BirgenAI
Back to Tenders
GovernmentWorksOpen TenderDocument parsed

ST AUGUSTINE MEREWET PRIMARY SCHOOL

Tender Number
NG-CDF/MOIB/4/2024-2025
Submission Deadline
23 Apr 2026
Closes tomorrow
Procuring Entity
NG-CDF MOIBEN
Bid Bond Amount
Ksh 20,000

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
1st January 2020
Bid Bond Form
Tender-Securing Declaration
Bid Bond Validity
Not specified
Bid Validity Period
154 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
none ITT 20.3 The written confirmation of authoriz
Pre-Bid Meeting
Not specified
Pre-Bid Link
Not specified
Clarification Deadline
Not specified
Mandatory Site Visit
No

Financial Qualifications

Minimum financial criteria bidders must meet

Min Annual Turnover
Not specified
Min Liquid Assets
Not specified
Min Single Contract Value
Not specified
Min Combined Contract Value
Not specified
Cash Flow Requirement
Not specified
Audited Financials
3 years (2022, 2023, 2024)
View raw qualification text
SECTION III - EVALUATION AND QUALIFICATION CRITERIA 23
1.0 General Provisions 23
2.0 Preliminary examination for Determination of Responsiveness 23
3.0 Tender Evaluation 23
4.0 Multiple Contracts 23
5.0 Alternative Tenders 23
6.0 Margin of Preference 23
7.0 Post qualification and Contract ward 23
8.0 QUALIFICATION FORM 24

Key Requirements

SECTION I - INSTRUCTIONS TO TENDERERS 2
A GENERAL PROVISIONS 2
1.0 Scope of tender 2
2.0 Fraud and corruption 2
3.0 Eligible tenderers 2
4.0 Eligible goods, equipment, and services 4
5.0 Tenderer's responsibilities 4
B CONTENTS OF TENDER DOCUMENTS 4
6.0 Sections of Tender Document 4
7.0 Clarification of Tender Document, Site Visit, Pre-tender Meeting 4
8.0 Amendment of Tender Documents 5
10.0 Language of Tender 5
11.0 Documents Comprising the Tender 5
12.0 Form of Tender and Schedules 6
13.0 Alternative Tenders 6
14.0 Tender Prices and Discounts 6
15.0 Currencies of Tender and Payment 6
16.0 Documents Comprising the Technical Proposal 7
17.0 Documents Establishing the Eligibility and Qualifications of the Tenderer 7
18.0 Period of Validity of Tenders 8
19.0 Tender Security 8
20.0 Format and Signing of Tender 9
C SUBMISSION AND OPENING OF TENDERS 10
21.0 Sealing and Marking of Tenders 11
22.0 Deadline for Submission of Tenders 11
23.0 Late Tenders 11
24.0 Withdrawal, Substitution, and Modification of Tenders 11
25.0 Tender Opening 12
D EVALUATION AND COMPARISON OF TENDERS 12
26.0 Confidentiality 12
27.0 Clarification of Tenders 13
29.0 Determination of Responsiveness 13
30.0 Non-material Non-conformities 13
31.0 Arithmetical Errors 14
33.0 Margin of Preference and Reservations 14
34.0 Nominated Subcontractors 14
35.0 Evaluation of Tenders 15
36.0 Comparison of tenders 15
37.0 Abnormally low tenders and abnormally high tenders 15
Abnormally Low Tenders 15
Abnormally high tenders 15
38.0 Unbalanced and/or front-loaded tenders 16
39.0 Qualifications of the tenderer 16
40.0 Lowest evaluated tender 16
41.0 Procuring entity's right to accept any tender, and to reject any or all tenders. 16
E AWARD OF CONTRACT 16
42.0 Award criteria 16
43.0 Notice of intention to enter into a contract 16
44.0 Standstill Period 16
ii
44.0 Standstill Period 16
45.0 Debriefing By The Procuring Entity 16
46.0 Letter of Award 16
47.0 Signing of Contract 16
48.0 Performance Security 16
49.0 Publication of Procurement Contract 17
50.0 Procurement related Complaint and Administrative Review 17
Key Personnel
[{"role": "environmental protection agency or by other competent authority as harmful to human beings and to the environment", "registration_body": "ISK"}]
Key Equipment
[{"equipment_type": "2 3 4 5"}, {"equipment_type": "Nationality Nationality in accordance with ITT 3.6 Forms ELI \u2013 1.1 and 1.2, with"}, {"equipment_type": "Conflict of Interest No conflicts of interest in accordance with ITT 3.3 Form of Tender"}, {"equipment_type": "State- owned Enterprise Meets conditions of ITT 3.8 Forms ELI \u2013 1.1 and 1.2, with", "ownership_requirement": "Owned"}, {"equipment_type": "History of Non-Performing Non-performance of a contract did not occur as a result of contractor default since Form CON-2"}, {"equipment_type": "Suspension Based on Not under suspension based on-execution of a Tender/Proposal Securing Form of Tender"}, {"equipment_type": "1 2 3 4 5"}, {"equipment_type": "Average Annual Construction Minimum average annual construction turnover of Kenya Shillings 5,000,0000.00 Form FIN \u2013 3.2", "min_quantity": 3}, {"equipment_type": "General Construction Experience under construction contracts in the role of prime contractor, JV 4. Form EXP \u2013 4.1"}, {"equipment_type": "Specific Construction & A minimum number of THREE (3NO.) similar contracts (MAIN WORKS) specified Form EXP 4.2(a)", "min_quantity": 3}, {"equipment_type": "Contractors key equipment Form EQU: Equipment"}, {"equipment_type": "Pickup (2ton) - 1No.", "min_quantity": 1}, {"equipment_type": "Truck (20ton) -1No.", "min_quantity": 1}, {"equipment_type": "Grinder \u2013 1No.", "min_quantity": 1}, {"equipment_type": "Concrete mixer \u2013 1No.", "min_quantity": 1}, {"equipment_type": "Tile cutting machine \u2013 1No.", "min_quantity": 1, "ownership_requirement": "Owned"}, {"equipment_type": "1 2 3 4 5"}, {"equipment_type": "Contractor's 1. Site Agent Form PER -1"}, {"equipment_type": "Foreman (1No each for Building)", "min_quantity": 1}, {"equipment_type": "Technicians (2No each for Building)", "min_quantity": 2}, {"equipment_type": "Artisans (2No each for Building)", "min_quantity": 2}, {"equipment_type": "Work Methodology & a) Technical approach and"}]