Annexures

advertisement
THE REPUBLIC OF KENYA
Through
KENYA NATIONAL HIGHWAYS AUTHORITY
Regional Mombasa Port Road Access Project
MOMBASA – MARIAKANI (A109) HIGHWAY PROJECT
LOT 2:KWA JOMVU – MARIAKANI (30.4 KM)
INVITATION FOR PRE - QUALIFICATION
Consulting Services for
Design Review, Tender Documentation,
Construction Supervision and Contract Administration
Financed through
EIB, ITF, KfW
Tender No. KeNHA/1111/2015
July 2015
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
Kenya National Highways Authority
Blue Shield Towers, Upper Hill, 1st
Floor
P. O. Box 49712
NAIROBI, KENYA
INVITATION FOR PRE - QUALIFICATION
TABLE OF CONTENTS
1
BACKGROUND............................................................................................................ 2
2
OBJECTIVE AND SCOPE OF WORK ......................................................................... 2
3
PROJECT AREA .......................................................................................................... 3
4
APPLICANTS AND PERSONNEL ............................................................................... 4
5
SUBMISSION OF APPLICATIONS .............................................................................. 6
6
EVALUATION............................................................................................................... 9
ANNEXURES ........................................................................................................................ 11
KeNHA
July 2015
1
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
1
BACKGROUND
1.01
The Project-Executing Agency hereby invites qualified independent consultants to
submit a pre-qualification document for consulting services. Funds have been earmarked for
this project by the German Development Bank (KfW), the European Union Africa Infrastructure
Trust Fund (ITF) and the European Investment Bank (EIB), hereinafter called the Banks. The
financing and loan agreements are currently still in preparation.
1.02
The Project-Executing Agency (PEA) is theKenya National Highways Authority
(KeNHA) of the Republic of Kenya, Address: Blue Shield Towers, Upper Hill, 1st Floor, P.O.
Box 49712, NAIROBI, KENYA, who intends to sign a Lump-Sum all-inclusive agreement with
the successful bidder.
1.03
The Government of Kenya has received loan funding from KfW, ITF and EIBfor the
rehabilitation and upgrading to four lanes of the Mombasa – Mariakani (A109) Road, Lot 2
between Kwa Jomvu and Mariakani (30.4 km) and intends to apply part of the loan for
Consultancy
Services
for
the
Design
Review,
Tender
Documentation,
and
ConstructionSupervision and Contract Administration.
2
OBJECTIVE AND SCOPE OF WORK
2.01
The purpose of this assignment is therefore to review the detailed engineering design,
compile the tender documentation, and support the tender process and award and to conduct
the Construction Supervision and contract administration.
2.02
The requested services to be provided by the Consultantshould aim at achieving the
following results:
(i)
Design Review:
Review all aspects of the detailed engineering design report including but not limited to;

Confirmation of reported borrow and quarry sites and investigation of additional
ones, where possible.

Confirm the suitability of the available material sources and critically review

Confirm or propose revision of the pavement design for each section of Lot 2.
Revise cost estimate, based on findings of the reviews.
(ii)
Tender Documentation:
Compile the complete request for tenders in accordance with KeNHA’s and the Banks’
guidelines as two-envelope procedurefor international competitive bidding with prequalification. The documentation shall include but not be limited to Letter of Invitation,
KeNHA
July 2015
2
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
Tender Rules, Particular Conditions of Contract, Project Specifications, Environmental
and Social Management Plan, Schedule of Quantities and Engineering Drawings.
(iii)
Tender Phase and Award:
Assist the Executing Agency with the pre-qualification process, short-listing of bidders,
the tender process and tender evaluation, as well as the contract negotiations and
compilation of the contract documents.
(iv)
Construction Supervision and Contract Administration:
To provide full-time staff for Construction Supervision staff as well as experts for parttime support and project management staff for contract administration services in order
to ensure that the road is constructed within budget, programme and that all quality
standards are met at all times and measurements and payments are in accordance
with the actually achieved progress.
