Wednesday, December 16, 2009

Consultancy to review, and Amendments, to the NGO legal frame-work NGOs Co-Ordination Act No. 19 of 1990 NGOs Co-ordination Board

Background

The NGOs Co-ordination Board (hereinafter referred to as "the Board") is a State Corporation established under the NGOs Co-ordination Act and mandated to inter alia register, co-ordinate and facilitate the work of all national and international NGOs operating in Kenya.

The Board is in the process of undertaking a comprehensive review of the NGOs Co-ordination Act No. 19 of 1990 and the NGOs Co-ordination Regulations of 1992 as per the provisions of the Sessional Paper No. 1 Of 2006.

The Board therefore seeks services of an independent consultant to develop a framework and produce a Draft Bill.

Objective

The objective of the consultancy is to develop a robust legal and regulatory framework that will promote efficiency and effectiveness of the NGO Sector in Kenya.

The framework will facilitate and support the basis for participatory monitoring of the sector and ensure freedom of association, integrity and good governance, compliance, accountability and transparency.

The Board invites bids from eligible consultants to submit their proposal to carry out this assignment.

Interested consultants must have carried out similar assignments for other reputable organisations.

Request for Proposal documents (RFP) containing detailed Terms of Reference may be obtained from our offices, Co-operative Bank House; 15th Floor, during working hours, upon payment of a non-refundable fee of Kshs. 5,000.00 per set of RFP documents payable to the cashier on the same floor by Banker's Cheque addressed to NGOs Co-ordination Board.

The proposal must be supported by the following mandatory requirements:-

i) CVs of consultants) indicating background of relevant qualification, experience of handling similar consultancy services in the last 5 years and monetary values of such services,

ii) Copies of PIN and Valid Tax Compliance Certificates,

iii) Any other relevant information

Completed Request for proposal documents in plain sealed envelopes clearly marked "REQUEST FOR PROPOSAL FOR DRAFTING AMMENDMENTS TO THE NGO LEGAL FRAME-WORK i.e THE NGO's CO-ORDINATION ACT" Should be deposited in the tender box situated on the same floor and received on or before 11 th January, 2010, 3.00 p.m.

Request for proposal documents will be opened immediately thereafter in the presence of bidders who may wish to witness or their representatives.

Interested consultants should apply by sending their proposals to:

The Executive Director
NGOs Co-ordination Board
Co-Operative Bank House
15th Floor, Haile Selassie Avenue
P.O. Box 44617-00100, Nairobi
Tel: 020-2214813, 2213938
Email: info @ ngobureau.or.ke

Provision of Consultancy Services for Employee Satisfaction Survey: Kenya Power & Lighting Company Limited (KPLC)

Invitation to Tender

The Kenya Power & Lighting Company Limited (KPLC) invites tenders from interested local bidders for the supply of the following item and service:

Tender No: KPLC1/5AA/PT/02/2009

Description of Goods: Provision of Consultancy Services for Employee Satisfaction Survey

Tender - Sale Commencement Date: 18.12.2009
Tender Closing Date: 08.01.2010

The Tender Documents detailing the information may be obtained from the Office of the Chief Manager, Supplies, Stores & Transport, situated on 3rd Floor, Stima Plaza, Kolobot Road, Nairobi on normal working days from the above mentioned day between 9.30 a.m. to 12.30 p.m. and 2.00 p.m. to 4.30 p.m.

The Tender Documents will be issued upon payment of a non-refundable fee of KShs.3,000.00 or equivalent in US$. Payment should be made in Cash or by Banker's Cheque at Stima Plaza, 1st Floor, Costing Office.

Completed Tender Documents in plain sealed envelopes clearly marked with the "Tender No. and Tender Description" as more particularly described in the Tender Documents should be addressed and delivered to:

The Company Secretary
The Kenya Power & Lighting Co. Ltd.
Stima Plaza, Kolobot Road, Parklands
PO Box 30099 -00100
Nairobi. Kenya.

so as to be received not later than 10.00 a.m. on the tender closing date shown above.

Tenders will be opened immediately thereafter on the closing date shown above and Bidders or their representatives are yvelcome to witness the opening in the Stima Plaza Auditorium.

Save When responding to KPLC's request for a clarification, bidders shall not,contact or discuss any aspect of their tenders with KPLC after closing date before receipt of notification of award of tenders or letters of regret, as applicable.

