.23 Duplication of keys No 3.24 Two lever Union mortise lock No 3.3 Kitchen 3.31 Replace shelves and paint. pc 3.32 Replacing kitchen cupboard doors. No 3.33 Replace damaged / rotten Window sill pc 3.34 Replace Timber vent frame & internal gauze - Large size pc 3.35 Replace Timber vent frame & external coffee tray wire -

Large size pc

3.36 Replace Timber vent frame & external coffee tray wire - Small size

pc

3.37 Replace kitchen drawers No. 3.38 Replace door -Top section No 3.39 Replace door - bottom section No 3.40 Replace kitchen frames up to 3” X 2” LM 3.41 Replace Kitchen High level shelves LS 3.42 Repair kitchen high level shelves pc 3.43 Replace full window no. 3.4 Bedrooms and

Bathrooms

3.41 Repair rotten lower parts to flush door LS 3.42 Provide & fix aluminium kicker plate to flush door on

both sides (2’ wide & gauge 22) No.

3.43 Replace damaged flush door with brass hinges No 3.44 Supply & fix Towel rail No 3.45 Supply & fix solex drawer locks pc

Page 81 of 112

3.46 Supply & fix Ward robe wooden rail No 3.47 Supply & fix Stop cock (Bricon) No 3.48 Supply & fix Mirror size 18" x 24" No 3.49 Supply & fix Soap dish No 3.50 Supply & fix Wash hand basin (18” X 24”) No 3.51 Supply & fix Shower Rose (Hansgrow) No 3.52 Supply & fix Seat cover (heavy duty) No 3.53 Supply & fix toilet Cistern (Fordham) No 3.54 Leaking WC repairs LS 3.55 Supply & fix Toilet paper holder No 3.56 Supply & fix water tanks (100 gallons – Plastic) No 3.57 Supply & fix wardrobe handles. Pair 3.58 Supply & fix wardrobe doors. No. 3.59 Supply & fix Wash hand basin (12” X 18”) No 3.60 Supply & fix W.C (Armitage) No. 3.5 Electrical Works 3.51 Supply & install ball fitting complete with 12watts LED

B22 bulb No

3.52 Well glass Outside rear security lights complete with 12watts LED B22 bulb

No

3.53 Bulk head lamp fitting complete with 12watts LED B22 bulb

No

3.54 Flood light fitting complete with 150W LED E40 Base Light 5000K Daylight bulb, Input 100-277 V.A.C. 50Hz. Power:150Watts ,21892 Lumen, Certificate: UL(E485379) CE and RoHs certification Preferred make: Osram, Phillips, Sylvania, Thorn, Minimum warranty:5years

No

3.55 Street light complete with 90W LED E40 Base Light 5000K Daylight bulb, Input 100-277 V.A.C. 50Hz. Power:150Watts ,21892 Lumen, Certificate: UL(E485379) CE and RoHs certification Preferred make: Osram, Phillips, Sylvania, Thorn, Minimum warranty:5years

No.

3.56 T8 LED Tube light Model:OS-T8 36WATTS ,Cover: frosted Input: AC 85-265V 50Hz, Size: 4ft Power:36watts, COLD WHITE(for hall and offices)

No

3.57 LED Tube Light Fixture (Suitable for twin LED tubes, Bi pin) Preferred Make : Philips Applicable Cap : G13 Color rendering : Cold white Complete with cover frosted Tubes,(Length without pin : 1200mm)

No

3.58 56'' Ceiling fan, complete with regulator. Make: Orient( hall and warden’s office)

No

3.59 Switch 1-gang, -1way,5 Amps flush switch for use on No

Page 82 of 112

controlling 240Volts,50Hz lamps. Recommended type : Carl & Gilbert, Schneider

3.60 2-gang, -1way,5 Amps flush switch for use on controlling 240Volts,50Hz lamps. Recommended type : Carl & Gilbert, Schneider, Clipsal

No

3.61 2-gang, -2way,5 Amps flush switch for use on controlling 240Volts,50Hz lamps. Recommended type : Carl & Gilbert, Schneider, Clipsal

No

3.62 3-gang, -2way,5 Amps flush switch for use on controlling 240Volts,50Hz lamps. Recommended type : Carl & Gilbert, Schneider, Clipsal

No

3.63 13 amps’ single switched socket outlet for use on 240V, 50Hz supply. Recommended type Clipsal, Carl & Gilbert, Schneider

No

3.64 13 amps’ twin switched socket outlet for use on 240V, 50Hz supply. Recommended type Clipsal, Carl & Gilbert, Schneider

No

3.65 Cooker unit, Recommended type Clipsal, Carl & Gilbert, Schneider(for the kitchens)

No

3.6 Roof 3.61 Re - arrange existing or new tiles. M2 3.62 Replace/ repair ridge or valley tiles LM 3.63 Remove & re-fix roof tiles including 1000g polythene and

de-plugging weeping holes- Front Elevation LS

3.64 Remove & re-fix roof tiles including 1000g polythene and de-plugging weeping holes- Rear Elevation

LS

3.65 Supply new tiles. M2 3.66 Roof slab water proofing by use of APP bituminous

substances including melt-welding to substrate M2

3.7 External Works Repair outside fire place 3.71 Replace grills LS 3.72 Masonry works LS 3.73 Replace cover LS 3.74 Replace hinges to cover LS 3.75 Replace copping to walling outside kitchen pc

