Document for completion and publication by the Contracting Authority.

PROCUREMENT NOTICE

SUPERVISION OF WORKS AND SAFETY COORDINATION IN EXECUTION PHASE FOR rehabilitation of water and sanitation systems of kiRANDICH basin and capacity building

Kenya

1.  Publication reference

KIRANDICH/II/01

2.  Procedure

Open tender procedure under the procurement procedure described in the Practical Guide to contract procedures financed for EC external actions adapted by the European Commission, D.Lgs 163/2006 of Italian Republic and subsequent modifications.

3.  Financing

Soft loan from the Italian Government – AID 9436

4.  Contracting Authority

Rift Valley Water Services Board on behalf of Ministry of Water and Irrigation (MoWI)

Address: Rift Valley Water Services Board

Maji Plaza, Prisons Road, off Eldama Ravine Highway

P.O. Box 2451

Nakuru (Kenya)

Tel./Fax: +254 718313557

Email:

CONTRACT SPECIFICATIONS

5.  Description of contracts/Number and titles of lots/Origin

Contract for Supervision of works and Safety Coordination in execution phase for rehabilitation of water and sanitation systems of Kirandich basin and capacity building.

The project is located in Baringo district, at a road distance of about 350 km north west of Nairobi.

The Kirandich water supply system is fed by an artificial reservoir of about 4 million cubic meters, created by the Kirandich embankment dam, situated at the junction of two rivers.

The Kirandich dam is 120 m long and 52 m high, about 10 km from Kabarnet town. It was built under agreement and financing, of Republic of Italy.

Besides the construction of the dam, the previous project of the Italian Cooperation constructed a water treatment plant, two pumping stations and related rising main pipelines.

The treatment and pumping plant, situated near downstream of the dam, have the total annual volume of 1.1 M cubic meters, which is much smaller than the Kirandich water storage availability.

Since 2007, the Government of Kenya renewed its interest in the completion of Kirandich water supply system and Rift Valley WSB has submitted the project proposal.

The project design includes the construction of sewerage system in Kabarnet town, which has about 30,000 inhabitants.

The current maintenance conditions of the existing water supply system is not optimal, however the infrastructures are still operational, although some rehabilitation works are necessary.

The contract regards the Supervision of works and Safety Coordination in execution phase for the following component:

Executive design and works:

Total amount maximum available budget, Euro 17,286,000.00.

-  Water supply systems for Kabarnet town and neighbouring villages (Kituro, Kapsoo, Kabartonjo);

-  Sewerage system and waste water management plant in Kabarnet;

-  Enlargement of dam spillway (and repair of draw-off system);

-  Protection of reservoir from siltation;

-  Extraordinary maintenance and rehabilitation of dam control, sensor and instruments;

-  Power generation plant from renewable sources, by Hydropower;

-  Rehabilitation of management offices, part of capacity building component.

Origin

All goods and services purchased must have Italian origin. The company awarded the contract may purchase in the Republic of Kenya or in other developing countries, services and supplies up to a maximum of 45% of the contract. For these purposes, "origin" means the place where the goods are mined, grown, produced or manufactured. The origin of the goods must be determined according to the EU Customs Code or to the relevant international agreement applicable (Council Regulation EEC n. 2913/92 and Commission Regulation EEC n. 2454/93).

When submitting its tender, the tenderer must state expressly that all the services and goods meet the requirements concerning origin and must state the countries of origin. It may be asked to provide additional informations in this connection.

TERMS OF PARTICIPATION

6.  Nature of Contracts

Supervision of works and Safety Coordination in execution phase

Global price – best value for money.

7.  Maximum available Budget of the Contract

Maximum available budget of Supervision contract is Euro 900.000,00.

If the tender exceeds the above mentioned budget, the tender will be automatically rejected.

CONDITIONS OF PARTICIPATION

8.  Eligibility

8.1 Only Italian bidders composed of single or joint companies or consortia in possession of the requirements specified below are admitted to the tender process

Subcontracting is not allowed.

The “avvalimento” and the “co-optazione” regulations are not allowed in this contract, by the Contracting Authority.

8.2 The commitment to form a temporary partnership of companies or grouping, for purposes of guaranteeing their immutability, must specify the model, if horizontal, vertical or mixed as well as the parts of the services that will be executed by each partner as for the categories indicated in this tender.

8.3 The lack of indication of the above requirements relating to the form of partnership, except where the same information can be extracted immediately and without uncertainty from the nature of the contract or from the qualifications of the partnering companies, is a reason for exclusion from the tender process.

9.  Number of application

No more than one application per lot, can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of consortium submitting an application). In the event that a natural or legal person submits more than one application per lot, all application in which that person has participated will be excluded.

10.  Grounds for exclusion

Tenderers must submit a signed declaration, included in the:

-  Tender Form for a service contract (see Annex VIId)

to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide to contract procedures for EU external actions.

11.  Tender guarantee (advanced) and Performance guarantee

Tender Guarantee, amounting 2% of the maximum available budget.