Any such contact shall lead to disqualification of the tenders.

Chief Manager
The Kenya Power & Lighting Co. Ltd.
Supplies, Stores & Transport



Wednesday, September 23, 2009

National Social Security Fund Tender Notice

The National Social Security Fund invites sealed tenders from eligible and competent suppliers / contractors for provision of services/ works as specified in the tenders below.

No: 1
Tender No: NSSF Tender No. 07/2009-2010
Tender Description: Tender for the Pre-qualification of Travel Agency Services
Cost of tender document (Kshs) Non- refundable: Kshs 5,000.00
Closing Date and Time: 13th October 2009 at 11:00am local time

No: 2
Tender No: NSSF Tender No. 08/2009-2010
Tender Description: Tender for the Proposed Fitting of Vertical Blinds at NSSF Offices, Social Security House - Nairobi
Cost of tender document (Kshs) Non- refundable: Kshs 3,000.00
Closing Date and Time: 14th October 2009 at 11:00am local time

No: 3
Tender No: NSSF Tender No. 09/2009-2010
Tender Description: Tender for Provision of Comprehensive Maintenance Contract for Computer Hardware
Cost of tender document (Kshs) Non- refundable: Kshs. 5,000.00
Closing Date and Time: 12th October 2009 at 11:00am local time


Tender documents detailing the requirements may be obtained from Procurement Office, NSSF Building, Block A, Western Wing, 9th Floor, Room 905 along Bishops Road, Nairobi upon payment of the specified non-refundable fee for each tender payable to National Social Security Fund either in cash or bankers cheque at the Cash Office on Podium Floor, Room POOS, Western Wing, Block 'A' Social Security House - Nairobi

Tender documents shall be accompanied by the Mandatory / Statutory requirements as detailed in the respective tender documents for preliminary evaluation.

Interested bidders are therefore advised to inspect the respective tender documents and acquaint themselves with the stated mandatory and technical requirements.

Completed tender documents in plain sealed outer envelope enclosing separately sealed envelopes in ("Original" and "Copy") clearly marked Tender No. and Tender Description as per instructions in the tender documents and addressed to:-

The Managing Trustee
National Social Security Fund
P O Box 30599-00100
Nairobi

Should be deposited in the Tender Box on 2nd Floor Block A, Western Wing, Social Security House, Nairobi on or before the date stated against each tender.

Tenders will be opened immediately thereafter on 11th floor, Seminar Room, Social Security House, Block A, Western Wing - Nairobi in the presence of bidders or bidder representatives who chose to attend.

The NSSF reserves the right to accept or reject any application either in whole or in part without giving reasons for either rejection or acceptance.

Kenya Power & Lighting Company Limited (KPLC) Invitation to Tender: Supply, Installation & Commissioning of 150KVA Diesel Generator

The Kenya Power & Lighting Company Limited (KPLC) invites bids from interested firms as follows:

Tender No: KPLC2/7CB/JUJA/EP01/09
Description of Goods: Supply, Installation & Commissioning of 150KVA Diesel Generator at Juja Road Substation
Tender Closing Date: 12.10.09

The Tender Documents detailing the requirements may be obtained from the Office of the Chief Manager, Energy Transmission situated on the 2nd Floor, Stima Plaza, Kolobot Road, Nairobi, on normal working days from Tuesday 22nd September 2009 between 9.00 a.m. and 4.30 p.m. upon payment of a non-refundable fee of KShs.3,000.00 or equivalent in US Dollars.

Payment shall be made in Cash or by Banker's Cheque at Stima Plaza, Nairobi, 1st floor, Costing Office.

Completed Tender Documents in plain sealed envelopes, clearly marked with "Tender No. and Description" as more particularly described in the Tender Document should be addressed to:

The Company Secretary
The Kenya Power & Lighting Company Ltd.
Stima Plaza, 7th Floor, Kolobot Road, Parklands
PO Box 30099-00100
Nairobi, Kenya

so as to be received on or before 12th October 2009 at 10.00 a.m.

Tenders will be opened on the same day immediately thereafter in the Stima Plaza Auditorium,
Nairobi and tenderers or their representatives who wish to witness the opening are welcome to do so.