Page 83 of 112

3.76 Supply new dust bins. No. 3.77 Replace Water meter cover pc 3.78 Replace Road gully grating No 3.79 Manholes covers. pc 3.80 Excavate, backfill and replace ¾” GI water pipe LM 3.81 Gully trap covers. pc 3.82 Repair / replace paving slabs 2’ X 2’ pc All-inclusive rates 3.83 Concrete class 1:2:4 CM 3.84 Concrete Class 1:3:6 CM 3.85 Reinforcement steel Kg 3.86 Excavation in murram CM 3.87 Sawn Formwork SM

3.8 Other Works 3.81 Community Hall 3.811 Internal painting & redecoration including minor repairs LS 3.812 Ditto but whole building externally LS 3.813 Shops 3.814 Internal painting & redecoration including minor repairs LS 3.815 Ditto but whole building externally LS 3.816 Administration Building 3.817 Internal painting & redecoration including minor repairs LS 3.818 Ditto but whole building externally LS 3.819 Gatehouse 3.820 Internal painting & redecoration including minor repairs LS 3.821 Ditto but whole building externally LS 3.822 Roof repairs complete with redecoration to visible

damage/ discolouration. LS

3.823 Water Tower (KPRL to supply Scaffolds Materials Only) 3.824 Internal painting & redecoration including minor repairs LS 3.825 Ditto but whole structure externally including logos LS 3.826 Cleaning of the Tower Water Tanks LS 3.827 Transformer Room 3.828 Internal painting & redecoration including minor repairs LS 3.829 Ditto but whole building externally LS

Page 84 of 112

4.0 ROAD REPAIRS

Item Description Unit Rate per unit KES 1* 2* 4.1 Repair roads

a)Depressed areas SM b)Damaged capping SM

4.2 Repair Road Shoulders a)Light duty capping SM b)Heavy duty capping SM

4.3 Repair of road Paving. a)Light Duty paving SM b)Medium Duty paving SM c)Heavy Duty paving SM

4.4 Repair Storm Water Drainage concrete lining.

a)Light duty lining SM b)Medium duty lining SM c)Heavy duty lining SM

4.5 New or renewal of concrete expansion joints per linear metre

LM

4.6 Concrete Paving Blocks a)Concrete Paving Blocks 60mm SM b)Concrete Paving Blocks 80mm SM

4.7 Road Markings Road marking to the Refinery entrance area, parking lot etc including sign writing.

LS

Page 85 of 112

125mm non reflective yellow or white paint on roads.

LM

125mm reflective yellow or white paint on roads.

LM

4.8 Road signs Standard road sign 21/2 inches post and 241/2 inches plate

No.

Painting and minor repairs only No. 1* Refers to Changamwe Magongo Installation

2* Refers to Port Reitz/Shimanzi Installation.

5.0 PROPERTY BOUNDARY FENCE Rates for Re-installing existing chain link fence fittings- up to 2.6m High fence Item Description Unit Rate fence

up to 2.1m Rate of fence up to 2.6m

1 Re-fix chain link fence LM 2 Re-fix barbed wire LM 3 Re-erect fence post pcs Re-install bracing 4 Concrete pcs 5 Steel pcs 6 Re-erect fence LM 7 Paint posts, bracings pcs 8 Paint access gates Leaf 10 Paint pedestrian gates Leaf Rates for renewing existing chain link fence fitting- upto 2.6m high fence Item Description Unit Rate fence

up to 2.1m Rate of fence up to 2.6m

1 Fix new chain link fence LM

Page 86 of 112

2 Fix new tension wire LM 3 Install new turn buckle pcs Replace cranked fence post 4 Concrete pcs 5 Steel pcs 6 Steel but galvanized posts pcs Replace fence post bracing 7 Concrete pcs 8 Steel pcs 9 Steel but galvanized posts pcs 10 Fix new barbed wire LM 11 Erect new fence LM 12 Erect new fence as 11 above but

with galvanized posts, bracings etc LM

13 Replace access gates Leaf 14 Replace pedestrian gate Leaf Rates for erection of complete new fence 3.4m high Item Description Unit Rate KES 1 Erect new fence LM Rates for repair of existing grade Item Description Unit Rate KES 1 Trim the grade surface for 150mm

thick layer SM

2 Fill the eroded grade for 150mm thick layer

SM

3 Remove existing fence and cart away from refinery

LM

4 Cut and remove shrubs etc and cart away

SM

Page 87 of 112

Supply & Installation of Razor coil fence 1.6mm heavy galvanized razor wire 450mm diameter, 8m/coil 1.6mm heavy galvanized razor wire 730mm diameter, 8m/coil Factor for Port-Reitz & Shimanzi property Item Factor Factor for Port- Reitz 20% Shimanzi Property 20% NB: All repair work requests to be executed in accordance with Schedule of rates and shall be covered by a contract works order which shall state the nature and scope of works required including location and areas.