2.03
The Consultants shall study all the relevant design and cost information available on
the project and perform such review tasks, field investigations, documentations and related
works deemed necessary for attainment of the objective stipulated above.
2.04
Consultancy services are preliminarily planned as follows:
(i)
Design Review, tender documentation and consultant pre-qualification: 5 months;
(ii)
Tender period, tender evaluation and contract negotiations: 4 months; and
(iii)
Construction Supervision and contract administration: 36 months construction period,
12 months defects liability period and five years
3
PROJECT AREA
3.01
The project road forms part of the 500 km Mombasa-Nairobi highway. The part of the
road, which is planned to be upgraded starts at the junction of Kenyatta Avenue (A109) and
Digo Road (A14) within Mombasa City. It runs in a northerly direction through Changamwe,
Miritini, Mazeras, Mariakani, before ending at Mariakani Weighbridge.
3.02
Lot 1 (km 0.0 to km 11.3) starts at the junction of Kenyatta Avenue (A109) and Digo
Road (A14) and ends at the Kwa Jomvu intersection, where Lot 2 (km 11.3 to km 41.7), which
is subject to this contract, starts. Lot 2 ends at the Mariakani Weighbridge.
3.03
The road project is duallingand upgrading of an existing road and not a new road,
which would need a new right of way, but resettlement will be required in several sections of
the road.
KeNHA
July 2015
3
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
3.04
Under Lot 2a weighbridge and weigh-in-motion facilities will be constructed. Lot 2 is
divided into sections as follows:
I.
Kwa Jomvu – Miritini (3.5 km): This section is a two-way single-lane carriageway in
very bad conditions with an inadequate drainage system. Resting and parking areas for
trucks are not existent, which leads to an additional reduction of road width. In general,
this section is characterized by high traffic, lots of pedestrian movements and economic
activities (linkages with industrial zones). Urban and industrial setting.
II.
Miritini – Mazeras (4.9 km): This section is a two-way double-lane carriageway,
recently constructed and therefore generally in good condition, apart from the block
paving on the Nairobi-bound lane at km 19, which is showing signs of failure. A
continuous concrete pavement may be considered for this section and reinforced
concrete separators as median were recommended. The section through Mazeras has
separate service roads. Peri-urban setting.
III.
Mazeras – Mariakani (20.1 km): This section is a two-way single-lane carriageway, also
recently constructed and in good condition. The Nairobi – Mombasa railway runs on the
left hand side parallel to the project road. Therefore, the additional carriageway will be
provided on the right hand side of the existing carriageway. Only limited land
acquisition may be required in order to allow for the additional carriageway. On the
approach to Mariakani weighbridge, a new lane is currently being constructed in order
to separate the through traffic from trucks turning into the weighbridge. Peri-urban
setting.
4
APPLICANTS AND PERSONNEL
4.01
The Consultant must always be neutral and independent vis-à-vis potential suppliers
for the project in question. Members of associated firms may participate in a project only as
either Consultant or manufacturer/supplier/construction firm.
4.02
When submitting proposals, Consultants must disclose any links with other firms and
give a binding declaration that, should they be awarded the Contract, the firms, with which
they are associated, do not intend to take part in the project in any other form. In a joint
venture, this also applies to participating professionals and other consultancy firms.
4.03
Consultancy firms that belong to the same group, or are linked in another way
financially, organisationally or through personnel, can participate in the competitive tendering
procedure individually only if none of the other consultancy firms, with which they are
associated, participate.
KeNHA
July 2015
4
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
4.04
Consultants can participate in the competitive tendering procedure as companies in
any legal form, and in conjunction with other Consultants to ensure that all required know-how
and experience are available to them. After the completion of the prequalification procedure,
cooperation between the prequalified Consultants is permitted only with the approval of the
Executing Agency and the Banks, and only if sufficient competition continues to be
guaranteed.