2% of maximum available budget of Euro 900,000.00, in the form provided in Annex VIb);

The tenderer must give the guarantee without dispute, on receipt of a first written request from the beneficiary. The guarantee will take effect from the day of the submission of the tender envelopes. It will remain in force for 180 days after this deadline. It may be extended by the Contracting Authority for a further 60 days in exceptional cases.

-  Performance Guarantee will be asked at the successful tenderer, amounting 10% of the amount of the contract, at the signing of the contract.

Tender Guarantee will be refunded after award of tender and after “no-objection” from Italian Government – D.G.C.S.

The performance guarantee form is provided, provided in Annex Vic) of tender dossier;

This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next compliant tender.

12.  Information meeting and site visit

Information site visit will be held on: February 24th and 25th, 2015 at Rift Valley Water Services Board, Nakuru (Kenya) – Maji Plaza, Prisons Road, off Eldama Ravine Highway P.O. Box 2451 Tel.: +254 (0)718313557;

Email: .

Tenderers are obliged to attendance for all two dates of site visit/clarification meeting.

Participation to all two days, site visit/clarification meeting, is a mandatory.

13.  Tender validity

Tenders must remain valid for a period of 180 days after the deadline for submission of tenders. Any tender valid for a shorter period will be rejected.

The successful tenderer must maintain his tender for a further 60 days from the date of notification of award.

14.  Period of implementation of tasks

The period of execution of works is maximum 760 (seven hundred and sixty) days from commencement date (as in Instruction to tenderers).

SELECTION AND AWARD CRITERIA

15.  Selection criteria

According to the criteria used on “Instructions to tenderers”, tenders must be submitted in accordance with the following conditions:

All tenders must be submitted in one original, marked “original”, and three copies signed in the same way as the original and marked “copy”.

Administrative compliance, Technical offer, and financial offer, including annexes and any accompanying documents, must be placed in three separate sealed envelopes named:

Envelope A Administrative Compliance;

Envelope B Technical Offer- Final design;

Envelope C Financial Offer.

These three envelops must be submitted in a single main sealed envelope bearing only:

a)  the above address;

b)  the reference code of this tender procedure:

KIRANDICH/II/01.

c)  the sentence, written in the language of tender dossier:

“Not to be opened before the tender-opening session”.

d)  the name of the tenderer.

Any infringement of these rules (e.g.: envelopes not-sealed, presence of references to prices in Envelope A - Administrative Compliance, presence of references to prices in Envelope B Technical Offer), will be considered a breach of the rules and will lead to rejection of the tender.

All tenders received after the deadline for submission specified in the procurement notice or, will be received by the Contracting Authority. The tenders will not be opened and they will be returned to the tenderers.

No liability can be accepted for late delivery of tenders. Late tenders will not be evaluated.

16.  Award criterion

Best value for money;

TENDERING

17.  How to obtain the tender dossier

The tender dossier for Supervision of works and Safety Coordination in execution phase is available from Embassy of Kenya in Rome, Viale Luca Gaurico 205, Tel.: +39068082717, Fax: +39068082707, or at Rift Valley Water Services Board, Maji Plaza, Prisons Road, off Eldama Ravine Highway – Nakuru (Ke), Telephone: +254 (0)718313557; upon payment of Euro 100,00, which excludes courier delivery. It is also available for inspection at the premises of the Contracting Authority, address as in point 4 above. Tenders should be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed.

Tenderers with questions regarding this tender should send them in writing to: Email: or Rift Valley Water Services Board, Maji Plaza, Prisons Road, off Eldama Ravine Highway, Nakuru (Ke), mentioning the publication reference shown in item 1, at the date in timetable of Instructions to tenderers, before the deadline for submission of tenders given in item 18. The Contracting Authority must reply to all tenderers' questions before the deadline for submission of tenders not later the date for issuing clarifications as in timetable of Instructions to tenderers,. Eventual minor clarifications, or minor changes to the tender dossier, will be published before the submission deadline on the Website of Contracting Authority.

18.  Deadline for submission of tenders

Deadline for submission of tenders must be not before 52 days from the date of publication on Official Bulletin of the Republic of Italy (GURI).

Deadline for submission of tenders is April, 15th, 2015, hours 12,00pm.

Any tender received after this deadline will not be considered.

19.  Tender opening session

Date of tender opening session for Supervision of works and Safety Coordination in execution phase, is: April, 15th, 2015, hours 12,30pm.

Jury of evaluation should be appointed only after deadline for submission of tender and before opening session.

20.  Language of the procedure

All written communications and documents for this tender procedure and contract must be in English.

21.  Legal basis

The tender procedure is governed by the basis of European guidelines (PRAG - available on the Internet at this address:

http://ec.europa.eu/europeaid/work/procedures/index_en.htm)

as acknowledged by Government of Italy (D.Lgs 163/2006 and subsequent modifications).

KIRANDICH Supervision of works and safety coordination: Procurement notice Page 1 of 6