Save when responding to KPLC's request for clarification, bidders shall not contact or discuss any aspect of their tenders with KPLC after tender closing date before receipt of notification of award of tenders or letters of regret, as applicable. Any such contact shall lead to disqualification of the tenders

CHIEF MANAGER
The Kenya Power & Lighting Co. Ltd.
SUPPLIES, STORES & TRANSPORT

Ministry of Energy Tender Notice: Supply, Installation, Testing and Commissioning of 30 Solar Power Street Lights

Tender Ref No: MOE/ONT/11/2009-2010
Tender Name: Supply, Installation, Testing and Commissioning of 30 Solar Power Street Lights along Parliament Road and/or Harambee Avenue, Nairobi

The Ministry of Energy invites sealed tenders from eligible candidates for the Supply, Installation, Testing and Commissioning of 30 Solar Power Street Lights along Parliament Road and/or Harambee Avenue, Nairobi.

Interested eligible candidates may inspect the tender documents at the office of the Principal Procurement Officer, Nyayo House, 24th Floor Room 2 during normal working hours.

A complete tender document may be obtained by interested candidates from the Principal Procurement's Office, Ministry of Energy, Nyayo House, 24th Floor, Room 2 during normal working hours.

Upon payment of non-refundable fee of Kshs.5000/= (Kenya Shillings, five Thousand only) by cash or Bankers Cheque payable to the Permanent Secretary, Ministry of Energy.

Prices quoted should be net inclusive of all taxes and delivery costs, must be expressed in Kenya shillings and shall remain valid for a period of ninety (90) days from the closing date of the tender.

Tenderers MUST submit a proposed Works Programme, failure to which the tender will be non-responsible. Please note that the Contract period will be 12 weeks.

Completed tender documents are to be enclosed in plain sealed envelopes, marked with TENDER NO.MOE/ONT/ 11/2009-2010 and be addressed to:

PERMANENT SECRETARY
MINISTRY OF ENERGY
P O BOX 30582-00100 NAIROBI
TEL: 310112
www.energy.go.ke

or be deposited in the Tender Box situated on 24th Floor, Nyayo House so as to reach on or before 14th October, 2009 at 10.00 am.

Tenders will be opened immediately thereafter in the presence of the tenderers representatives who choose to attend the opening at (Nyayo House, 24th Floor).

M.M. KABURU (MRS)
PRINCIPAL PROCUREMENT OFFICER
FOR: PERMANENT SECRETARY

The Kerio Valley Development Authority (KVDA) Tender: To establish a cement factory in Ortum/Sebit area of West Pokot District, Kenya

The Kerio Valley Development Authority (KVDA) is a state corporation under the ministry of Regional Development Authorities and was established vide Cap 441 of the laws of Kenya in 1979 with a mandate to address socio-economic development in it's area of jurisdiction through sustainable utilization of basin-based natural resources such as river Waters, mineral deposits, etc as well as environmental conservation.

In pursuit of this mandate, KVDA intends to establish a Cement factory in Ortum/Sebit areas within West Pokot District of north Rift part of Kenya. The project is aimed at exploiting the Western Kenya (Nyanza, Western and Rift Valley provinces) market for cement that has not been fully developed to benefit the regions population which is 40% of the country's populace.

In addition to the local consumption, establishment of a cement factory in the region would readily boost foreign exchange through supply to the markets beyond the borders into Uganda, Sudan, Rwanda and Burundi amongst others.

The proposed project is well covered with key infrastructure that include communication facilities (railway point, bitumen-surfaced international trunk highway) a 33 kv power transmission and 220kv high-tension lines and perennial surface water.

The feasibility study of the project, undertaken in 1987 and reported in early 1990 confirmed the viability of the project and its social and economic advantages to the region. The study revealed a positive Rate of Return on the investment for an economic life of 35-50 years with an annual cement production capacity of 300,000 metric tones.

KVDA therefore invites prospective partners to express their interest in a joint investment venture with the Authority. The interested partners should:
  1. Demonstrate their capacity to marshal the required resources for this investment;
  2. Propose the type and capacity of the manufacturing plant to be used;
  3. Demonstrate their managerial capability including the expertise to implement and operate the manufacturing plant effectively and efficiently;
  4. Provide their Company's profile, reference cases where similar investment has been undertaken by the firm in the last 10 years and are currently in operation;
  5. Provide its Audited Accounts for the last five years or in case of a consortium the leading firm's.
  6. State, binding social dimensions that the firm's would be willing to offer to the local communities of the project area when undertaking the investment.
The firms should note in line with Government policy that 30% of the shares shall be reserved to the Government in this case represented by KVDA.