4.05
Major importance is attached to cooperation with experts or companies with a
background of local experience and those with international experience. The listing and
selection of the experts and consultancy firms concerned is solely at the discretion of the
applicant. It is however strongly recommended to associate with local consultants who can
provide relevant local knowledge.
4.06
If the applicant intends to use subcontractors, then where such are subcontracted it
shall bear full responsibility for the services they perform. The assignment of all activities to
one or several subcontractors is not permissible.
4.07
Should a cooperation be proposed the documents submitted for the prequalification
process must contain the necessary information on all the intended partners. In particular, they
must include a description of their competencies, fields of work, and the form the cooperation
will take.
4.08
The documents must include a Declaration of Intent signed by all the partners and
naming the consultancy firm that will direct the work. If they are awarded the contract, the
partners undertake to take all the steps necessary to perform the work described in the
documents as stated and in the form of cooperation as stated.
4.09
Groups of applicants (i.e. joint ventures, consortia, etc.) are required to enter into an
agreement with joint and several liability.
4.10
Services are to be provided by a core team of experts with experience in projects of
similar size and nature, comprising at least of the following:

1Team Leader (Senior Roads Engineer/Project Manager)

1 Resident Engineer

1 Materials/Pavement Engineer, with asphalt and concrete roads experience

1 Highway Engineer Manager.
4.11
In addition, the Consultant is expected to assign further international and local
experts,to provide special expertise and support the core team as and when required to cover
the entire bandwidth of expertise required.
KeNHA
July 2015
5
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
4.12
Efficient management and backstopping services shall also be made available from the
Consultant’s head office.
4.13
In view of the fact that other large-scale construction/upgrading projects are being
undertaken in the project area simultaneously, KeNHA will appoint a Project Coordinator under
a separate contract, who will coordinate and the individual projects in order to avoid conflicts.
5
SUBMISSION OF APPLICATIONS
5.01
The prequalification document in metric A4 size and in English shall have the following
structure and content and shall be presented in the same sequence as shown below:
1. Application Letter, comprising the applicant’s name, address, contact person,
telephone, fax and email, if applicable,state the association for this Project.
2. Presentations of firms (maximum 10 pages), inclusive clear statements of type,
property and key task of the association, if applicable.
3. Statements and Declarations
(i)
Authority for the signatory to sign the submission (resolution from the board of
directors of the firm and the association, if applicable);
(ii)
Declaration of submitting a proposal in case of being short-listed;
(iii)
Statement on affiliations of any kind with other firms, which may present a
conflict of interest in providing the envisaged services;
(iv)
In case of an association, the intended contractual arrangement with
international and local firms, nominating the lead consultant and including
original of legally binding signed Letters of Intent fromeach participating
firm/expert (cp. Annexure 1).
(v)
Original of legally binding signed Declaration of Undertaking (cp. Annexure 2)
from each participating firm/expert, to observe the highest standard of ethics
during execution of the Project. Applicants must be aware that any fraudulent or
corrupt activities disqualify them immediately from participation in the selection
process and will be subject to further legal investigation. Failure to submit this
Declaration of Undertaking or to comply with the requirements contained in it
shall lead to exclusion from the tender process.
KeNHA
July 2015
6
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
(vi)
Proof of the applicant’s financial status shall be presented in the format as
presented in Annexure 3A, duly signed and stamped by the applicant’s auditors.
In the Appendix to the submission the following shall be presented:
a)
Confirmation of a guarantee limit from the applicant’s bank, which is
available for this Project, which must not be more than 6 months old,
and which is appropriate for the Project (in case of doubt, the Client
reserves the right to verify this).
b)
The Annual turnover of more than EUR 5,000,000 (five million Euro)
shall be confirmed by presenting certified balance sheets or profit and
loss accounts for the last 3 years; for applicants who are not obliged to
produce balance sheets, by presenting net income statements.