Page 88 of 112

SSECTION VII – EVALUATION CRITERIA

APPENDIX: EVALUATION CRITERIA 1.1. KPRL will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph 23.1 and 23.2 of section II; Instruction to tenderers.

1.2. Evaluation of tenders shall comprise both TTechnical and Financial evaluations, and shall be carried out in line with the criteria set out in this tender document. Only the tenderers who are deemed sufficiently responsive after the technical evaluation shall qualify to have their financial submissions evaluated. TThose who don’t pass the technical evaluation overall marks shall not be considered in the financial evaluation.

1.3. The tenderer shall be required to submit pricing schedules in rates per hour and detailed breakdown for lump sum charges, failure to abide by this shall lead to automatic disqualification. 1.4. The technical submissions for each bidder who has met all mandatory requirements from any of the lots ((Mechanical or Electrical or Instrumentation or Civil) shall be evaluated using respective criteria as follows

Page 89 of 112

EEvaluation Criteria for llot 1. (Mechanical)

No

Description of criteria Points

1

Financial capability The contractor shall provide evidence of an annual financial turnover during any one of the last 5 years. Scores shall be awarded as follows:

i. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 2 Million gets - 15 points

ii. A contractor who submits certified copies of audited accounts with an annual turnover of Kshs 2 Million but not less than 1 Million gets -10 points

iii. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 0.5 Million but less than 1 Million gets - 5 points

iv. A contractor who submits certified copies of audited accounts with an annual turnover of below Kshs 0.5 Million gets -2 points.

Max 15

2

Health Safety Environment Statement /Policy Company’s Health safety statement will be evaluated in consideration of the location of the works being within a live petroleum depot.

i. A contractor who submits an acceptable and comprehensive Health safety policy shall be awarded -- 5 points.

ii. A contractor who submits Nil or wrong submission shall be awarded - 0 points

Max 5

Page 90 of 112

33 AA

EDUCATION AND PROFESSIONAL QUALIFICATIONS

The bidder shall provide CVs duly signed & all certificates notarized by a commissioner of oaths. MECHANICAL ENGINEER – 6 Points

A contractor that presents a BSC/BTEC/HND holder or Equivalent in Engineer and who has relevant technical knowledge, and academic qualifications, preferably a degree with 10 years’ work experience gets – 66 Points Or

KNEC Diploma in either of the engineering options with 15 years’ experience preferably in the Petroleum Industry gets 66 points

SUPERVISOR/FOREMAN – 9 Points

I. A contractor that presents a ssupervisor/ Foreman who has relevant technical knowledge and relevant academic qualifications, preferably a KNEC Diploma in the relevant Engineering discipline with 5 years and above work experience gets - 99 Points

II. A contractor that presents a ssupervisor/ Foreman who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test I (GGTI) in any discipline in Engineering with 8 years and above work experience gets - 66 Points

III. A contractor that presents a ssupervisor/foreman who has relevant technical knowledge and proof of oon job training recommendation from KPRL in Engineering with 10 years’ work experience gets 44 points

Max 55

B Two Pipe fitters i. A contractor that presents a PPipe Fitter who has relevant technical

knowledge and relevant academic qualifications, preferably a Government Grade Test I ((GGTI) in that discipline in Engineering with over 3 years work experience gets - 88 Points

ii. A contractor that presents a PPipe Fitter who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test II ((GGTII) in that discipline in Engineering with 4 years and above work experience gets - 66 Points

iii. A contractor that presents a PPipe Fitter who has gone through on job training at KPRL with practical experience of over 8 years and above gets -44 Points

Max 8

Page 91 of 112

CC TTwo Mechanical Fitters

i. A contractor that presents a MMechanical Fitter who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test I ((GGTI) in that discipline in Engineering with 3 years and above work experience gets - 88 Points

ii. A contractor that presents a Mechanical Fitters who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test II ((GGTII) in that discipline in Engineering with over 4 years work experience gets - 55 Points

iii. A contractor that presents a MMechanical Fitter who has gone through on job training preferably at KPRL with practical experience of 8 years and above gets -33 Point

Max 8

D Two Welders i. A contractor that presents a WWelder who have relevant technical

knowledge and relevant academic qualifications, preferably 33G or 2G in that discipline in Engineering with over 6 years work experience gets -- 7 Points

ii. A contractor that presents a WWelder who has relevant technical knowledge and relevant academic qualifications, preferably 33G or 2G in that discipline in Engineering with over 3 years work experience gets - 55 Points.

iii. A contractor that presents a Welder who has gone through on job training at KPRL with practical experience of over 5 years and has gone through KPRL Inspection internal tests successfully gets - 33 Points

Max 7

Page 92 of 112

E

Two Pipe welder

i. A contractor that presents two pipe WWelders who have relevant technical knowledge and relevant academic qualifications, preferably 66G pipe welder pre- qualified as per ASME IX or equivalent international standard with over 3 years work experience gets -- 7 Points

ii. A contractor that presents a pipe WWelder who has relevant technical knowledge and relevant academic qualifications, preferably 66G pipe welder pre- qualified as per ASME IX or equivalent international standard with 2 years’ work experience gets -- 3 Points

iii. A contractor that presents a pipe WWelder who has relevant technical knowledge and relevant academic qualifications, preferably 66G pipe welder pre- qualified as per ASME IX with less than 1 years’ work experience gets -- 1 Points

Max 7

F Two NDT Technicians.

