Specific Procurement Notice Request for Bids Works (Without Prequalification)
Employer: | County Government of Kisumu |
Project: | Second Kenya Informal Settlement Improvement Project (KISIP 2) |
Contract title: | Construction of Roads & Drainage Works/Water Supply & Sewerage Works/Public Lighting Works for Lot1 & Lot2 in Kisumu County |
Country: | The Republic of Kenya |
Loan No. /Credit No. / Grant No: | 67590- KE |
Project ID: | P167814 |
RFB No: | KE-KISUMU COUNTY-362227-CW-RFB |
Issued on: | 19th JULY, 2023 |
TENDER DOCUMENTS FOR DOWNLOAD (Click on each item to download)
Bidding Document for Lot 1 and Lot 2 (Kisumu County).pdf
Bill Of Quantities for Lot 1 and Lot 2 (Kisumu County).pdf
Book of Drawings for LOT 2 (Kisumu county).pdf
Book of Drawings for LOT 1 (Kisumu county).pdf
1. The Government of the Republic of Kenya has received financing from the World Bank (IDA) towards 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 Kisumu 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.
2. The County Government of Kisumu 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 Bandani, Nyawita, Migosi, Manyatta A and Manyatta B Settlements in Kisumu city.
- Water supply and sewerage works in Migosi and Manyatta B Settlements in Kisumu city.
- Electrical Works in Migosi and Manyatta A Settlements in Kisumu city.
Lot 2:
- Roads and Drainage Works in Shauri Yako and Bondeni Settlements in Muhoroni town; and Kibuye Settlement in Kisumu City.
- Water supply and sanitation works in Kibuye settlement in Kisumu city; and Sangoro/Swahili and Shauri Yako Settlements in Muhoroni town.
- Electrical Works in Bondeni and Shauri Moyo Settlements in Muhoroni town.
The nature and scope of works is detailed in the bidding documents but will generally comprise the following:
a) General and Preliminary Items
b) Roads and Drainage Works
i) 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.
ii) 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.
iii) Drainage Works
- Construction of Box Culvert as detailed in the bidding documents.
- 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.
iv) Other Works
- Road furniture.
c) Electrical Works
- Installation of 11No. grid-powered 30M high mast floodlights.
d) 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 365 days while the construction period for Lot 2 is equally 365 days.
3. 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.
4. 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 dated July 2016, and revised in October 2017, August 2018 and November 2020”, and is open to all eligible Bidders as defined in the Procurement Regulations.
5. 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).
6. Bidders will access the Bidding document from the County Government website kisumu.go.ke or the Public Procurement Information Portal (PPIP) https://tenders.go.ke free of charge.
7. Bids must be delivered to the address below on or before 29th August, 2023 at 1000HRS 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 29th August, 2023 at 1000HRS East African Time (EAT).
8. All Bids must be accompanied by a Bid Security (in the form prescribed in the bidding documents) of:
For Lot 1:
The amount and currency of the Bid Security shall be Kenya Shillings Twenty-Two Million (KES 22,000,000.00).
For Lot 2:
The amount and currency of the Bid Security shall be Kenya Shillings Four Million (KES 4,000,000.00).
9. 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.
10. All interested bidders are required to continually check the County Government website kisumu.go.ke and the Public Procurement Information Portal (PPIP) https://tenders.go.kefor any tender addenda or clarifications that may arise before the submission date.
11. The address (es) referred to above is (are):
The County Secretary,
County Government of Kisumu,
2nd Floor, Prosperity Building,
P.O. Box 2738-40100, Kisumu, Kenya.
E-mail address: countysecretary@kisumu.go.ke
Web page: www.kisumu.go.ke
From Monday to Friday between 08:00 hours to 16:00 hours except on public holidays.
- CATEGORY OPEN , Tender Notices , Tenders
- TAGS