Publication date: 15th December, 2016 Country: Executing Agency: KENYA NATIONAL HIGHWAYS AUTHORITY Name of Project: MULTINATIONAL – KENYA: KAPCHORWA – SUAM – KITALE & ELDORET TOWN BYPASS ROADS PROJECT: LOT 1: CONSTRUCTION OF ELDORET TOWN BYPASS Loan/Grant Number: 2000200001052-AfDB, 2100150037300-ADF Name of Tender: LOT 1:- CONSTRUCTION OF ELDORET TOWN BYPASS Lot Number & Name (If different from Tender): N/A Procurement mode: INTERNATIONAL COMPETITIVE BIDDING Domestic preference (Yes or No): No Regional preference (Yes or No): No Borrower’s Tender Number: KeNHA/ 1473/2016 Date of receipt by the Bank of the draft Tender document: 26th August, 2016 Date of approval by the Bank of the Tender Document: 30th November, 2016

Tender issuing date: 15th December, 2016 Closing date of the Tender: 23rd March, 2017 Date of Tender opening: 23rd March, 2017 Date of receipt by the Bank of the Tender evaluation report: 25th April, 2017

Date of approval by the Bank of the Tender evaluation: 8th June, 2017 Name of the winning Bidder: Company Ltd Nationality: China/Kenya Address: Nyangumi Road, Wu Yi office, P.O Box 49282-00100, Nairobi. Tel: 254715418108. Email:[email protected]

Contract Award Price: 5,079,517,696.13

Contract Start date: TBN Contract Duration: 42 Months Summary of Scope of Contract Awarded: Construction of 32Km road, construction of 3No. interchanges, construction of 150m long bridge across Lemook swamp and construction of 2No. Lorry parking yards. Total Number of Bidders: 23

Page 1 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted Jiangxi Transportation Engineering Contrary to the provision of Section Group Corporation. III: Evaluation and Qualification 1426. Ganjiang Middle Avenue, Criteria sub clause 2.6 and Section Jiangxi Honggutan New District, IV: Bidding Forms, the bidder only Transportation Nanchang City, Jiangxi Province, P.R.C filled FORM EQU but did not 7,863,885,925.00 7,823,311,700.20 Rejected Engineering China Tel: +254 0797 678 559 demonstrated ownership of the key

Group Email: [email protected] equipment required. The committee Corporation was therefore not able to verify the bidder’s capacity to provide adequate equipment for the assignment

P. O Box 33900, Dubai, UAE The bidder did not provide Tel: +971 50 107 2560. Breakdown of Unit prices as per Email: [email protected] provisions of Section IV: Bidding Forms Al Naboolah Rejected In Form PER 1 the bidder provided Contracting UAE 8,289,692,428.00 8,244,065,750.85 for a Mr. Mohammad RehmanAbdul Company Ltd as Site Engineer/ Drainage and Structures, however, in Form PER 2, the CV provided for the corresponding position is that of a Mr.Anil Kumar Vidyadhram. 4 Beifengwo, Haidian District, Beijing, Bidder did not provide evidence of China Civil China. Engineering Rejected access to line of credit in accordance China Tel: +86 10 51848254/ +84-10- 6,104,651,282.42 6,203,553,447.92 with Section III: Evaluation and Construction 63265613. Corporation Qualification Criteria sub-factor [email protected] 2.3.3 (Form FIN-3.3).

Page 2 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted

No. 76 Nanlian Road Whereas the bidder acknowledged Nanchang Jiangxi China. receipt of Addendum No. 1, the bidder did not take into account Bill Zhongmei First Gate of Mtito Andie Rd, off Lenana China/ Rejected of Quantities amendments issued via Engineering Rd Kilimani, 6,010,045,363.53 5,992,264,079.51 Kenya the said Addendum and did not attach Group Ltd P.O Box 104507-00101, Nairobi appendix to bill item 1.24. The Tel: 0707 950 405 bidder’s BoQ was therefore Email: [email protected] considered incomplete.

