Friday, October 14, 2011

IFB NORTHERN CORRIDOR TRANSPORT IMPROVEMENT PROJECT (NCTIP) 30th November 2011

NORTHERN CORRIDOR TRANSPORT IMPROVEMENT PROJECT (NCTIP)

PROJECT ID: P082615, CREDIT IDA 45710

SUPPLY OF PORTABLE MODULAR STEEL BRIDGES AND CORRUGATED STEEL PIPE CULVERTS:

ICB NO: KENHA/364/2011

INVITATION FOR BIDS

This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this project that appeared in Development Business No. 615 (vol.26) of 30th September 2003 and updated on 16th February 2006 and 11th July 2007.

2. The Government of Kenya has received a credit from the International Development Association toward the cost of the Northern Corridor Transport Improvement Project and it intends to apply part of the proceeds of this credit to payments under the contract for Supply of Portable Modular Steel Bridges and Corrugated Steel Pipe Culverts (ICB No. KENHA/364/2011)

3. The Kenya National Highways Authority now invites sealed bids from eligible and qualified bidders for Supply of Portable Modular Steel Bridges and Corrugated Steel Pipe Culverts as below


 

ITEM NO.

Description of Goods

Quantity

Physical unit

Final Destination

LOT 1 

Portable Modular Steel bridges.

500 metres

165 Pieces

Nairobi, Kenya

LOT 2 

(a) Modular Corrugated steel pipe culverts (1524mm diameter)

1000 metres

1,000 Pieces

Nairobi, Kenya

LOT 3

(b) Modular Corrugated steel pipe culverts(1981 mm diameter)

1000 metres

1,000 Pieces

Nairobi, Kenya


 

Bidders may bid for any or both lots. However, bidders are required to quote for ALL ITEMS in each lot for which they are bidding.

4. Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, Edition of May 2004 Revised October 1, 2006 & May 1, 2010, and is open to all Bidders from eligible source countries as defined in the Guidelines.

5. Interested eligible Bidders may obtain further information from the Kenya National Highways Authority and inspect the bidding documents at the address given below from 0800 to 1700 hours (excluding lunch hour from 1300 to 1400 hours) between Monday and Friday.

6. Qualifications requirements include:

a) Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):

LOT 1 - Turnover of at least Kshs 450 million or USD 5,000,000 or an equivalent amount a freely convertible currency acceptable to the purchaser per annum, as evidenced by audited accounts for each of the last five years

LOT 2 - Turnover of at least Kshs 135 million or USD 1,500,000 or an equivalent amount in a freely convertible currency acceptable to the purchaser per annum, as evidenced by audited accounts for each of the last five years

(b) Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

10 years experience in sales and support of portable modular steel bridges and/or corrugated steel pipes in Kenya or countries of similar climatic conditions. Additionally the bidder must submit documentary evidence of successful completion of at least one (1) similar contract of minimum value USD 3,000,000 within the last five years.

(c) The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement: As specified in the Technical Specifications

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

7. A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of KES 10,000 or an equivalent amount in a freely convertible currency. The method of payment will be a banker's cheque or certified cheque drawn in favour of the Kenya National Highways Authority. Bidding documents will be sent to the purchasers(s) or bidder(s) who so request, or can be collected by appointed representatives from 1 Floor, Blue Shield Towers, Hospital Road, Upper Hill, Nairobi. The cost of transmission of payment for purchase of bidding documents and delivery thereof by post or courier to the purchaser shall be borne by the purchaser. Kenya National Highways Authority shall not be held liable for non-delivery, or incomplete delivery of bidding documents so transmitted.

8. Bids must be delivered to the address below on or before 30th November 2011 at 1100 hours. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of Bidders' representatives who choose to attend in person at the address below at 1130 hours on 30th November 2011. All bids must be accompanied by a Bid Security of Kenya Shillings 5,000,000 (Five Million Shillings) for Lot I and Kshs 2,000,000 (Two Million Shillings) for Lot 2 or an equivalent amount in a freely convertible currency.

The address for bid submission is:

Secretary/Tender Committee

Kenya National Highways Authority

Blueshield Towers, Upper Hill, 1st Floor, Procurement Office

Hospital Road,

RO. Box 4971 200100,

NAIROBI, KENYA


 

9. The address for clarifications is:

Attention: General Manager (Special Projects)

Street Address Kenya National Highways Authority

Blueshield Towers, Hospital Road

Floor/Room Number: Second Floor

City: NAIROBI, KENYA

Telephone: +25420 8013842, Fax No. 020 8042928

Email addresses: (1) dg@kenha.co.ke (2) gmsp@kenha.co.ke .(3) pttl@kenha.co.ke


 

Felix Koske

FOR: DIRECTOR GENERAL

No comments:

Post a Comment