A contractor that presents an NNDT Technicians from any of the methods who has relevant technical knowledge and relevant academic qualifications, preferably AASNT Level II with practical work experience approved by Level III Personnel gets ((5 points for each.)

i. UT……………….2.5 points ii. RT………………. 2.5 points iii. MPI……………… 2.5 points iv. DPI………………. 2.5 points

Max 10

Page 93 of 112

44 TTOOLS AND EQUIPMENT A bidder shall submits proof of ownership / lease agreement/Purchase order of specialized Tools and equipment

i. Mobile crane 50T………………………………………….5 points ii. Mobile crane 80T………………………………………….5 points iii. Air Compressors of at least 300 - 600 CFM …………….5 points iv. Lorry Crane…………………………………………………5 points v. IC engine welding machine of about 400A, ……………5 points

(pref diesel engine) NOTE For all plants and equipment’s, the bidder is required to attach a copy of log book and statutory inspection certificates where applicable. Marks for the Equipment will be split as detailed bellow except for welding

machine. i. Where the contractor provides proof of ownership or lease

agreement or Purchase order of the listed equipment gets - 22.5 points.

ii. Contractor provides certified copies of inspection certificate of the listed equipment’s gets - 2.5 point

Max 25

1.5. A bidder must attain a score of at least 770% overall pass mark and MUST score beyond 50% in each criteria 1,2,3 & 4 to be considered responsive. 1.6. The financial evaluation shall consist of bidder’s responsiveness as a comparison of the prices, including all costs, as well as duties and taxes payable for the equipment.

1.7. The bidder with the lowest evaluated price that satisfy clauses 26, 27 and with the lowest overall rates on routine mechanical maintenance work that is most responsive to the tender shall be awarded.

Page 94 of 112

Evaluation Criteria for lot 2. (Electrical)

No. Description of criteria Points 1. Financial capability

The contractor shall provide evidence of an annual financial turnover during any one of the last 5 years. Scores shall be awarded as follows:

i. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 2 Million gets - 15 points

ii. A contractor who submits certified copies of audited accounts with an annual turnover of Kshs 2 Million but not less than 1 Million gets -10 points

iii. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 0.5 Million but less than 1 Million gets - 5 points

iv. A contractor who submits certified copies of audited accounts with an annual turnover of below Kshs 0.5 Million gets -2 points.

Max 15

2. Health Safety Environment Statement /Policy - 5Points Company’s Health safety statement will be evaluated in consideration of the location of the works being within a live petroleum depot. i. A contractor who submits an acceptable and comprehensive

Health safety policy shall be awarded -- 5 points. ii. A contractor who submits Nil or wrong submission shall be

awarded -- 0 points

Max 5

3. Key personnel qualification for the works – 33 Points The bidder shall provide CVs duly signed & all certificates notarized by a commissioner of oaths. The 33 Points under this criterion shall be awarded as follows: -

A. Two Electrical Technician - 9 POINTS

KNEC Diploma Certificate with 2 years’ experience in oil & gas industry.

Or Government Grade Test I (GGT I) Certificate and 4 years’

experience in oil & gas industry 99 points , otherwise 0Points

Max 33

Page 95 of 112

NNo. DDescription of criteria PPoints

BB. Two Electrical Fitters – 9 Points i. Electrical Fitter GGT.I

Government Grade Test I (GGT I) Certificate with 3 years’

experience in oil & gas industry gets. -99 Points Or

Government Grade Test II (GGT II) Certificate and 4 years ‘and above experience in oil & gas industry gets- 99 points,

ii. Electrical Fitter GGT. II

Government Grade Test II (GGT II) Certificate with 2 years’

experience in oil & gas industry gets. - 55 points

iii. Electrical Fitter GGT. III

Government Grade Test III (GGT III) Certificate with not less than 2 years’ experience in oil & gas industry gets. 4 points, otherwise 0 Points

C. Two Supervisor/Foreman - 9 Points The 9 points in this criterion shall be awarded as follows. i. A contractor that presents a Diploma in Electrical/instrumentation

Engineering who has relevant technical knowledge, and relevant academic qualifications with 5 years and above work experience gets - 99 Points

ii. A contractor that presents a Diploma Electrical/instrumentation Engineer who has relevant technical knowledge, and relevant academic qualifications with less than 5 years ‘work experience gets - 66 Points

Or iii. Government Grade Test I (GGT1) Certificate and 8 years’

experience and over in oil & gas industry, gets 99 Points, otherwise 0 points

iv. A contractor that does not present one who meets any of the above criteria –– 0 Points