If your firm is interested, submit Expression of Interest document in a plain sealed envelope marked "Expression of Interest to establish a Cement factory in Ortum/Sebit area of West Pokot District" addressed to:

THE MANAGING DIRECTOR
KERIO VALLEY DEVELOPMENT AUTHORITY
KVDA PLAZA
P.O.BOX 2660
ELDORET.

TEL: +254-053 2063361-3;

Cell: 254 0722662495

E-mail: infor @ kvda.go.ke

To reach us on or before noon on 13th October 2009

Kenya Roads Board Request for Expression of Interest for Carrying out Internal Audit

Kenya Roads Board invites Expressions of Interest (EOI) from Financial Audit Firms for prequalification to present proposals for carrying out Internal Audits of the Boards operations.

Interested Firms should submit an EOI document with the following information/documents and in the format given below:-

1. Mandatory Requirements - Copy of tax compliance certificate from KRA, Copy of1 certificate of registration from registrar of companies, Copy of current practicing certificate from ICPAK or the relevant authorities, letter of intent to associate with another firm if applicable. Firms without these documents may not be evaluated.

2. Company profile of the firm which should include name, physical address, directors, age of the firm and market strength (attach the last two years copies of certified audited accounts).

3. Schedule of key professional and support staff who are suitable to carry out the assignment. The Schedule should indicate in a summarized tabular format, the following information; Name, age, education, professional qualifications, years of post graduate experience, years with the firm, brief description of experience and area(s) of specialization.

4. Dated and signed Curriculum Vitas of the proposed key professional staff for this assignment. The CV should not be more than three (3) pages long and should be signed either by the staff or the firm's authorized representative. Unsigned C.V's shall not be evaluated.

5. Equipment, vehicles, ICT equipments and other facilities that would be readily available for the assignment. Indicate whether they are owned or hired.

6. Project summary sheets of all projects undertaken by the firm in the last 10 years. The projects should be those that are relevant to this assignment. Show the client's name, contract amount, date of execution and the key personnel involved in the execution. Reference letters should also be attached.

7. List of Current engagements of the firm if any in the public sector in Kenya.

8. History of litigation

9. The criteria for short listing of consultants shall be based on Consultant's experience and past performance of similar assignments, personnel resources, equipment resources and facilities.

The Expressions of Interest should be addressed and submitted to:

Executive Director
Kenya Roads Board
3rd Floor, Kenya Re Towers, Off Ragati Road
PO Box 73718
NAIROBI-00200

Telephone: 254-2722865/6/8

Facsimile: 254-20-2723161

Email: roadsboard @ kroadsboard.go.ke

Or dropped at the Tender Box in Kenya Roads Board Offices, Kenya Re-Towers Off Ragati Road in the Upper Hill area so as to be received on or before 13th October, 2009 at 12:00 noon.

Applications will be opened immediately thereafter in the Boardroom of Kenya Roads Board offices and Consultants or their representatives who wish to attend are invited.

Kenya Roads Board reserves the right to accept or reject any or all Expressions of Interest without giving reasons thereof.

Dr. Francis N. Nyangaga, OGW
EXECUTIVE DIRECTOR
KENYA ROADS BOARD

Thika Water and Sewerage Company Tender Notice: Legal Services

Thika Water and Sewerage Company wishes to Prequalify Suppliers for legal services.

Interested suppliers should obtain bid documents from the Managing Director's office during normal working hours i.e. 8.00 a.m. - 5.00 p.m. upon payment of a non refundable fee of Kshs. 2000/= (Two Thousand Shillings) in cash on bankers cheque.

An official receipt MUST be obtained from the Cash Office and a copy attached to the document during submission.

Completed pre-qualification document in plain sealed envelops clearly marked Prequalification for Legal Services should be deposited in the tender box situated at the Company's Offices or sent by registered mail to:-

The Managing Director,
Thika Water and Sewerage Company Limited
P.OBox6103,
THIKA

Email: thikawater @ yahoo.com

To be received on or before 6th October, 2009 at 10.00 a.m. Late tenders will be rejected.

