Thursday, October 13, 2011

ITT: Chebara Boys Secondary School (4th November 2011)

CHEBARA BOYS SECONDARY SCHOOL
TENDER INVITATION NOTICE

The Chebara Boys Secondary School has received compensation funds from the Government of Kenya on behalf of the six institutions namely Chebara Boys Secondary school, Chebara Girls Secondary School, Chebara Youth Polytechnic, Chebara Primary School, Kaptomut Primary School and Chebara School Chapel, for the Construction of Institutions under Chebara Schools. Tenders are invited from Contractors to carry out the works stated below. The Institutions are situated at Chebara, Marakwet West District, Elgeyo Marakwet County.


No
TENDER No
DESCRIPTION OF WORKS
CATEGORY OF CONTRACTORS
TENDER
FEE ( KShs)
BID BOND (KShs)
1a
CBSS/1A
Construction of proposed Office, Classrooms, Laboratories, Workshops, Library, Multipurpose hall, Dormitories, Staff Houses, Ablution Blocks and related external works at Chebara Boys Secondary School.
‘C’ or above
5,000
250,000
1b
CBSS/IB
Electrical Installation Works for Tender No. CBSS/1A - Sub Contract.
D’ or above
3,000
50,000
1c
CBSS/1C
Plumbing and Drainage Works for Tender No. CBSS/IA - Sub Contract.
‘C’ or above
3,000
50,000
2a
CGSS/2A
Construction of Proposed Offices, Classrooms, Dining Hall/Kitchen, Dormitories, Staff Houses, Ablution Block and Related external Works at Chebara Girls Secondary School.
‘C’ or above
5,000
100,000
2b
CGSS/2B
Electrical Installation Works for Tender No. CGSS/2A - Sub Contract.
D’ or above
3,000
50,000
2c
CGSS/2C
P1 Plumbing and Drainage Works for Tender No. CGSS/2A - Sub Contract.
C or above
3,000
50,000
3a
CYP/3A
Construction of proposed Offices, Classrooms, Workshops, Multipurpose Hall/Dining /Kitchen, Dormitories, Staff Houses and
 ‘C’ or above
5,000
100,000
3b
CYP/3B
Related External Works at Chebara Youth Polytechnic.
D’ or above
3,000
50,000
3c
CYP/3C
Electrical Installation Works for Tender No. CYP/3A - Sub Contract.
C or above
3,000
50,000
4a
CPS/1A
Plumbing and Drainage Works for Tender No. CYP/3A - Sub Contract.

3,000
20,000
4b
CPS/1B
Labour contract only for Construction of proposed Offices, Classrooms, VIP, Pit Latrines, 8 No. Classrooms and Related External Works at Chebara Primary School.
G or above
3,000
20,000
4c
CPS/1C
Electrical Installation Works for Tender No. CPS - Sub Contract.

3,000
20,000
4d
CPS/1 D
Plumbing and Drainage Works for Tender No. CPS - Sub Contract.

3,000
20,000
5a
KPS/1A
Supply Materials only for Construction of proposed Offices, ECDE Classrooms, Library, VIP Latrines, 8 No. Classrooms and Related external Works at Kaptomut Primary School.

3,000
20,000
5b
KPS/1 B
Labour contract only for Construction of proposed Offices, Classrooms, VIP, Pit Latrines, 8 No. Classrooms and Related External Works at Kaptomut Primary School.
G or above
3,000
20,000
5c
KPS/1C
Electrical Installation Works for Tender No. KPS - Sub Contract.

3,000
20,000
5d
KPS/1 D
Plumbing and Drainage Works for Tender No. KPS - Sub Contract.

3,000
20,000
6a
CSC/1A
Supply Materials only for Construction of proposed Chebara School Chapel

3,000
20,000
6b
CSC/1 B
Labour contract only for Construction of proposed Chebara School Chapel
G or above
3,000
20,000
6c
CSC/1C
Electrical Installation Works for Tender No. CSC - Sub Contract.

3,000
20,000
6d
CSC/l D
Plumbing and Drainage Works for Tender No.CSC - Sub Contract.

3,000
20,000

Interested Contractors who are registered in relevant trades and categories, by Ministry of Public Works (proof of registration required) may obtain tender documents from Chebara Boys Secondary School in person or against written application. Non-refundable tender fee, as indicated, is payable in Banker’s Cheque drawn in favour of Chebara Boys Secondary School at the School Cash Office before 4.00pm on normal working days.

Interested bidders should note that only those meeting the criteria indicated below as a minimum, supported by relevant documents at submission, will be considered for further evaluation.

  1. Certificates indicating the category Registered in from the relevant ministry. 
  2. Adequate equipment and key personnel for the specified types of works. 
  3. Sound financial standing and adequate access to bank credit line. 
  4. Certified copy of valid Tax Compliance Certificate. 
  5. Litigation history of the company (both court and arbitration cases). 
  6. Confidential business Questionnaire.