For joint ventures, the cumulative annual turnover of the partners (each partner
shall provide the Form as per Annexures3A and 3B) will be taken into
consideration, however, the lead partner shall account for at least 50% thereof,
i.e. at least EUR 2,500,000 (two comma five million Euro).
Applicants who submit no documentation or largely incomplete documentation,
on this will not be included in the prequalification.
(vii)
Evidence of the Consultant’s experience in handling similar projects,from the
last 8 years (2007-2014) in the format provided in Annexure 4. The applicant
must produce relevant project references (max. 10 references) proving that it
has acquired sufficient experience in similar projects during this period. The
presentation of the project references should indicate the Client (and Financier,
if different), the country, the full volume and scope of each project (financial,
human resources (i.e. name of applicant’s key personnel)), what role the
applicant performed in the project, how it was contractually integrated into the
project (main consultant, sub-consultant, partner, etc.)and, if appropriate, what
share of the total it was responsible for producing.
Further, the contact person and contact detail (telephone, email) of the relevant
Client shall be entered. The best 5 references will be used for the evaluation.
(viii)
List of available personnel for the envisaged services with information about
education, professional experience, regional experience, years with the firm,
specific project-related experience and experience in similar posts in
accordance with the Forms in Annexure 5(Key Personnel, cp. 4.10) and
Annexure 6 (Additional Experts). This list shall allow a profound judgement on
KeNHA
July 2015
7
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
the consultants’ general ability to provide the required personnel having the
specific experience for the project in case of an offer. The submission of CVsis
not required,except for backstopping personnel.
(ix)
Brief CVs (max. 3 pages) on at least 2 staff members proposed for
backstopping and home office support.
5.02
Applicants that are part of a group of firms, and as such submit project or personnel
references from other sections of the firm or sister companies, can only be recognised, if they
can convincingly demonstrate that if awarded the contract they would have unrestricted
access to these resources (e.g. joint venture, subcontractors, secondments).
5.03
This also applies to the proof of financial resources. In this case the applicant must
demonstrate that the parent company or holding company is liable for it with legal effect (e.g.
guarantee or a “hard" letter of comfort).
5.04
Interested consultants are requested to submit concise and clear, but substantial
documents and to adhere to the above structure.Non-compliance with this invitation or faulty
information shall lead to non-qualification. Any surplus of information not specific to the
material requested will be penalized.
5.05 The prequalification proposal shall be submitted in one (1) original and Two(2)
copies to the ProjectExecuting Agency, KeNHA,at the address stated below on or before the
time and the date statedbelow.
Secretary/Tender Committee
Kenya National Highways Authority
Blue Shield Towers, Upper Hill, 1st Floor
P. O. Box 49712
NAIROBI, KENYA
The envelope shall be clearly marked with the following:
Tender No. KeNHA/1111/2015 - Expression of Interest for consultancy services
for:
Regional Mombasa Port Road Access Project
MOMBASA – MARIAKANI (A109) HIGHWAY PROJECT, LOT 2
Consulting Services for Design Review, Tender Documentation, Construction
Supervision and Contract Administration for the Upgrading of the Mombasa –
Mariakani (A109) Highway, Lot 2: Kwa Jomvu – Mariakani Section (30.4 km)”
KeNHA
July 2015
8
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
5.07
The Tender closesonFriday, 21st August 2015, 1100hrsEast African Time, when
the applications will be opened in public at the KeNHA offices, at the address stated above.
Late submissions will be disqualified and not considered for evaluation.
5.08
All cost for a site visit, obtaining information/data and preparation/submission of the
prequalification document, meetings, negotiations, etc. in relation with the prequalification or
the subsequent proposal shall be borne by the consultants.
5.09
At any time, The Executing Agencymay clarify this invitation, either at its own initiative
or in response to written clarification requested by an interested consultant by email. Such
information shall be sent in writing by e-mail to all parties, which have informed the Executing
Agency about their participation.
5.10
It is envisaged to establish a short-list of not more than five prequalified consultants not
later than four weeks after the closing date and to invite technical and financial proposals from
these consultants.