P.O Box 28066, Kitwe . Whereas the bidder has filled in Form Tel: 097854920. FIN-3.2, he has not provided the Email: [email protected] amount in US$ equivalent as per Section III: Evaluation and Qualification sub-factor 2.3.2(Average Annual Turnover) and Zambian Section IV (Bidding Forms). Nonferous Metals Rejected In accordance with Section III: Zambia 7,303,181,728.00 6,566,928,784.79 Exploration & Evaluation and Qualification Criteria Construction sub-factor 2.3.3 (Form FIN-3.3), the Co. Ltd Bidder did not provide evidence of access to line of credit Contrary to provisions of Section III: Evaluation and Qualification Criteria (Form CCC – Current Contract Commitments/Works in Progress) sub-factor 2.3.3, the bidder did not

Page 3 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted provide Form CCC. The bidder did not provide table of Adjustment data (Table A for local currency, B for foreign currency & Alternate A/B for summary of payment currencies of the Bidding Forms). The bidder’s Letter of bid was not on the letter head as per instructions on Letter of Bid in Section IV of the Bid document. In his letter of Bid, the bidder deleted “in accordance with ITB 4.2” in sub- clause (i) and replaced modified sub- clause (k) by replacing “ineligible by the bank” with “ineligible with ZPPA”. In accordance with ITB 12, in view of the aforementioned omission and alteration, the committee considered Letter of bid to have been modified by the bidder The bidder’s bid documents were not signed by the holder of power of attorney as per ITB 20.2.

Page 4 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted P. O Box 3049-00100 The bidder in his letter of bid 1st Floor of K-rep Centre, wood Avenue, acknowledged receipt of Addendum China State Nairobi Construction No. 1, however, the bidder did not China/ Tel: 0704532909, 0706424372. Rejected Engineering 5,551,471,216.00 5,545,551,207.74 take into account Bill of Quantities Kenya Email: amendments issued via the said Corporation [email protected] Ltd Addendum and did not attach appendix to Bill Item 1.24.

Prabhatam, 1st Parklands Avenue, The bidder did not provide Form P. O Box 10748-00100, CON-2 as provided for Section III: Nairobi. Evaluation and Qualification Criteria Tel: +254 (020) 2658134, 2658135 sub-factor 2.2.3 (Pending Litigation) Email: [email protected] and section IV (Bidding Forms). The committee therefore was not able to confirm status of the bidder’s Parbat Siyani litigation. Construction Ltd in JV with Rejected Whereas the bidder acknowledged Kenya 9,353,547,626.00 9,353,547,626.00 Elite receipt of Addendum No. 1, the Earthmovers bidder did not take into account Bill Ltd of Quantities amendments issued via the said Addendum and did not attach appendix to bill item 1.24. The bidder’s BoQ was therefore considered incomplete. Contrary to provisions of sub-factor 2.5 of Section III of the Evaluation and Qualification Criteria

Page 5 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted (Personnel) and section IV (Bidding Forms), the bidder did not provide Form PER-1 and PER-2.Credentials of proposed personnel provided were not in the prescribed format. The Bidder did not provide evidence of access to line of credit in accordance with Section III: Evaluation and Qualification Criteria sub-factor 2.3.3 (Form FIN-3.3). Instead, the bidder provided a letter from a Bank dated 2014. The committee considered the letter not current and unrelated to the tender/project. In accordance with provisions of Section III: Evaluation and Qualification Criteria (Form CCC – Current Contract Commitments/Works in Progress) sub-factor 2.3.3, the bidder did not provide Form CCC. The Bidder did not provide Form EXP 2.4.1 and Form EXP 2.4.2. The information provided on General and Specific experience were not in the prescribed format as per provisions of sub-factor 2.4.1 and 2.4.2 of

Page 6 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted Section III of the Evaluation and Qualification Criteria (Personnel) and section IV (Bidding Forms) of the bidding document. The Bidder did not provide Form EQU for all the equipment. The provided list was not in the prescribed format as given in section IV (Bidding Forms) of the bidding document No. 219, Huanghe Road, Xigang, China Dalian District, International Dalian City, China Economic & China 6,719,608,542.60 6,931,578,478.95 Accepted Technical Neptune 3, Nine Planets Aprtment, Cooperative Kabarnet Road off Ngong Road, Nairobi. Group Co. Ltd Tel: 0711196666 Email: [email protected] 8th Caballero Andante St. Contrary to the provision of Section Tel: +34 91 449 3000. III: Evaluation and Qualification Email: [email protected] Criteria sub clause 2.6 and Section Corsan- IV: Bidding Forms, the bidder only Corviam- 8,202,383,000.00 8,115,783,682.73 Rejected filled Form EQU (except for Concrete Spain Construccion mixer truck, Bitumen Boiler and S.A Compressor) but did not provide evidence of ownership of most of the key equipment required. The committee was therefore not able to verify the bidder’s capacity to provide

Page 7 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted adequate equipment for the assignment.