Opening of the applications will take place immediately thereafter in the presence of suppliers or their authorised agents who choose to attend.

Pre-qualification documents are not transferable.

Thika Water and Sewerage Company is not bound to accept either in whole or part and is not under obligation to give reasons thereof.

ENG. K. M. NJOROGE
AG. MANAGING DIRECTOR

Communications Commission of Kenya (CCK) Tender: Request for Proposals for Consultancy Services for a Study on ICT Access Gaps in Kenya

The Communications Commission of Kenya is the independent regulatory authority for the communications sector with responsibilities in telecommunications, radio communications, e-commerce, broadcasting and postal services in Kenya.

As part of its mandate, the Commission is required to ensure universal access to communications services in all parts of the country including rural and remote areas.

In order to carry out this mandate effectively, and efficiently, the Commission is inviting qualified consultancy firms to undertake a study meant to identify and document access gaps in the information and communications technologies sector, specifically gaps relating to voice, data/internet, broadband, postal and courier services in Kenya.

The key objective of the study is to establish the market efficiency and true access gaps with respect to the aforementioned ICT services. The identified gaps will form the basis on which estimates for the incentives required to stimulate investment in the high cost areas shall be derived.

The Study is expected to assist the Commission in developing and implementing effective and sustainable universal access programmes in rural and low income areas with a view to bridging the digital divide in the country.

CCK, therefore, invites interested firms to collect tender documents from the Procurement Unit at the Commission's offices, CCK Centre, Waiyaki Way, Nairobi, between 9.00 a.m and 4.00 p.m.

Firms may also download the documents from CCK website at the address, http://www.cck.go.ke/tenders.

Enquiries on issues pertaining to the tender may be channeled via accessgaps@cck.go.ke

Duly completed RFP documents, in a plain sealed envelope marked CCK/RFP/06/ 2009 - 2010 "Request for proposals for consultancy to undertake a Study on ICT Access Gaps in Kenya", should be mailed to the address below or deposited in the CCK tender box on the ground floor of the CCK Centre so as to reach the Commission not later than 19th October 2009 at 2.30 p.m.
The Secretary, Tender Committee,

Communications Commission of Kenya,
P.O. Box 14448, Nairobi 00800, Kenya
Tel: +254 20 4242000
Fax: +254204348335

E-mail: accessgaps @ cck.go.ke

www.cck.go.ke

Bids shall be opened soon thereafter at the Commission's 1st floor meeting room in the presence of the bidders representative(s) who choose to attend.

Coast Water Services Board Invitation to Tender: For Provision of Staff Medical Cover

Coast Water Services Board
Invitation to Tender

Tender No.CWSB/T/05/09-10: For Provision of Staff Medical Cover

The Coast Water Services Board invites sealed tenders from eligible candidates for the provision of staff medical cover.

Interested eligible candidates may obtain further information from and inspect the tender documents at Coast water services board, procurement office, Mikindani Street-off Nkrumah Rd, during normal working hours.

A complete tender document may be obtained by interested candidates upon payment of a non- refundable fee of Kshs.5000 in cash or bankers cheque payable to, The chief executive officer, Coast water services board.

Prices quoted should be net inclusive of all taxes and must be expressed in Kenya shillings and shall remain valid for a period of 90days from the closing date of the tender.

Completed tender documents are to be enclosed in plain sealed envelopes, marked with the tender number and be deposited in the tender box provided at Coast water services Board next to the CWSB Lab or be addressed and posted to:

The Chief Executive Officer
Coast Water Services Board
P.O. BOX 90417
Mombasa.

To be received on or before 13th October 2009 at 11:00 am

The bid shall be accompanied by a Bid Security of 2% of the bid price and be denominated in a Kenya Shillings or in another freely convertible currency and shall be in the form of a bank guarantee, Cash or Such insurance guarantee approved by the Authority.

Tenders will be opened immediately thereafter in the presence of the tenderers representatives who choose to attend the opening at Coast water services board Boardroom.

CHIEF EXECUTIVE OFFICER
COAST WATER SERVICES BOARD

Central Bank of Kenya (CBK) International Tender Notice

A. Tender No. CBK/10/2009-2010

The Central Bank of Kenya invites tenders for Manufacture, Supply, Installation, Testing and Commissioning of TWO Automatic Banknote Processing Machine at the Head Office, Nairobi.