6
EVALUATION
6.01
The evaluation procedure for the prequalification process will follow the ”Guidelines for
Assignment
of
Consultants
in
Financial
Co-operation
Projects“
(cp.
www.kfw-
entwicklungsbank.de), as amended and presented below.
6.02
Applicants will firstly be scrutinized, if the documents specified in Clause 5.01 (3) (i)-(v)
have been provided satisfactorily. Incomplete or largely insufficiently provided documentation
may lead to the exclusion from further evaluation.
6.03
Secondly, the financialcapacity of the firms/associations will be evaluated. Only
applicants, which have submitted the statements, as detailed in Clause 5.01 (3) (vi), and
satisfying the set conditions, will be evaluated further.
6.03
Thirdly, the evaluation criteria and their individual weights are presented in the
tableoverleaf will be used to complete the evaluation.
6.04
Following the evaluation, a short-list of the highest scoring applicants will be compiled.
Only those applicants will be selected who achieve at least 70% of the points to be allocated. If
more than five applicants achieve that total the five applicants with the highest number of
points will be selected. Short-listed firms will subsequently be invited to submit a technical and
financial proposal.
KeNHA
July 2015
9
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
Evaluation Criteria
Maximum
Score
1.
Relevant experienceof the firm (past 8 years)
(cp. Clause 5.01 (3) (vii), Annexure 4)
45
1.1
Experience in handling projects of similar size and nature, i.e. rural road projects
(max 10 projects, best 5 projects are scored)
25
1.2
Experience in developing countries (from the projects listed under 1.1)
10
1.3
Experience with workingconditions in KenyaandEast Africa(from the projects listed
under 1.1)
10
2.
Suitability of staff for this specific project (past 8 years)
55
2.1
Assessment of available technical expertise of KEY PERSONNEL, relevantfor this
project (cp. Clause 4.10; 5.01 (3) (viii), Annexure 5)
25
2.2
Assessment of the personnel structure with regard to the servicesto be performed
(additional personnel) (cp. Clause 4.11; 5.01 (3) (viii), Annexure 6)
10
2.3
Assessment of the key personnel in permanent employment and always available
to monitor the team and provide back-up services from the home office
(cp. Clause 4.12; 5.01 (3) (ix))
10
Form of the application documents: Complete, specific and project related
(cp. 5.04 and 5.05)
10
Total
100
2.4
6.05
The Executing Agency is under no obligation to shortlist any consultant who expresses
interest. Should the Tender be cancelled, the tenderers are not entitled to any compensation,
nor will any reasons be given for the cancellation.
6.06
The responsibility for the preparation, completeness and submission of the
prequalification documents on or before the closing date and time to the required addresses
lies solely with the applicant and no relief or consideration can be given for errors, omissions
or late submission.
6.07
After opening the prequalification documents until preparation of the short-list of the
qualified consultants, no communication of any type shall be entertained unless called for by
the Executing Agency.
The Director General
Kenya National Highways Authority
KeNHA
July 2015
10
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
ANNEXURES
KeNHA
Annexure 1
Letter of Intent
Annexure 2
Declaration of Undertaking
Annexure 3A
Financial Capabilities
Annexure 3B
Financial Capabilities: Joint Venture Summary
Annexure 4
Company Project Experience
Annexure 5
List of Key Staff
Annexure 6
List of Additional Staff
July 2015
11
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
COMPANY LETTER HEAD
Annexure 1
The Director General
Kenya National Highways Authority
Blue Shield Towers, Upper Hill, 1st Floor
P. O. Box 49712
NAIROBI, KENYA
Dear Sir,
Subject:
Regional Mombasa Port Road Access Project:
MOMBASA – MARIAKANI HIGHWAY PROJECT, LOT 2: KWA JOMVU – MARIAKANI
Pre-Qualification for Consulting Services forDesign Review, Tender Documentation,
Construction Supervisionand Contract Administration
Letter of Intent
Herewith, I ......................................................... (Name), as ...................................................... (Position)
of .......................................................................................... (Company), unequivocally state on behalf of
................................................................... (Company) and hereby being authorized to do so provide my
commitment to the delivery of the required outcomes for the above project for which part the said firm is
responsible as part of the professional team of ............................................................ (Lead Consultant).