330, Jinwu Road, Jinan City, Shandong Contrary to the provision of Section Province, PRC III: Evaluation and Qualification Tel: +254 737766082, +8615066670921 Criteria sub clause 2.6 and Section Email: [email protected] IV: Bidding Forms, the bidder only filled Form EQU but did not provide Rejected Shandong 7,955,754,121.85 7,955,754,121.85 evidence of ownership of most of the China Liqiao Group key equipment required. The

committee was therefore not able to verify the bidder’s capacity to provide adequate equipment for the assignment.

MCC Legal Address: In accordance with provisions of MCC Tower, No.28, Shuguangxili, Section III: Evaluation and Chaoyanyang District, Beijing, P.R.C. Qualification Criteria (Personnel) sub-factor 2.5 and section IV Email: [email protected], MCC (Bidding Forms), the bidder did not [email protected] International provide Form PER-1 and PER-2. China 8,809,548,241.10 8,809,548,241.10 Rejected in JV with Credentials of proposed personnel Legal Address - (UNIK). Unik provided were not in the prescribed Plot 61747, G/west Industrial, Gaborone, format. Botswana. Tel: 0086-10-59869303, 00267-3924965, 00267-3923001 Email: [email protected],

Page 8 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted [email protected] Nyangumi Road, Wu Yi office, China Wu Yi China/ P.O Box 49282-00100, Nairobi. 4,998,700,351.13 5,079,517,696.13 Accepted Company Ltd Kenya Tel: 254715418108. Email: [email protected] Avenida Eng Duarte Pacheco, The bidder did not sign or initial the 1835, Ermesinde, pages of the document where entries Portugal had been made as per ITB 20.2. The Tel: +351 229 773 920, +351 229 748 committee was therefore not able to 668 confirm ownership of the bid entries. Email: [email protected] The committee also considered that Conduril – allowing this bidder to proceed to Engenharia Portugal 7,796,749,441.95 7,782,850,104.84 Rejected Technical and Financial evaluation S.A would pose a challenge with evaluation of criteria no.1.2 and 1.3 as per ITB 29.1. (Correction of errors and conversion to single currency) in the event the bidder fails to own up the errors in his bid.

No. 3 Dennis Pritt Town Houses, Dennis China Guansu The bidder’s Letter of bid was not on International Pritt Road, Kilimani, Nairobi, Kenya. the letter head as per instructions on Corporation Tel: 0712635489 Letter of Bid in Section IV of the Bid China/ for Economic Email: [email protected] 6,158,806,690.50 6,129,824,924.25 Rejected document. Kenya & Technical The bidder did not provide the Power Corporation of Attorney in accordance with ITB Co. Ltd 20.2. In the absence of Power of

Page 9 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted Attorney, the committee could not confirm if the person who signed the Bid document had the authority to do so. The Bidder did not provide evidence of access to line of credit in accordance with Section III: Evaluation and Qualification Criteria sub-factor 2.3.3 (Form FIN-3.3). The bidder did not sign or initial the pages of the document where entries had been made as per ITB 20.2. The committee was therefore not able to confirm ownership of the bid entries.

No.178, The bidder has filled Form EQU but Guanganmenwai Street, has not provided evidence of Xicheng District Beijing ownership of Crusher, Asphalt Concrete Paver, Concrete Batching China 3rd Floor, Block A, Unit 2, Western Plant, Bulldozer, Bitumen Boiler,

Machinery China/ Heights, Karuna Road, Nairobi, Kenya Mechanical Broom, Compressor, 6,809,896,801.13 6,809,896,801.13 Rejected Engineering Kenya Tel: 0792759946. Concrete Mixer truck as prescribed in

Corporation Email: [email protected] Section III: Evaluation and Qualification Criteria sub clause 2.6 and Section IV: Bidding Forms. Bidder’s proposed Asphalt Manager has no experience in road works as

Page 10 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted specified in clause 2.5 of Section III: Evaluation and Qualification Criteria. The proposed staff only has experience on water projects Contrary to provisions of Section III: Evaluation and Qualification Criteria sub clause 2.4.2 (Specific Experience) and Section IV: Bidding Forms (Form EXP-2.4.2(b)), the bidder has not provided specific information required on capacity to handle project of similar scope/complexity, methods/technology. The committee was unable to ascertain bidder’s capacity and experience to handle works under the project.