B. Tender No. CBK/13/2009-2010

The Central Bank of Kenya invites tenders for Manufacture, Supply, Installation, Testing and Commissioning of ONE Automatic Banknote Processing Machine at the Mombasa Branch.

1. Complete Tender documents may be obtained from the Director, Department of Estates, Supplies & Transport, 5th floor, Central Bank of Kenya Head Office, Nairobi from Monday to Friday, between 9.00am and 1.00pm upon payment of a non-refundable fee of Shs 2,000/= for each document in Cash or Bankers cheque.

2. Tender documents duly completed in sealed envelopes clearly marked Tender No. CBK/10/2009-2010 AND/OR CBK/13/2009-2010 should be physically delivered by the tenderer or representative to the venue of the tender opening at the Presentation Room, 6th Floor, Central Bank of Kenya, Head Office, Nairobi. Late bids will not be accepted and will be returned unopened. All tenders must be accompanied by Bid Bond of 2% of the value of tender. Failure to attach the bid bond will lead to automatic rejection of the tender.

3. Tenders will be opened publicly on 21st October, 2009 at 12.00 Hours East African Time in
the Presentation Room, 6th Floor, Central Bank of Kenya, Head Office, and Nairobi, interested tenderers or their representatives may attend the tender opening ceremony.

4. Further information appertains to this tender may be obtained from the Office of the Director, Department of Estates, Supplies & Transport (Tel: +254 20 2861000/2860000 Fax: +254 20 2863497, +254 20 310604), Fifth Floor, Central Bank of Kenya, Haile Selassie Avenue Nairobi during working hours Monday to Friday.

5. Central Bank of Kenya reserves the right to accept or reject any tender in whole or in part and does not bind itself to accept the lowest or any tender.

6. Canvassing or lobbing for the award of the above tender directly or through a proxy shall lead to automatic disqualification of the tenderer.

C. J. NYANJWA
DIRECTOR,
DEPARTMENT OF ESTATES SUPPLIES & TRANSPORT

IFC Request for Expressions of Interest (Eol): Pre-Qualification for SME Toolkit Partner

Country: Kenya
Project: IFC SME TOOLKIT
Financing: IDA/IFC
Abstract: SME Toolkit Partner
Sector: SME Development
EOI Number: SSC/TOOLKIT-09
Deadline: October 2, 2009

IFC, the private sector arm of the World Bank Group, through its SME Solutions Center (SSC), supports sustainable development of SMEs in Kenya.

The SSC's range of products and services are clustered under four major pillars: Access to Finance, Access to Market Information, Advisory Services and support for an Enabling Business Environment.

The SME Toolkit, a product developed by IFC in 2002 leverages the Internet to avail SMEs in emerging markets with computer based training, best of breed online tools, and information to promote sustainable business management practices.

IFC's SME Toolkit currently operates 32 websites in 16 languages, and attracts more than 4 million visits annually. Expansion in emerging markets is on-going. Globally, IFC identifies and partners with organizations to position the SME Toolkit as the premier online resource for small and medium enterprises.

We achieve this by centrally sourcing high-quality, universally relevant content and supporting local partner-organizations to develop country-specific content and leverage the toolkit's portal management features to keep the site fresh and users engaged.

In all cases, the partner-organization has a strong association with and business focus on SME's.

IFC's SSC has undertaken localization of the content in the Kenyan version of the toolkit and is now seeking Expressions of Interest from suitably qualified organizations to partner with in managing the IFC SME Toolkit in Kenya.

The role of prospective partners includes:
  • Development and execution of a Content Management and Distribution Plan.
  • Regular updating of the local content in line with the content management plan.
  • Website management.
  • Delivery of Toolkit-based training workshops. Continuous marketing of the SME Toolkit site.
  • Participating in global SME Toolkit partner conferences.
Prospective partners will:
  • Be reputable organizations with the ability to reach a clearly defined local SME market.
  • Demonstrate commitment to proactively manage the local project by committing at least one full-time staff resource to manage it while dedicating resources for content management, marketing, and training on an on-going basis.
  • Demonstrate how their management of the site will substantially contribute to SME capacity building in the country.
  • Demonstrate how the SME Toolkit is in alignment with and will enhance the organizations own SME focussed activities.
  • Be willing and able to pay an implementation fee to cover, among other things, costs of training staff on the content management system, and offer training workshops. (The fee amount varies depending on the level of support required).
The process of implementation with a partner averages 1-3 months.

