Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
NOTICE AT-A-GLANCE
Project ID
P167814
Project Title
Second Kenya Informal Settlements Improvement Project
Specific Procurement Notice Request for Bids Works(Without Prequalification)
Employer:
County Government of Kakamega
Project:
Second Kenya Informal Settlement Improvement Project (KISIP 2)
Contract title:
Construction of Roads & Drainage Works/Water Supply & Sewerage Works/Public Lighting Works for Lot 1 & Lot 2 in Kakamega County
Country:
The Republic of Kenya
Loan No. /Credit No. / Grant No:
6759- KE
Project ID:
P167814
RFB No:
KE-KAKAMEGA COUNTY-371489-CW-RFB
Issued on:
20TH JULY, 2023
The Government of the Republic of Kenya has received financing from the World Bank (IDA) toward the cost of the Second Kenya Informal Settlement Improvement Project (KISIP 2) and intends to
apply part of the proceeds toward payments under the contract for Lot 1 (IDA funded component) works in selected settlements in Kakamega County. This contract will be jointly financed by the
French Development Agency (AFD) under Lot 2 (AFD funded component) works. Bidding process will be governed by the World Bank’s Procurement Regulations.
The County Government of Kakamega now invites sealed Bids from eligible Bidders for the construction and completion of Lot 1 and Lot 2 components of the works described below.
Lot 1:
Roads and Drainage Works in Shibale, Mjini and Lukoye Settlements in Mumias town.
Water supply works in Shibale and Mjini Settlements in Mumias town.
Electrical Works in Shibale and Mjini Settlements in Mumias town.
Lot 2:
Roads and Drainage Works in Amalemba and Kambi Somali Settlements in Kakamega town.
Water supply and sanitation works in Amalemba and Kambi Somali Settlements in Kakamega town.
Electrical Works in Amalemba Settlement in Kakamega town.
The nature and scope of works is detailed in the bidding documents but will generally comprise the following:
General and Preliminary Items
Roads and Drainage Works
Carriageway Works
Construction of Wearing Course - 50mm (0/19mm) asphalt concrete (SUPERPAVE) as detailed in the drawings.
Construction of Base Layer - 150mm thick Graded Crushed Stone (Stone Class B, Stone Size 0/40mm) as detailed in the drawings.
Construction of Subbase - 150mm thick Natural Gravel, minimum CBR of 30% as detailed in the drawings.
Construction of improved Sub-grade – 350mm improved sub-grade (minimum CBR of 22.5%) compacted in two layers of 150mm compacted to 95% MDD (AASHTO T180) as detailed in the drawings.
General Earthworks Construction – Up to 350mm below formation level, (minimum CBR of 10%) and compacted to 95% MDD (AASHTO T99) in layer not exceeding 150mm thick as detailed in the
drawings.
Walkway Works
Construction of 200mm x 100mm x 50mm medium duty interlocking blocks for surfacing as detailed in the drawings.
Construction of improved Sub-grade – 300mm improved sub-grade (minimum CBR of 30%) compacted in two layers of 150mm compacted to 95% MDD (AASHTO T180).
General Earthworks Construction – Up to 300mm below formation level, (minimum CBR of 10%) and compacted to 95% MDD (AASHTO T99) in layer not exceeding 150mm thick.
Drainage Works
Construction of cross pipe culverts and access culverts.
Construction of Rectangular covered drain and lined trapezoidal side drain.
Construction of a combination of earth standard and lined drains in selected settlements.
Other Works
Road furniture.
Electrical Works
Installation of solar-powered road street lighting
Installation of 2No. grid-powered 30M high mast floodlights.
Water, Sanitation and Sewerage Works
Water supply and sanitation works (HDPE water lines of various diameter, uPVC offtake lines, water kiosks, public tap yards, ablution blocks, consumer connections)
Sewerage works (primary sewer lines of various diameter, lateral sewer lines, individual connections).
Construction of Base Layer - 150mm thick Graded Crushed Stone (Stone Class B, Stone Size 0/40mm) as detailed in the drawings.
The construction period for Lot 1 is 730 days while the construction period for Lot 2 is 730 days.
Bidders may bid for one or both lots as further defined in the bidding documents. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do
so, provided those discounts are included in the Letter of Bid.
Bidding will be conducted through national competitive procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers- Procurement
in Investment Projects Financing” after July 1ST 2016 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
Interested eligible Bidders may obtain further information from and inspect the Bidding document during office hours at the address given at the end of this Request for Bids (RFB).
Bidders will access the Bidding document from the County Government website www.kakamega.go.ke or the Public Procurement Information Portal (PPIP)
https://tenders.go.ke free of charge.
Bids must be delivered to the address below on or before on 31st August, 2023 at10:00HRS East African Time (EAT). 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 31st August, 2023 at10:00HRS East African Time (EAT).
All Bids must be accompanied by a Bid Security of:
For Lot 1:
The amount and currency of the Bid Security shall be Kenya Shillings Three Million Five Hundred Thousand (KES 3,500,000.00).
For Lot 2:
The amount and currency of the Bid Security shall be Kenya Shillings Two Million (KES 2,000,000.00).
Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice,
using the Beneficial Ownership Disclosure Form as included in the bidding document.
All interested bidders are required to continually check the County Government of Kakamega free-access website www.kakamega.goke and the Public Procurement Information
Portal (PPIP) free-access portal https://tenders.go.ke for any addenda or clarifications that may arise before the submission date.
The address (es) referred to above is (are):
Director Supply Chain Management,
County Government of Kakamega,
Kotecha Building, 2nd Floor along Muruli Road,
P.O. Box 36-50100, Kakamega, Kenya.
E-mail address:supplychain@kakamega.go.ke
Web page: www.kakamega.go.ke
From Monday to Friday between 08:00 hours East African Time (EAT) to 16:00 hours East African Time (EAT) except on public holidays.
Источник закупки
Перейти
Импорт - Экспорт по стране Кения
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.