You are on page 1of 3

BANDARI MARITIME ACADEMY

TABLE OF CONTENTS

BMA/ONT/03/2023-2024- THE PROPOSED CONSTRUCTION OF MARITIME SURVIVAL TRAINING


AND CERTIFICATION CENTRE

A MANDATORY REQUIREMENTS
1. Dully filled signed and stamped form of tender and validity period should be indicated.- Burhani
2. Dully filled signed and stamped price schedule.- Burhani
3. The “original” and “copy” of tender documents should be properly tape bound, sequentially serialized
on ALL pages and ALL attachments- Burhani
4. Attach Registration/Incorporation Certificate. In case of a joint Venture, all parties must attach
Registration/Incorporation Certificate- - Burhani & Apallan
5. Attach a valid copy of Business Permit from the respective county government or respective country. In
case of a joint Venture, all parties must attach the business permits from respective county governments
or respective countries- - Burhani & Apallan
6. Attach CR12 or CR13 form showing the list of directors /shareholding (issued within the last 1 year). In
case of a joint Venture, all parties must submit a CR 12- - Burhani & Apallan
7. In case of a joint Venture, the bidder must attach an intent to enter into a joint venture, as well as
Power of Attorney delegating authority to the signatory of the tender to commit the tenderer;- Burhani
& Apallan to sign Jv agreement letter
8. Bidders shall provide valid tax compliance and PIN certificates from Kenya Revenue Authority or its
equivalent for foreign contractors. In case of a joint venture all parties must submit a valid tax
compliance certificate and PIN certificate both from Kenya Revenue Authority or its equivalent for
foreign contractors- Burhani & Apallan
9. The bidder shall provide proof in form of certified audited accounts for three (3) years; 2022, 2021 and
2020.with a Minimum annual turnover of Kenya Shillings Three Billion (Kshs.3,000,000,000.00) Only in
each of the year. In the event of a joint venture, the Lead partner shall meet this requirement. A certified
copy of the registration certificate and valid annual practicing certificate of the auditor/auditing firm
carrying out the audit must be provided for each of the years under consideration. The audited accounts
shall be signed by the auditor and the director of the company - - Burhani & Apallan
10. The bidder shall submit all standard forms provided in this tender document; duly filled and completed
in the format provided. Forms are;- - Burhani & Apallan
1. FOREIGN TENDERERS 40% RULE,- Pg .33
2. FORM EQU:EQUIPMENT,- Pg.34
3. FORM PER-1,- Pg.35
4. FORM PER-2,- Pg.36
5. FORM ELI-1.1,- Pg.38
6. FORM ELI-1.2,- Pg.39
7. FORM CON-2,- Pg.40
8. FORM FIN-3.1,- Pg.42
9. FORM-3.2,- Pg.44
10. FORM-3.3,- Pg.45
11. FORM-3.4,- Pg.45
12. FORM EXP-4.1,- Pg.46

Burhani Engineers Ltd. | Nairobi 21111-00505


Phone: +254 20 3871237 | Fax: +254 20 3871240
Mobile: +254 733 934503 | +254 720 634503
info@burhaniengineers.com | www.burhaniengineers.com
13. FORM EXP-4.2(a),- Pg 47
14. FORM EXP-4.2(B),- Pg 49
15. FORM OF TENDER- Burhani
16. FORM SD-1,- Pg 58
17. FORM SD-2- Pg 58
11. Duly completed confidential business questionnaire as per attached format; In case of a joint venture
all parties must submit a valid confidential business questionnaire as per attached format;- Burhani &
Apallan
12. Bidder to show proof of availability of Cash in hand of Kshs. 180,000,000.00 (attach certified bank
statements) or Credit lines of at least Kshs. 500,000,000.00 (attach a letter from a bank). Letter of
authority to seek references from the Tenderer’s bankers should also be attached; In the event of a
joint venture, only any one of the partners shall meet this requirement and submit the letter from a
reputable bank- Burhani & Apallan
13. Submit a tender security of Ksh. 20,000,000.00 (Ksh. Twenty Million) in the form of a bank guarantee
from a bank regulated by Central Bank of Kenya or Insurance Company approved by PPRA valid for a
period of 217 days from the date of tender opening payable to Bandari Maritime Academy- ).-
Burhani to apply
14. Attach evidence from National Construction Authority of having been registered to practice as a
building works contractor NCA 1 (one
15. Provide a minimum number of one (1) construction project undertaken in or adjacent to a marine
environment with foundation undertaken in or adjacent to the ocean. Project value to be above
Kenya Shillings One Billion (Ksh 1 billion) and be contracted in the last 15years. Bidders to provide
construction contract agreements, recommendation letters and active contacts (telephone, email,
postal address and office location) of the Consultant and the Client- Burhani & Apallan