Interested and eligible entities are urged to view the SME Toolkit websites and specifically the Kenyan site at (http://kenya.smetoolkit.org) and submit only via email Expressions of Interest on or before October 2, 2009 addressed to sbutoyi @ ifc.org and detailing how the criteria listed above will be met.


Mastermind Tobacco (K) Ltd Tender Notice

Mastermind Tobacco (K) Ltd. invites sealed tenders from eligible interested parties for the purchase of various used company vehicles, motorcycles and tyres.

Tender documents detailing the requirements may be obtained from The Purchasing Department, Mastermind Tobacco (K) Ltd head office, Mombasa Road, Nairobi, during normal working hours between 8.30 a.m. and 4.30 p.m. upon payment of a non-refundable fee of Kshs 1,000.

Payment should be made in cash or by bankers cheque to the company cashier at the head office. Completed tender documents in plain sealed envelopes clearly marked "Tender No MOT/01/2007, Tender for Purchase of vehicles/motorcycles", more particularly described in the tender document which should be addressed to:-

THE CHAIRMAN TENDER COMMITTEE
MASTERMIND TOBACCO (K) LTD.
RO. BOX 68144-00200
NAIROBI

To be received on or before the 5th October 2009 by 4.00pm. Prospective tenderers are advised to view the said items at the Head Office Transport Yard or Motor Vehicle Workshop by arrangement. Call the Transport Administration Manager on 2798000,or 3542400.

The tender committee reserves the right to accept or reject any tender without giving any reason for its decision and is not bound to accept the highest or any tender.

Canvassing is strictly prohibited and may lead to disqualification.

Quick Tender Notice: Charity Events and HIV Awareness Campaign

TENDER NLCP /O6/2009 -2010

An international and local NGO invitation to tender for the supply of below items for the upcoming series of charity events and HIV awareness campaign in Nairobi, Mombasa Eldoret, Kisumu, Meru and Nakuru.

NLCP/01/09. T-shirts
NLCP/02/09. Banners, fliers and posters
NLCP/03/09. Keyholders, sunrisers
NLCP/04/09 Runner's numbering stickers
NLCP/05/09.Bandanas, wrist bands and handkerchiefs.
NLCP/06/09. Umbrellas and branding of caps and paper bags
NLCP/07/09. Calendars.
NLCP/08/09. Trophies
NLCP/09/09 Stationary.
NLCP/10/09. Events Advertising
NLCP/11/09. Tents and chairs
NLCP/12/09.Food sodas and snacks
NLCP/13/09. Bottled Mineral water.

The tender document maybe obtained @ kshs 1500 from Bubble International St. Ellis hse 2nd Fir opp Nairobi high court from 8am - 4pm. Tel 020 2524675/0721 558 269

Tender documents as numbered above should be dropped so as to be received not later than 26th of September at 10am addressed to the Procurement Board. Tender opening at Chester Hse thereafter in the presence of bidders or their representatives who wish to attend.

County Council of Maragua Annual Tenders for the Year 2009/2010

County hall, Nairobi Nyeri Highway
P.O BOX 145-01020
KENOL
Tel/Fax 020-2089518/2099022
Hotline 0726-585482
Email ccmaragua@localgovernment.go.ke

Annual Tenders for the Year 2009/2010

Tenders are invited for supply and delivery of various items as listed here below to the council for financial year 2009/2010 as and when required basis.
  1. Supply of office stationery
  2. Supply of office printing
  3. Supply of tyres, tubes and batteries
  4. Supply of petrol and other petroleum products
  5. Supply of staff uniforms and protective clothings
  6. Supply of computer stationery and accessories
  7. Supply of general stores and cleaning materials
  8. Provision of insurance services
  9. Supply of Business permits
  10. Provision of security services
  11. Pre-qualification of contractors for supply of quarry materials: sand, murram quarry waste, building stones e.t.c. within council's jurisdiction.
  12. Pre-qualification of tenders for Hardware materials.
  13. Pre-qualification of building works contractors (small works category), Road construction and maintenance.
  14. Mechanical services (vehicle repairs).
  15. Supply of a truck 7-10 tonnes engine capacity 8000 - 9000 CC with tipping mechanism.
  16. Pre-qualification for preparation of council's valuation roll
  17. Pre-qualification for provision of consultancy services in regard to annual baseline survey on customer satisfaction, staff satisfaction and work environment.
Requisite tender documents may be obtained from the County Councils Headquarters office at Kenol upon payment of a non-refundable fee of Kshs. 3,000 (three thousand shillings only). Prices quoted must include VAT and cost of delivery to the council headquarters offices at Kenol or to the divisional offices.