Page 96 of 112

NNo. DDescription of criteria PPoints

D. ELECTRICAL/INSTRUMENTATION ENGINEER – 6 POINTS The SIX points in this criterion shall be awarded as follows.

i. A contractor that presents a BSC/BTEC/HND holder as an Electrical/instrumentation Engineer and has relevant technical knowledge, and academic qualifications, preferably a degree with 10 years’ work experience and above gets - 66 Points

ii. A contractor that presents a BSc. Electrical/instrumentation Engineer who has relevant technical knowledge, and relevant academic qualifications, preferably a degree with 5- years’ and above work experience gets - 55 Points

iii. A contractor that presents a BSC/BTEC/HND holder as an. Electrical/instrumentation Engineer and has relevant technical knowledge, and academic qualifications, preferably a degree with under 5 years work experience gets -- 3 Points

iv. A contractor that does not present one who meet any of the above criteria gets –– 0 Points

4. Construction & Equipment availability - 47 points The bidder shall provide a schedule of plant and equipment ownership. Key plants to include;

i. Insulation Resistance tester – 55Points ii. Multimeter/Clamp meter – 55Points iii. Electric Drilling machine – 55Points iv. Pressure Testing Machine – 55Points v. Crimping Tool Set– 55Points vi. Cable Jack – 55Points vii. Motor rewinding machine – 55Points viii. Torque wrenches set– 55Points ix. Any other plants/equipment as may be required

(provide list)- – 77Points NB: Attach calibration certificates where applicable, purchase order/receipts or plant lease agreements in event of hiring.

Max 47

Page 97 of 112

1.5. A bidder must attain a score of at least 770% overall pass mark and MUST score beyond 50% in each criteria 1,2,3 & 4 to be considered responsive 1.6. The financial evaluation shall consist of bidder’s responsiveness as a comparison of the prices, including all costs, as well as duties and taxes payable for the equipment.

1.7. The bidder with the lowest evaluated price and satisfying clauses 26, 27 and most responsive to the tender shall be awarded.

Evaluation Criteria for lot 3. (Instrumentation)

No. Description of criteria Points 1. Financial capability

The contractor shall provide evidence of an annual financial turnover during any one of the last 5 years. Scores shall be awarded as follows:

i. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 2 Million gets - 15 points

ii. A contractor who submits certified copies of audited accounts with an annual turnover of Kshs 2 Million but not less than 1 Million gets -10 points

iii. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 0.5 Million but less than 1 Million gets - 5 points

iv. A contractor who submits certified copies of audited accounts with an annual turnover of below Kshs 0.5 Million gets -2 points.

Max 15

2. Health Safety Environment Statement /Policy - 5Points Company’s Health safety statement will be evaluated in consideration of the location of the works being within a live petroleum depot.

i. A contractor who submits an acceptable and comprehensive Health safety policy shall be awarded -- 5 points.

ii. A contractor who submits Nil or wrong submission shall be awarded -- 0 points

Max 5

3.

Page 98 of 112

NNo. DDescription of criteria PPoints KKey personnel qualification for the works –– 333 PPoints TThe bidder shall provide CVs duly signed & all certificates notarized by a commissioner of oaths. The 33 Points under this criterion shall be awarded as follows: -

A. Two Instrumentation Technician - 9 POINTS

KNEC Diploma Certificate with 2 years’ experience in oil & gas industry.

Or Government Grade Test I (GGT I) Certificate and 4 years’

experience in oil & gas industry 99 points , otherwise 0Points

B. Two Instrumentation Fitters – 9 Points

i. Instrumentation Fitter GGT.I

Government Grade Test I (GGT I) Certificate with 3 years’ experience in oil & gas industry gets. -99 Points

Or Government Grade Test II (GGT II) Certificate and 4 years ‘and

above experience in oil & gas industry gets- 99 points, ii. Instrumentation Fitter GGT. II

Government Grade Test II (GGT II) Certificate with 2 years’

experience in oil & gas industry gets. - 55 points

iii. Instrumentation Fitter GGT. III

Government Grade Test III (GGT III) Certificate with not less than 2 years’ experience in oil & gas industry gets. 4 points, otherwise 0 Points

C. Two Supervisor/Foreman - 9 Points

Max 33

Page 99 of 112

NNo. DDescription of criteria PPoints The 9 points in this criterion shall be awarded as follows. i. A contractor that presents a Diploma in Electrical/instrumentation

Engineering who has relevant technical knowledge, and relevant academic qualifications with 5 years and above work experience gets - 99 Points

ii. A contractor that presents a Diploma Electrical/instrumentation Engineer who has relevant technical knowledge, and relevant academic qualifications with less than 5 years ‘work experience gets - 66 Points

Or iii. Government Grade Test I (GGT1) Certificate and 8 years’ experience and over in oil & gas industry, gets 99 Points, otherwise 0 points iv. A contractor that does not present one who meets any of the above criteria –– 0 Points

D. ELECTRICAL/INSTRUMENTATION ENGINEER – 6 POINTS

The SIX points in this criterion shall be awarded as follows.

v. A contractor that presents a BSC/BTEC/HND holder as an Electrical/instrumentation Engineer and has relevant technical knowledge, and academic qualifications, preferably a degree with 10 years’ work experience and above gets - 66 Points

vi. A contractor that presents a BSc. Electrical/instrumentation Engineer who has relevant technical knowledge, and relevant academic qualifications, preferably a degree with 5- years’ and above work experience gets - 55 Points

vii. A contractor that presents a BSC/BTEC/HND holder as an. Electrical/instrumentation Engineer and has relevant technical knowledge, and academic qualifications, preferably a degree with under 5 years work experience gets -- 3 Point

viii. A contractor that does not present one who meet any of the above criteria gets –– 0 Points

4. Construction & Equipment availability - 47 points The bidder shall provide a schedule of plant and equipment ownership.