J & K Investment (K) Ltd. The bidder’s Letter of Bid letter head Wundanyi Road, Off Lungalunga Road, China was not in the name of JV (China Industrial Area Harzone Industry Corp Ltd. in JV Harzone Email: [email protected] Industry with J&K Investment (K) Ltd), but Industry Corp 6,676,207,446.38 Rejected instead in the letter head of one (1) China 6,677,615,215.13 Ltd in JV JV partner, J&K Investment (K) Ltd J&K The bidder did not provide BoQ Investments Summary page. The bidder’s BoQ Ltd was therefore considered incomplete. The bidder in his letter of bid

Page 11 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted acknowledged receipt of the Addendum No. 1 extending bid submission deadline, however, the bidder provided a Bid Security in the form of Bank Guarantee expiring on the 23rd July, 2017 contrary to the requirement of 17th August, 2017 (28 days after the expiry of the bid). The bid guarantee was therefore considered invalid.

No.5 Yangguang Street, Jiangxia Sinopec Economy District, Wuhan, Hubai- International 430223, China China/ 6,141,731,929.56 6,141,743,726.76 Petroleum Accepted Kenya Service P. O Box 64782 – 00620, Nairobi, Kenya Corporation Tel: 0722 544 497, +86-27-87970446 Email: [email protected] Plot 330-771 Gitanga Road, Nairobi, The bidder’s Letter of bid was not on China Jiangxi Kenya. the letter head as per instructions on China/ Rejected International Tel: 0733 388 131 8,495,241,616.76 8,473,930,966.76 Letter of Bid in Section IV of the Bid Kenya Kenya Ltd [email protected] document.

No.2, Rongyuan Road, Huayuan Whereas the bidder filled in Form Industrial Zone, Tainjin China. Stecol China/ EQU for the equipment, he did not Post code 300384 5,558,830,526.00 5,558,830,526.00 Rejected Corporation Kenya provide evidence of ownership for the same. The bidder has only provided P. O Box 21802- 00505,

Page 12 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted Ngong Road, Nairobi letters with list of equipment owned Kenya by STECOL Tianjin Int. Trading Co. Tel: 0701 742 618, 020 266 71 77 Ltd and Tianjin Eng. Co. Email: [email protected] Ltd. The committee considered the letters as not proof of ownership.

No. 23 Zaoshan Road Guiyan City, Guizhou Province, China China Railway No. 5 Apartment A8, Arwings Court, Argwings China/ Engineering Kodhek Road, 7,201,672,884.97 7,197,662,946.22 Accepted Kenya Group P. O Box 46532-00100, Nairobi Company Ltd. Tel: 0731 0291 66, 0786 610 387. Email: [email protected], [email protected] China New Building No. 26 Era Group Ping Anli West Street, Xicheng District Corporation in Beijing China JV with China/ 6,644,065,969.00 6,599,145,818.30 Accepted Zheijang Kenya P. O Box 26754 – 00504, Muchumbi Bayong Road, Nairobi Highway Eng. Email: [email protected] Co. Ltd Tel: 0720 698 189 Summerbreeze Residence, Argwings The bidder’s Letter of bid was not on Jiangsu Kodhek Road, Nairobi, Kenya the letter head as per instructions on Provisional China/ Tel: 0792565558, 6,518,865,521.00 6,533,516,550.49 Rejected Letter of Bid in Section IV of the Bid Construction Kenya Email: [email protected] document. Group Co. Ltd

Page 13 of 14

Bid Reasons for Rejection Bid Price as Evaluated Price Name Nationality Address and City/State or Province Rejected Read-out (Kshs) (Kshs) Accepted Bachstrasse 56, SBI CH-8200, Schaffhausen International Switzerland 7,840,566,951.05 7,854,660,951.05 Accepted Tel (41) 52 6320820 Holdings AG Email: [email protected]

Page 14 of 14