Sunday 17 August 2014

REPUBLIC OF KENYA, MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT

DIRECTORATE OF HOUSING

KENYA SLUM UPGRADING PROGRAMME
TENDER NOTICE
RE-ADVERTISEMENT
The Ministry of Land, Housing and Urban Development through the Kenya Slum Upgrading Programme (KENSUP) invite sealed bids from eligible firms for the following tenders:

NO.
TENDER NO.
DESCRIPTION
NCA
CATEGORY
TENDER
FEE (KSH.)
BID
BOND
ELIGIBILITY
1.
MLHUD/DH/SUD/
KENSUP/1A/2014-2015
Proposed completion of Mavoko SNP
Housing Scheme at Mlolongo Athi River
– Builders Works
1
1,000
1%
Open to all
2.
MLHUD/DH/SUD/
KENSUP/1B/
2014-2015
Proposed completion of Mavoko SNP
Housing Scheme at Mlolongo Athi River
– Mechanical Works
1 & 2
1,000
1%
Open to all
3.
MLHUD/DH/SUD/
KENSUP/1C/
2014-2015
Proposed completion of Mavoko SNP
Housing Scheme at Mlolongo Athi River
– Electrical Works
1 & 2
1,000
1%
Open to all
4.
MLHUD/DH/SUD/
KENSUP/1D/
2014-2015
Proposed completion of Mavoko SNP
Housing Scheme at Mlolongo Athi River
– Civil Works
1
1,000
1%
Open to all
5.
MLHUD/DH/SUD/
KENSUP/1E/2014/2015
Proposed completion of Mavoko SNP
Housing Scheme Mlolongo Athi River -
Borehole
All NCA
Categories
1,000
1%
Reserved for
youth, women
& PWD
6.
MLHUD/DH/SUD/
KENSUP/2/2014-2015
Proposed completion of London Social
Hall in Nakuru
6, 7 & 8
1,000
1%
Reserved for
youth, women
& PWD
7.
MLHUD/DH/SUD/
KENSUP/3/
2014-2015
Proposed construction of 3.5 KM Access
Road in Kibera, Nairobi - Phase III
3, 4 & 5
1,000
1%
Reserved for
youth, women
& PWD

Interested Contractors who are registered in relevant trades and categories as shown above (proof of registration required) and have carried out similar works in the last five years may obtain tender documents from Procurement Office, 6th Floor,Ardhi House, 1st Ngong Avenue off Ngong Road, in person or against written application. The non-refundable fee is to be paid either in cash at the Cash Office before 4.00 p.m. on normal working days or in banker’s cheque payable to the Principal Secretary, Ministry of Land, Housing and Urban Development, Nairobi.
Interested bidders should note that only those meeting the minimum criteria indicated below as set out in the documents and supported by relevant documents at submission will be considered for further evaluation.
i.      Be a registered company incorporated in Kenya under Companies Act CAP 486;
ii.     Be registered by the National Construction Authority as building Contractor in relevant NCA Category (Proof required);
iii.    Have a minimum annual turnover indicated in the tender document for each year over the last five years;
iv.   Have completed a minimum of two projects of similar nature and complexity in the last five (5) years, each of which must be of a value not less than what is indicated in document (Certificate of completion to be attached);
v.    Provide evidence of financial, personnel, and equipment capability necessary for carrying out the works;
vi.   Provide a bid security equivalent to 1% of the tender amount in the form of bank guarantee or bid security from a reputable insurance company;
vii.  Attach current Tax Compliance Certificate from the Kenya Revenue Authority;
viii. Not have work(s) which is/are behind schedule without approved extension of time;
ix.   Not have been served with default notice;
x.    Confidential Business Questionnaire.
xi.   Tenderers for Nos. 1, 2, 3 & 4 who show proof of partnership/Joint venture with youth, women & persons with disability will have an added advantage.
Further, tenders from the following tenderers shall be treated as non-responsive and therefore subjected to automatic disqualification:
a)    A tender from a tenderer whose on-going project(s) is/are behind schedule and without any approved extension of time
b)    A tender from a tenderer who has been served with a default notice on on-going project(s) or a tenderer who has been terminated in a Government contract in the past
Tenders in plain sealed envelopes, marked tender number on the right hand side corner and bearing no indication of the tenderer should be addressed to:
The Principal Secretary
Ministry of Land, Housing and Urban Development
Ardhi House, 1st Ngong Avenue
Off Ngong Road
P.O. Box 30450-00100
NAIROBI, Kenya
and placed in the tender box on 6th Floor at Ardhi House, 1st Ngong Avenue off Ngong Road, Nairobi, or sent by post so as to reach the above addressed not later than 3rd September, 2014 at 10.00 a.m.
NOTE
For project No. 1 the technical and financial proposals shall be sealed in separate envelopes clearly marked “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL”. The envelope containing the financial proposal shall have a warning “DO NOT OPEN WITH TECHNICAL” clearly marked on the front face of the envelope.
Envelopes carrying technical and financial proposals shall be placed in a sealed outer envelope marked Tender No. MLHUD/DH/SUD/KENSUP/1A/2014-2015 for Proposed Completion of Mavoko SNP Housing Scheme project at Mlolongo Athi River – Builders Works at the right corner and bearing no other indications of the tenderer.
Submitted bids will be opened publicly in the 6th Floor Boardroom, Ardhi House, soon after the above stated closing date and time in the presence of the tenderers or their representatives who choose to attend. Late bids will be returned unopened. Only technical bids will be opened on this date for project No. 1 with those found to be responsive being invited for opening of their financial documents at a later date.
There will be a mandatory site visit on 25th August 2014 for those interested in projects No. 1, 2, 3, 4 and 5.Tenderers will be required to meet in at NHIF parking at 10.00 a.m. for briefing and thereafter the guided visit.
Prices quoted must remain valid for one hundred and twenty (120) days from the opening of the tender.
This advertisement supersedes earlier advertisement.
Head of Supply Chain Management Services

For: Principal Secretary

No comments:

Post a Comment