Max 47

Page 100 of 112

NNo. DDescription of criteria PPoints KKey plants to include;

i. Insulation Resistance tester – 55Points ii. Multi meter – 55Points iii. Pressure gauge Calibrator – 55Points iv. Pressure Testing Machine – 55Points v. Crimping Tool Set– 55Points vi. Cable Jack – 55Points vii. Semiconductor Test (IC) Equipment – 55Points viii. Hart Communicator– 55Points ix. Any other plants/equipment as may be required (provide

list)- – 77Points NB: Attach calibration certificates where applicable, purchase order/receipts or plant lease agreements in event of hiring.

1.5. A bidder must attain a score of at least 770% overall pass mark and MUST score beyond 50% in each criteria 1,2,3 & 4 to be considered responsive

1.6. The financial evaluation shall consist of bidder’s responsiveness as a comparison of the prices, including all costs, as well as duties and taxes payable for the equipment.

1.7. The bidder with the lowest evaluated price and satisfying clauses 26, 27 and most responsive to the tender shall be awarded.

Page 101 of 112

EEvaluation Criteria for lot 4. (CIVIL)

NO 1

Financial capability The contractor shall provide evidence of an annual financial turnover during any one of the last 5 years. Scores shall be awarded as follows:

i. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 2 Million gets - 115 points

ii. A contractor who submits certified copies of audited accounts with an annual turnover of Kshs 2 Million but not less than 1 Million gets -10 points

iii. A contractor who submits certified copies of audited accounts with an annual turnover of over Kshs 0.5 Million but less than 1 Million gets -- 5 points

iv. A contractor who submits certified copies of audited accounts with an annual turnover of below Kshs 0.5 Million gets --2 points.

Max 15

2 Health safety Environment Statement/policy. Company’s health safety statement will be evaluated in consideration of the location of the works being within a live petroleum depot.

I. A contractor who submits and acceptable and comprehensive health safety policy shall be awarded -55 points.

II. A contractor who submits Nil or wrong submission shall be awarded-00 points

Max 5

3

EDUCATION AND PROFESSIONAL QUALIFICATIONS

The contractor shall ensure that all persons offered for hire are suitable for the work in all aspects and particularly as regards to qualification and experience. The bidder shall provide CVs and all certificates notarized by a commissioner of oaths.

Max 30

Page 102 of 112

A

SSupervisor/Foreman

i. A contractor that presents a supervisor/ Foreman who has relevant technical knowledge and relevant academic qualifications, preferably a KNEC Diploma in the relevant Engineering discipline with 5 years’ work experience and above gets - 99 Points

ii. A contractor that presents a ssupervisor/ Foreman who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test I (GGTI) in any discipline in Engineering with 8 years’ work experience and above gets – 66 Points

iii. A contractor that presents a ssupervisor/foreman who has relevant technical knowledge and proof of on job training recommendation from KPRL in Engineering with over 10 years work experience gets 44 points

iv. A contractor that does not present one who meets any of the above criteria gets – 0 Points

Max 9

B Plumber i. A contractor that presents a PPlumber who has relevant technical

knowledge and relevant academic qualifications, preferably a Government Grade Test I ((GGTI) in that discipline with 3 years and above work experience gets - 55 Points

ii. A contractor that presents a PPlumber who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test II ((GGTII) in that discipline with 4 years’ work experience and above gets - 33 Points

iii. A contractor that presents a pplumber who has gone through on job training at KPRL with practical experience of over 8 years gets -22 Point

Max 5

C Painter i. A contractor that presents a PPainter who has relevant technical

knowledge and relevant academic qualifications, preferably a Government Grade Test I ((GGTI) in that discipline with 3 years’ work experience and above gets - 55 Points

ii. A contractor that presents a kkprl approved Painter who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test II ((GGTII) in that discipline with 4years work experience and above gets - 33 Points

Max 5

Page 103 of 112

iii. A contractor that presents a ppainter who has gone through on

job training at KPRL with practical experience of over 8 years gets -22 Point

D Carpenter

i. A contractor that presents a CCarpenter who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test I (GGTI) in that discipline with 3 years’ work experience gets -- 5 Points

ii. A contractor that presents a CCarpenter who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test II (GGTII) in that discipline with over 6 years work experience gets - 33 Points

iii. A contractor that presents a carpenter who has gone through on job training at KPRL with practical experience of over 3 years gets -22 Point