B TECHNICAL REQUIRMENTS
1. Tenderer’s experience for the last ten (10) years. Provide evidence that the tenderer has been operating
in Kenya as an active building construction works Company for the last ten (10) years. Burhani &
Apallan
2. Qualified, relevant Technical StaffThe tenderer to provide five (5) qualified and experienced technical
staff with at least a Bachelor’s degree from a recognized university in each of the following categories,
who will be actively involved in the proposed project Burhani & Apallan
i. Civil and/or Structural Engineering
ii. Electrical and/or Mechanical Engineering
iii. Quantity Surveying
iv. Civil and/or Structural Engineering withexperience with marine structure works.
v. Construction Management- Attach CV, academic and professional certificates
3. Qualified, relevant Management staff- The Bidder to provide at least three (3) Qualified
Management/Administrative Staff with a Bachelor’s degree from a recognized University in each of the
following categories, who will be actively involved in the proposed project: Burhani & Apallan
i. Commerce or Business Management/ Administration
ii. Project Management or Construction Management
iii. Human Resource Management - Attach CV, academic and professional certificates
4. Qualifications of the Company Directors- The Bidder to provide evidence that at least one of the
Company Director(s) have technical qualifications in a construction related field with a minimum
Bachelor’s degree from a recognized institution. Attach CV, academic and professional certificates
Burhani & Apallan

Burhani Engineers Ltd. | Nairobi 21111-00505


Phone: +254 20 3871237 | Fax: +254 20 3871240
Mobile: +254 733 934503 | +254 720 634503
info@burhaniengineers.com | www.burhaniengineers.com
5. Bidders to give their general construction methodology in marine structural works which meets the
minimum standards in the construction industry. Burhani & Apallan
6. Bidders MUST identify key considerations that they intend to put in place in order to achieve the
objectives specific to the proposed project. The methodology MUST describe the techniques, processes
and mechanisms that the Bidder will put in place to manage the construction process in marine
structural works specific to the proposed project. Burhani
7. The project which must be accompanied by a works programme and critical path analysis. The proposed
works programme and critical path analysis must be practical, realistic and specific to the project
Burhani
8. The Bidders to provide audited accounts for the last three (3) consecutive years from 2020, 2021 and
2022 indicating a current ratio of at least 1.35:1 for each year Burhani & Apallan
9. The Bidder to give copies of their current Insurance Policies. These should include any of the following:
i. Workers insurance (WIBA)
ii. Plant, machinery and equipment insurance
iii. Public liability insurance
10. iv. Employer’s liability insurance Burhani & Apallan
11. Copies of documentary evidence of registration with relevant Contractors’ Associations in Kenya.
Burhani & Apallan
12. The Bidder to provide copies of valid certificate of compliance from both NSSF and NHIF Burhani &
Apallan
13. The Bidder to provide evidence in form of copies of certified training certificates of undertaking regular
staff training programs for capacity building within the construction industry. Burhani & Apallan
14. The following Sub-Contractors will EACH be evaluated: Attached -
i. Electrical Installations Sub-Contractor
ii. Lifts Installations Sub-Contractor iii. Plumbing, Drainage and Fire Fighting Sub-Contractor
a) Each of the Sub-Contractors listed above to a give a detailed report of their previous projects
carried out within the past five (5) yearsa. Construction contract agreements
b) b. Recommendation letters

D ADDITIONAL REQUIREMENTS
1. Company Profile- . Burhani & Apallan

Burhani Engineers Ltd. | Nairobi 21111-00505


Phone: +254 20 3871237 | Fax: +254 20 3871240
Mobile: +254 733 934503 | +254 720 634503
info@burhaniengineers.com | www.burhaniengineers.com

You might also like