Sie sind auf Seite 1von 2

SPECIFIC PROCUREMENT NOTICE

PROCUREMENT OF WORKS

KENYA TRANSPORT SECTOR SUPPORT PROJECT (KTSSP), PROJECT ID: P146630

REHABILITATION AND CONSTRUCTION OF (i) THE ACCESS ROAD NETWORK FOR THE EAST
AFRICA SCHOOL OF AVIATION AND (ii) THE ACCESS ROAD LEADING TO THE NEW KENYA
CIVIL AVIATION AUTHORITY HEADQUARTERS AND THE PROPOSED OFFICE COMPLEX FOR
THE ROAD SECTOR INSTITUTIONS

TENDER NO. KeNHA/1258/2016

1. The Government of the Republic of Kenya has received financing from the World Bank towards the cost of the Kenya
Transport Sector Support Project (KTSSP) and intends to apply part of the proceeds of this Credit to eligible payments
under the contract for Construction Works of the Access Road Network for (i) The East Africa School of Aviation and (ii)
to The Proposed New Office Complexes for Kenya Civil Aviation Authority and the Road Sector Institutions.
2. Major items of works include;

a) Rehabilitation of the existing bitumen surfaced access road leading to the East Africa School of Aviation to
standard road with a 7.0m wide carriageway and 1.5m wide shoulders on each side for a total approximate
length of 0.5km and the rehabilitation of the internal circulation roads and parking areas

b) Rehabilitation of the 0.8km access road leading to the New Kenya Civil Aviation Headquarters.
3. The Kenya National Highways Authority, a State Corporation under the Ministry of Transport and Infrastructure
established under the Kenya Roads Act, 2007, now invites sealed bids from eligible bidders for the contract for works as
above.
4. Bidders who meet the appropriate qualification criteria stated in the bidding documents, which are summarized inter-alia in
the tables below are invited to bid. Only bidders who consider they meet the qualification criteria as given in the table should
bid. Award will be on the basis of the lowest evaluated cost to the Employer.
5. Qualification criteria include but are not limited to the following;
Qualification Criteria
Item
Capabilities/Specific Experience Requirements
No.
CONSTRUCTION AVERAGE ANNUAL TURNOVER
Minimum average annual construction turnover of KES Million amount stated,
1 700
calculated as total certified payments received for contracts in progress and/or
completed within the last five (5) years, divided by five (5) years.
FINANCIAL RESOURCES
The Bidder shall demonstrate that it has access to, or has available, liquid
assets, unencumbered real assets, lines of credit, and other financial means
2 150
(independent of any contractual advance payment) sufficient to meet the
construction cash flow requirements estimated as KES Million amount stated
for the subject contract(s) net of the Bidders other commitments

SPECIFIC CONSTRUCTION EXPERIENCE (i) Three (3) contracts, each of


a. Participation as contractor, management contractor, partner in a joint minimum value KES. 500 Million
venture or subcontractor, in at least the stated number of contracts within (Five hundred Million);
the last five (5) years, that have been successfully and substantially Or
completed and that are similar to the proposed works; The similarity shall (ii) One (1) contract, of minimum
be based on the physical size, complexity, methods/technology or other value KES. 1.5 Billion (One
characteristics as described in Section VI, Employers Requirements: Billion Five Hundred Million)
3
b. For the above or other contracts executed during the period stipulated in
(a) above, the bidder shall meet the stated minimum experience in the
following key activities: 1. 35,000m3/month
1. Earthworks 2. 6,000m3/month
2. Bituminous Mix Works 3. 56,000m2/month
3. Single Seal Surface Treatment 4. Installation of at least 2 No.
4. Pedestrian Steel bridge min length 40m in past 5 years
6. The works are located in Nairobi County in the Republic of Kenya. The time for completion will be 9 months and the defects
notification period will be 6 months.
7. Bidding will be conducted through the National Competitive Bidding procedures as specified in the World Banks
Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by
World Bank Borrowers issued in January 2011 and revised in July 2014 (Procurement Guidelines), and is open to all
eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the
World Banks policy on conflict of interest.
8. Interested eligible bidders may obtain further information from and inspect the bidding documents at the offices of Kenya
National Highways Authority (address below) during week days (Monday to Friday), excluding public holidays, from 09:00
hrs to 16:00 hrs local time.
9. A complete set of bidding documents in English, may be purchased by interested bidders on the submission of a written
application to the address indicated in paragraph 14 below and upon payment of a non-refundable fee of Kenya Shillings
1,000.00 (One Thousand Shillings only) or equivalent amount in a freely convertible currency or may be downloaded free
of charge from IFMIS Kenya Suppliers Portal and Kenya National Highways Authority websites: supplier.treasury.go.ke
and www.kenha.co.ke.
10. The method of payment for the bidding documents will be a banker's cheque in favor of the Kenya National Highways
Authority.
11. There will be an organized site visit which will be held on the date and starting at the time and place described in the Bidding
Document. A Pre-bid meeting will be held on the date and starting at the time and place described in the Bidding Document.
12. All bids must be accompanied by a Bid Security comprising an unconditional Bank Guarantee in the amount of
KES 5,500,000 or equivalent.
13. Bids shall be enclosed in plain packages, and clearly marked with the NCB No., Contract Title, and Contract Number for
identification as appropriate, sealed and transmitted by courier or delivered by hand as preferred by the bidder so as to be
received at the address below, not later than 11:00 hours local time on 15th July 2016.
Secretary/Tender Committee
Kenya National Highways Authority
Blueshield Towers, Upper Hill, 1st Floor, Procurement Office
NAIROBI, KENYA

14. Electronic bidding will NOT be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the
bidders designated representatives and anyone who chooses to attend at the address below on 15th July 2016 at 1115hrs local
time.
KeNHA Headquarters Conference Room on 3rd Floor, Blue Shield Towers, Hospital Road, Upper Hill,
Nairobi.
15. Further information and clarification on the bidding documents may be obtained at the address below:
Attention: General Manager (Special Projects)
Street Address: Kenya National Highways Authority
Blueshield Towers, Hospital Road
Floor/Room Number: Second Floor
City: NAIROBI, KENYA
Telephone: +254 20 4954200, Fax No. 020 8042928
Email addresses: (1) dg@kenha.co.ke (2) gmsp@kenha.co.ke
(3) pttl@kenha.co.ke

Procurement Manager
FOR: DIRECTOR GENERAL

Das könnte Ihnen auch gefallen