Max 5

E Mason

i. A contractor that presents a MMason who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test I (GGTI) in that discipline with 3 years’ work experience and above gets -- 6 Points

ii. A contractor that presents a MMason who has relevant technical knowledge and relevant academic qualifications, preferably a Government Grade Test II (GGTII) in that discipline with 4 years’ work experience and above gets - 44 Points

iii. A contractor that presents a Mason who has gone through on job training at KPRL with practical experience of 8 years gets -44 Point

Max 6

Page 104 of 112

4 TTOOLS AND EQUIPMENT’S A bidder shall submits proof of ownership / lease agreement/Purchase order of specialized Tools and equipment’s,

i. Tractor mower-5 Points ii. Roller-1T-5 Points iii. Roller-15T-5 Points iv. Plate compactor-5 Points v. Concrete mixer. - 5 Points vi. Vacuum exhauster-8m3 or above. - 4 Points vii. Truck/Lorry-4 Points. viii. Dumpy level and staff. - 5 points. ix. Jackhammer. - 4 points. x. Sludge pump. - 4 Points. xi. Lawn mower. - 4 points.

NOTE: For all plants and equipment’s, the bidder is required to

provide or attach a copy of a log books where applicable.

Marks for the Equipment’s will be split as detailed below.

i. Where the contractor provides proof of ownership or lease agreement or Purchase order of the listed equipment gets - hhalf allocated points.

ii. Contractor provides certified copies of inspection certificate of the listed equipment’s gets – half allocated points.

Max 50

1.5. A bidder must attain a score of at least 770% overall pass mark and MUST score beyond 50% in each criteria 1,2,3 & 4 to be considered responsive

1.6. The financial evaluation shall consist of bidder’s responsiveness as a comparison of the prices, including all costs, as well as duties and taxes payable for the equipment.

1.7. The bidder with the lowest evaluated price and satisfying clauses 26, 27 and most responsive to the tender shall be awarded

Page 105 of 112

SSTANDARD FORMS

FORM OF TENDER

Date____________________________ Tender No._______________________

To…………………….

…………………………..

[Name and address of Kenya Petroleum Refineries Limited]

Gentlemen and/or Ladies:

1. Having examined the tender documents including Addenda Nos.. [insert numbers, the of which is hereby duly acknowledged, wed, the undersigned, offer to provide MANPOWER AND EQUIPMENT HIRE RATES in conformity with the said tender documents for the sum of AS PER SUBMITTED SCHEDULE OF RATES exclusive of taxes or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Tender.

2. We undertake, if our Tender is accepted, to provide the services in accordance with the services schedule specified in the Schedule of Requirements.

3. If our Tender is accepted, we will obtain the tender guarantee in a sum equivalent to _____ percent of the Contract Price for the due performance of the Contract, in the form prescribed by KENYA PETROLEUM REFINERIES LIMITED.

4. We agree to abide by this Tender for a period of 150 days from the date fixed for tender opening of the Instructions to tenderers, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

5. Until a formal Contract is prepared and executed, this Tender, together with your written acceptance thereof and your notification of award, shall NOT constitute a binding Contract between us.

Dated this _________________ day of_________________ 2021 [signature] [In the capacity of] Duly authorized to sign tender for and on behalf of___________

Page 106 of 112

CCONTRACT FORM

THIS AGREEMENT made the ___day of _____20____between………… [name of procurement entity] of ………………. [country of Procurement entity] (hereinafter called “the Kenya Petroleum Refineries Limited”) of the one part and …………………… [name of tenderer] of ………. [city and country of tenderer] (hereinafter called “the tenderer”) of the other part.

WHEREAS the Kenya Petroleum Refineries Limited invited tenders for certain labor. Viz……………………ICT Equipment maintenance and has accepted a tender by the tenderer for the supply of those services in the spares in the sum of ……………………………………… [contract price in words and figures]

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Tender Form and the Price Schedule submitted by the tenderer; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; and (f) the Kenya Petroleum Refineries Limited ’s Notification of Award.

3. In consideration of the payments to be made by the Kenya Petroleum Refineries Limited to the tenderer as hereinafter mentioned, the tenderer hereby covenants with the Kenya Petroleum Refineries Limited to provide the labour only to remedy defects therein in conformity in all respects with the provisions of the Contract

4. The Kenya Petroleum Refineries Limited hereby covenants to pay the tenderer in consideration of the provision of the labour only for 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.

IN WITNESS where of the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by___________the _________ (for the Kenya Petroleum Refineries Limited)

Signed, sealed, delivered by___________the __________ (for the tenderer)

in the presence of_______________.

Page 107 of 112

CCONFIDENTIAL BUSINESS QUESTIONNAIRE

You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2(b) or 2(c) whichever applied to your type of business.

You are advised that it is a serious offence to give false information on this form.

Part 1 General

Business Name ..................................................................................................... Location of Business Premises .............................................................................. Plot No, ................................................ Street/Road ........................................... Postal address ................... Tel No. ............................ Fax Email .......................... Nature of Business .............................................................................................. Registration Certificate No. .................................................................................. Maximum value of business which you can handle at any one time – Kshs. ........... Name of your bankers ......................................................................................... Branch .................................................................................................................