I am committed to provide the resources and the time to complete the required activities and
deliverables for the duration of the project and will ensure achievement to milestones and delivery of the
products and reports, as required. If staff changes are to be made during the course of the project, this
shall be done only with prior approval and to the satisfaction of the Client.
Please do not hesitate to contact me should you require any further information.
....................................................
...........................
...............................................................
(Place)
(Date)
(Name of company)
...................................................
(Signature(s))
KeNHA
July 2015
12
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
COMPANY LETTER HEAD
Annexure 2
The Director General
Kenya National Highways Authority
Blue Shield Towers, Upper Hill, 1st Floor
P. O. Box 49712
NAIROBI, KENYA
Dear Sir,
Subject:
Regional Mombasa Port Road Access Project:
MOMBASA – MARIAKANI HIGHWAY PROJECT, LOT 2: KWA JOMVU – MARIAKANI
Pre-Qualification for Consulting Services for Design Review, Tender Documentation,
Construction Supervisionand Contract Administration
Declaration of Undertaking
We underscore the importance of a free, fair and competitive contracting procedure that precludes
abusive practices. In this respect we have neither offered nor granted directly or indirectly any
inadmissible advantages to any public servant or other person nor accepted such advantages in
connection with our bid, nor will we offer or grant or accept any such incentives or conditions in the
present tendering process or, in the event that we are awarded the contract, in the subsequent
execution of the contract. We also declare that no conflict of interest exists in the meaning of the kind
described in the ”Guidelines for Assignment of Consultants in Financial Co-operation Projects“.
We also underscore the importance of adhering to minimum social standards (core labour standards) in
the implementation of the project. We undertake to comply with the core labour standards ratified by the
Republic of Kenya.
We will inform our staff of their respective obligations and of their obligation to fulfil this declaration of
undertaking and to obey the laws of the Republic of Kenya.
We also declare that our company/all members of the consortium has/have not been included in the list
of sanctions of the United Nations, nor of the EU, nor of the German Government, nor in any other list of
sanctions and affirm that our company/all members of the consortium will immediately inform the Client
and KfW if this situation occurs at a later stage.
We acknowledge that, in the event that our company (or a member of the consortium) is added to a list
of sanctions that is legally binding on the Client and/or KfW, the Client shall be entitled to exclude us/the
consortium or, if the contract is awarded to our company/the consortium, to immediately cancel such
contract if the statements made in the Declaration of Undertaking were objectively false or the reason
for exclusion from the tender procedure occurs after the Declaration of Undertaking has been issued.
....................................................
(Place)
...........................
(Date)
...............................................................
(Name of company)
...................................................
(Signature(s))
KeNHA
July 2015
13
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
Financial Capabilities
Annexure 3A
The Applicant shall state in the tables below the value of the total assets, total liabilities and annual
turnover of the firm, and their proposed sources of financing for the cash flow demand of the Project (cp.
Clause 5.01 (3) (vi)). (Make copies of this page as required)
Name of Applicant or Partner of a Joint Venture
Separate Forms have to be filled by individual firms and each partner of a joint venture, as well as by
named sub-contractors. A certified copy of audited Balance Sheets and Financial Statements shall be
attached in the annexure.
Auditor Stamp
Name of Auditor
Address of Auditor
Telephone
Contact Name and Title
Fax
e-Mail
Summarized actual assets, liabilities and annual turnover in Euro(€) equivalent for the past three (3)
years.