Tenders in plain sealed envelopes, marked ‘tender number’ on the right hand side comer and bearing no indication of the tenderer should be addressed to:

The Principal
Chebara Boys Secondary School
P.O. Box 32
CHEBIEMIT

And placed in the tender box at Chebara Boys Secondary School or sent by post so as to reach the above address not later than 4th November 2011 at 11.00 am.

Submitted bids will be opened publicly in Chebara Boys Secondary School immediately thereafter the above stated closing date and time in the presence of the tenderers or their representatives if they wish. Prices quoted must remain valid for one hundred twenty (120) days from the opening date of the tender. 

The bid Security which must be from an established bank, or approved insurance company shall be valid for one hundred and fifty (150) days from tender opening date.

Note: The Chebara Management Committee reserves the right to accept or reject any tender application without giving reasons for its rejection and does not bind itself to the lowest tender.

Principal
Chebara Boys Secondary School.

IFB: EXTENSION OF SERVICES TO INFORMAL SETTLEMENTS IN NAIROBI - ATHI WATER SERVICES BOARD –(15 November, 2011)


ATHI WATER SERVICES BOARD
Country: KENYA
WATER AND SANITATION SERVICE IMPROVEMENT PROJECT (WaSSIP)
INVITATION FOR BIDS
CREDIT NO: 1DA4376-OKE
EXTENSION OF SERVICES TO INFORMAL SETTLEMENTS IN NAIROBI 

LOT 1: MATOPENI / SPRING VALLEY, EMBAKASI RIVER BANK AND KAYOLE SOWETO WATER SUPPLY
NCB No AWSB/WaSSIP/Comp,.1/W-11 /2011 -Lot 1


1.. This Invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue No. 715 of 30th November 2007.
2. The Government of Kenya has received a credit from the International Development Association (IDA) toward the cost of Water and Sanitation Service Improvement Project (WaSSIP) and it intends to apply part of the proceeds of this credit to payments under the Contract for which this invitation for bids is issued.
3. The Athi Water Services board, a parastatal under the Ministry of Water and Irrigation, now invites sealed bids from eligible and qualified bidders for Extension of Services to Informal Settlements in Nairobi, Lot 1: Matopeni/Spring Valley, Embakasi River Bank and Kayole Soweto Water Supply. The Scope of Works for Lot 1 will comprise but not limited to construction of the following major Components: -
  1. Excavation and laying 21.5Km of Galvanized Steel water pipes of 25-75 mm diameter;
  2. Excavation and laying 2.2 Km of Galvanized Steel pipes of 100 -150 mm in Diameter in GI;
  3. Community mobilization through an identified NGO/CBO and removal of structures along the water pipeline where necessary in consultation with the community.
The Construction Period is 12months
4. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank's Guidelines: Procurement under IDA Credits published by the Bank in May
2004 and revised in October 2006 & May 2010, and is open to all bidders from Eligible Source
Countries as defined in the Bidding Documents.
5. Interested eligible bidders may obtain further information from:
The Chief Executive Officer
Athi Water Services Board
3rd Floor, Africa Re Centre,
Hospital Road, Upper Hill
P0. Box 45283-00100
NAIROBI, KENYA
Fax 254202724295
Email: info@awsboard.go.ke


 

and inspect the Bidding Documents at the address given below from 0800 hours to 1700 hours local time from Monday to Friday, except during lunch hour(1300 hours to 1400 hours),during weekends and public holidays.
6. Qualifications requirements include:
  1. Experience as prime contractor in the construction of at least one works' contract of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement, works cited should be at least 70 percent complete);
  2. Proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment, i.e. (i) One mini-excavator, (ii) Two 7 ton lorries, (iii) Two 1m3 concrete mixers, (iv) Two
  3. 0.75m3 concrete dumpers (v) Four 40mm concrete vibrators (vi) Two Air compressor, (vii)
  4. One Dozer D7; and (viii) one (50mm inlet) Dewatering pumps;
  5. Site Agent (must be a registered Civil Engineer, with at least 5 years relevant experience including no less than 3 years as Site Agent handling similar works); and
  6. Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than Kshs 12,000,000.
  7. Provide documentary evidence of the NGO/CBO the bidder will partner with during construction of the works.
  8. Interested firms must have been in existence and in business for over 5 years and provide audited financial statements for the last 3 years.
A consistent history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification.
A margin of preference for eligible national contractors/joint ventures shall not be applied.
A complete set of Bidding Documents in English language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non-refundable fee of Kshs. 5,000 (or equivalent in freely convertible currency). The method of payment will be cash or bankers cheque. The Bidding Documents will be collected from the address below upon production of a purchase receipt.
All bids shall be accompanied by a Bid Security of Kshs.700,000 (or equivalent amount in freely convertible currency).
Bids must be delivered to the address below at or before 1200 hours East Africa time on 15 November, 2011 addressed to:

 

The Chief Executive Officer
Athi Water Services Board
3rd Floor, Africa Re Centre,
Hospital Road, Upper Hill
NAIROBI, KENYA

 

10. Bids will be opened in the presence of the bidders' representatives, who choose to attend at the address above at 1205 hours East Africa time on 15 November, 2011.
Electronic bidding shall not be permitted. Late bids will be rejected.