Part 2 (a) – Sole Proprietor Your name in full………………………. Age…………………………………………. Nationality……………………………Country of Origin……………………………. Citizenship details ……………………………………………………..

Part 2 (b) – Partnership Given details of partners as follows Name Nationality Citizenship details Shares

1. ………………………………………………………………………………………… 2. ………………………………………………………………………………………… 3. ………………………………………………………………………………………… 4. …………………………………………………………………………………………

Part 2 (c) – Registered Company Private or Public State the nominal and issued capital of company Nominal Kshs. Issued Kshs. Given details of all directors as follows Name Nationality Citizenship details Shares

1. ………………………………………………………………………………………… 2. ………………………………………………………………………………………… 3. ………………………………………………………………………………………… 4. …………………………………………………………………………………………

Date……………………………………….Signature of Candidate………………………..

Page 108 of 112

PPERFORMANCE SECURITY FORM

To: …………………………………………………………………………………………….

[name of the Kenya Petroleum Refineries Limited]

WHEREAS………………………………. [name of tenderer]

(hereinafter called “the tenderer”) has undertaken, in pursuance of Contract No.___________[reference number of the contract] dated _______________20______to

supply…………………………………………………………………………………….

[Description services] (Hereinafter called “the contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall furnish you with a bank guarantee by a reputable bank for the sum specified therein as security for compliance with the Tenderer’s performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the tenderer a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the tenderer, up to a total of ……………………………………………………. [amount of the guarantee in words and figures],and we undertake to pay you, upon your first written demand declaring the tenderer to be in default under the Contract and without cavil or argument, any sum or sums within the limits of ……………………….. [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This gguarantee is valid until issue of certificate of completion by KENYA PETROLEUM REFINERIES LIMITED.

__________________________________________________________________ Signature and seal of the Guarantors

____________________________________________________________________ [name of bank or financial institution]

____________________________________________________________________ [address]

______________________________________________________________________ [date]

(Amend accordingly if provided by Insurance Company)

Page 109 of 112

LLETTER OF NOTIFICATION OF AWARD

Address of Kenya Petroleum Refineries Limited

_____________________ _____________________ To: RE: Tender No. Tender Name This is to notify that the contract/s stated below under the above-mentioned tender have been awarded to you.

1. Please acknowledge receipt of this letter of notification signifying your acceptance. 2. The contract/contracts shall be signed by the parties within 30 days of the date of

this letter but not earlier than 14 days from the date of the letter.

3. You may contact the officer(s) whose particulars appear below on the subject

matter of this letter of notification of award. (FULL PARTICULARS)

SIGNED FOR ACCOUNTING OFFICER

Page 110 of 112

DDECLARATION FORM To: Date: …………………….

The Chief Executive officer, Kenya Petroleum Refineries Limited Ltd, Old Refinery Road, Changamwe P. O. Box 90401 - 80100 Mombasa, Kenya.

The tenderer i.e. (name and address)

………………………………………………………………………………………………………

………………………………………………………………………………………………………

………………………………………………………………………………………………………

……………………………………………………………………………….

declare the following:

1. Has not been debarred from participating in public procurement.

2. Has not been convicted or involved in and will not be involved in corrupt and

fraudulent practices.

3. Has not been insolvent, in receivership, bankrupt or is not in the process of being wound up and is not the subject of legal proceedings relating to the foregoing.

4. Is not guilty of any serious violation of fair employment Laws and practices. …………………………………………………………………………………………… Name Signature Date (To be signed by authorized representative and officially stamped)

Page 111 of 112

TTENDER SECURITY FORM

Whereas………………………………………. TENDER FOR ……………….

(Hereinafter called “the Tenderer”) has submitted its tender dated ………………. [date of submission of tender] for the ……………………………………………… (Hereinafter called “the Tender”) KNOW ALL PEOPLE by these presents that WE…….………………………………………Of………………………….……………. Having our registered office at ……………………… (Hereinafter called “the Bank”), are bound unto Kenya Petroleum Refineries Limited in the sum of …………………. For which payment well and truly to be made to the said Kenya Petroleum Refineries Limited, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this _____ day of _________20____ THE CONDITIONS of this obligation are: 1. If the Tenderer withdraws its Tender during the period of tender

validity specified by the Tenderer on the Tender Form; or 2. If the Tenderer, having been notified of the acceptance of its Tender by

Kenya Petroleum Refineries Limited during the period of tender validity:

(a) Fails or refuses to execute the Contract Form, if required; or (b) Fails or refuses to furnish the performance security, in accordance

with the Instructions to Tenderers; We undertake to pay to Kenya Petroleum Refineries Limited up to the above amount upon receipt of its first written demand, without Kenya Petroleum Refineries Limited having to substantiate its demand, provided that in its demand Kenya Petroleum Refineries Limited will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

Page 112 of 112

This guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and any demand in respect thereof should reach the Bank not later than the above date.

_______________________________________ [Signature of the bank]