Actual: Previous three (3) years
Financial Information in
Euro (€) equivalent
Year 1
Year 2
Year 3
1. Total Assets
2. Total Liabilities
3. Annual Turnover
Specify proposed sources of financing to meet the cash flow demand of the Project. An original letter
from the Bankers stating the available credit limit shall be attached in the annexure.
Source of Financing
Amount (Euro (€) equivalent)
1.
2.
3.
KeNHA
July 2015
14
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
___________________________________________________________________________________________
Financial Capabilities
Annexure 3B
Joint Venture Summary
Names of all Partners in a Joint Venture
1.
Lead Partner
2.
Partner
3.
Partner
4.
Partner
5.
Partner
6.
Partner
Total value of annual turnover, in terms of services billed to clients.
Annual Turnover Data (Construction only, Euro (€) equivalent), previous three (3) years
Partner
1.
Lead Partner
2.
Partner
3.
Partner
4.
Partner
5.
Partner
6.
Partner
Annexure
3A
Page No.
Year 1
Year 2
Year 3
TOTAL
KeNHA
July 2015
15
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
______________________________________________________________________________________________________________________________________________
Relevant Experience of the Firm
Annexure 4
Please complete a table using the format below to summarize the major relevant projects similar to this project carried out in the course of the past 8 years by the
legal entity or entities making this application. The number of references to be provided must not exceed 10.(Make copies of this page as required)
Name and Description of
Project
KeNHA
Location
Client Ref.
(Name, email,
Tel.) / Financier
Project
Value in
EUR
million
Service
Value in
EUR
million
Category of Services provided (Tick as
Role in the
No. and
applicable)
Project
Year
Project Name of Key (main co ns. / Description of the Project Investig.,
(Duration,
Feasibility
Design
Contract
Size / km
Staff
Services provided
lead co ns. /
Surveys,
Completion)
Admin &
provided partner / subSpecial
Tech Econ Prelim Detail Superv.
co ns. / etc.)
Services
July 2015
16
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
______________________________________________________________________________________________________________________________________________
List of Key Staff
Annexure 5
Please summarize the relevant experience of the proposed key staff together with a brief description of the most relevant projects carried out by the key staff
during the last 8 years (thenumber of projects to be provided must not exceed 5 for each expert).(Make copies of this page as required)
Proposed Position
Nam e and Description of
Project
KeNHA
Location
Name
Client Ref.
(Nam e, em ail,
Tel.) / Financier
Project
Value in
EUR
m illion
Education
Service
Value in
EUR
m illion
Year
(Duration,
Com pletion)
Project
Size / km
July 2015
Role in the
Project
Years
working as
permanent
staff
Description of the
Services provided
Years of
Professional
Experience
Years of
Experience
in proposed
Position
Years of
Regional
Experience
(East Africa)
Category of Services provided (Tick as
applicable)
Investig.,
Feasibility
Design
Contract
Surveys,
Adm in &
Special
Tech Econ Prelim Detail Superv.
Services
17
Pre-qualification for Consulting Services
Mombasa – Mariakani: Lot 2
______________________________________________________________________________________________________________________________________________
List of Additional Staff
Annexure 6
Please summarize the relevant experience of the proposed key staff together with a brief description of relevant projects carried out by the key staff during the
last 8 years (thenumber of projects to be provided must not exceed 5 for each expert). (Make copies of this page as required)
Proposed Position
Nam e and Description of
Project
KeNHA
Location
Name
Client Ref.
(Nam e, em ail,
Tel.) / Financier
Project
Value in
EUR
m illion
Education
Service
Value in
EUR
m illion
Year
(Duration,
Com pletion)
Project
Size / km
July 2015
Role in the
Project
Years
working as
permanent
staff
Description of the
Services provided
Years of
Professional
Experience
Years of
Experience
in proposed
Position
Years of
Regional
Experience
(East Africa)
Category of Services provided (Tick as
applicable)
Investig.,
Feasibility
Design
Contract
Surveys,
Adm in &
Special
Tech Econ Prelim Detail Superv.
Services
18
Download