Skip to Main Navigation

WATER AND SANITATION SERVICE IMPROVEMENT PROJECT

VISIÓN GENERAL

DATOS BÁSICOS DEL ANUNCIO

  • P096367

  • WATER AND SANITATION SERVICE IMPROVEMENT PROJECT

  • Kenya

  • OP00002227

  • Invitation for Bids

  • Published

  • CONTRACT NO. NC/PH III/LOT8/CLUSTER 1

  • International Competitive Bidding

  • English

  • Aug 18, 2009

INFORMACIÓN DE CONTACTO

  • Lake Victoria North Water Services Board

  • Eng. Diru Magomere

  • Kefinco House Off Kakamega, Kisumu Road PO Box 673

  • Kakamega

  • Kenya

  • Kenya

  • 254-20-30795

DETALLES

INVITATION FOR BIDS (IFB)

 

Country: Kenya

 

Project:  WATER AND SANITATION SERVICE IMPROVEMENT PROJECT (WaSSIP)

 

Credit No.: 4376-0KE

 

IFB Title & No.: Lot 8 #Cluster 1 # Construction of New Water Supply System for Lumakanda and Kipkarren,

Contract No. NC/PH III/LOT8/Cluster 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 a cost of Kenya: Water and Sanitation Service Improvement Project and it intends to apply part of the proceeds of this credit to payments under the Contract for Lot 8 #Cluster 1 # Construction of New Water Supply System for Lumakanda and Kipkarren, Contract No. NC/PH III/LOT8/Cluster 1.

 

3.            The Lake Victoria North Water Services Board, a parastatal under the Ministry of Water and Irrigation, now invites sealed Bids from eligible and qualified Bidders for Construction of Lot 8 #Cluster 1 # Construction of New Water Supply System for Lumakanda and Kipkarren, ContractNo. NC/PH III/LOT8/Cluster 1. 

 

The Works include but are not limited to Construction of New Water Supply System Lumakanda and Kipkarren, including:

 

·     Construction of Reinforced Concrete Intake Weir on Kipkarren River

·     Raw Water Gravity Main # Ferrous Pipe 200mm dia., length 1.3km

·     Treatment Works, capacity 1200m3/d comprising of:

-          Inlet Works

-       2Nr. Composite Filtration Units, capacity 600m3/d each

-       250m3 Reinforced Concrete Storage Tank

-       High Lift and Backwash Pump House and Control Panel

-       50m3  Elevated Steel Backwash Tank

-       Site and Ancillary Works

·     Treated Water Pumping Main from Treatment Works to Storage Reservoir at Railway Bridge # Ferrous Pipe 200mm dia. length 1.9km

·     Railway Bridge Storage Reservoir (Reinforced Concrete Tank, capacity 250m3) and Booster Pumping Station '1'

·     Treated Water Pumping Main from Booster Pumping Station '1' to Lumakanda Storage Reservoir '1' # Ferrous Pipe 150mm dia. length 2.9km

·     Lumakanda Storage Reservoir '1' # Reinforced Concrete Tank, capacity 250m3

·     Lumakanda Storage Reservoir '2' # Masonry Tank, capacity 50m3

·     Booster Pumping Station '2' and Pumping Main to Lumakanda Boys High School # Ferrous Pipe 100mm dia. length 2.8km

·     Distribution Mains in Lumakanda and Kipkarren, diameters varying from150mm dia. to 80mm dia., approximate total length 7km

·     Ancillary Works # Construction  of Water Kiosks (5Nr)

 

The construction period is 72 weeks.

 

4.            Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IDA Credits published by the Bank in May 2004 and revised in October 2006, and is open to all Bidders from Eligible Source Countries as definedin the Bidding Documents.

 

5.            Interested eligible Bidders may obtain further information from

 

Chief Executive Officer

Lake Victoria North Water Services Board

Off Kakamega # Kisumu Road

P.O. Box 673 # 50100

KAKAMEGA, KENYA

Tel. / Fax: +254-56-31506

 

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:

 

(a)       Experience as prime Contractor in the construction of at least one Works' Contract of a nature and complexity equivalent to the Works.

 

(b)      Proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment, i.e. (i) 3 Nr 7 / 10 ton Tipper Lorry, (ii) 3 Nr Concrete Mixers (1m3), (iii) 6 Nr Concrete Vibrators (90mm), (iv) 3 Nr Concrete Dumper, (v) 3 Nr Pick-Up, (vi) 2Nr Rock Breakers, (vii) 2 Nr Compressors with 6Nr Jacks, (viii) Mechanical Pressure Testing Equipment, and (ix) Block Making Machine (for Block Size 200mm x 200mm x 450mm). 

 

(c)       Adequate and competent staff for the Works including a Site Agent (Registered Engineer or equivalent) with ten years' relevant experience in Works of similar nature and volume, including no less than three years as Site Agent; and

 

 

(d)      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. 20,000,000 (Kenya Shillings Twenty Million Only) or equivalent in a freely convertible currency.

 

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.

 

7.            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 Kshs. 5,000 (Kenya Shillings Five Thousand Only) 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.

 

8.            Bids must be delivered to the address below at or before 1200 hours East Africa time on 22nd October 2009

9.            Electronic bidding shall not be permitted. Late Bids will be rejected.  Bids will be opened physically in the presence of the Bidders' Representatives who choose to attend in person at the address below at 1205hours East Africa time on 22nd October 2009

10.        All Bids shall be accompanied by a Bid Security of Kshs. 2,000,000 (Kenya Shillings Two Million Only) (or equivalent amount in freely convertible currency).

 

11.        The address referred to above is:

 

Chief Executive Officer

Lake Victoria North Water Services Board

Off Kakamega # Kisumu Road