Tenders in plain sealed envelopes bearing words 'Annual Tender" followed by the item or items to which it relates may be deposited in the Tender Box at the County Hall kenol on or before Tuesday 8th October 2009 at 12.00 noon.

The council is not bound to accept the lowest or any tender or give reasons for rejection.

Further the council reserves the right to accept wholly or part thereof of any tender.

Tenderers wishing to witness the opening may do so at the above-mentioned offices a 112.00 noon on the closing date.

D.N. NGUGI
CLERK TO COUNCIL

Kenya Power & Lighting Company Limited (KPLC) Invitation to Tender: upply & Installation of Store Shelves

The Kenya Power & Lighting Company Limited (KPLC) invites tenders from interested Local Contractors and Suppliers for the following items:

Tender Reference: KPLC1/6D/PT/D/07/09
Item Description: Supply & Installation of Store Shelves for Habaswein, Merti, Elwak, Hola, Baragoi, Mandera, Marsabit, Wajir, Mpeketoni & Mfangano
Closing Date: 09.10.09

Tender Documents detailing the requirements may be obtained from the office of the Chief Engineer, Rural Electrification situated on the 2nd Floor, Stima Plaza, Kolobot Road, Nairobi, on normal working days from Thursday 17th September 2009 between 9.00 a.m. and 4.30 p.m.

Upon payment of a non-refundable fee of KShs.3,000.00 or equivalent in US Dollars. Payment shall be made in Cash or by Banker's cheque, at Stima Plaza, Nairobi, 1st Floor, Costing Office.

Completed Tender Documents in plain sealed envelopes clearly marked with the "Tender Reference and Item Description" as more particularly described in the Tender Document should be addressed to:

The Company Secretary
The Kenya Power & Lighting Co. Ltd.
Stima Plaza, Kolobot Road, Parklands
P O Box 30099 - 00100
Nairobi, Kenya.

and deposited in the Tender Box situated on the Ground Floor, Stima Plaza, Nairobi so as to be received on or before the closing date shown above at 10.00 a.m.

Tenders will be opened on the same day at 10.30 a.m. in the Stima Plaza Auditorium, Nairobi and tenderers or their representatives who wish to witness the opening are welcome to do so.

Save when responding to KPLC's request for a clarification, bidders shall not contact or discuss any aspect of their tenders with KPLC after tender closing date before receipt of notification of award of tenders or letters of regret, as applicable.

Any such contact shall lead to disqualification of the tenders.

The Kenya Power & Lighting Co. Ltd.
CHIEF MANAGER
SUPPLIES, STORES & TRANSPORT

Kenya Ports Authority International Tender Notice

Kenya Ports Authority invites sealed bids from Manufacturers who are technically and financially capable to participate in the following tenders:

No: 1
Tender No: KPA/041/2009-10/DY
Description: Supply and Commissioning of 1 No. New Mooring Boat
Tender Fee: Kes.5,000.00 USD 70
Bid Bond (USD): 20,000.00
Submission Deadline: 28/10/2009 1000HRS

No: 2
Tender No: KPA/ 042/2009-10/DY
Description: Supply and Commissioning of 1 No. New Pilot Cutter
Tender Fee: Kes.5,000.00 USD 70
Bid Bond (USD): 50,000.00
Submission Deadline: 28/10/2009 1000HRS

Interested eligible candidates may obtain further information from the office of the Procurement & Supplies Manager located on the 4th floor of office Block III Room No.BLK 3.4.7 at the Kenya Ports Authority Headquarters, Kipevu from MONDAY TO FRIDAY BETWEEN 0800 HOURS AND 1600 HOURS.

A complete set of tender documents may be obtained by interested candidates upon payment of non-refundable fees as tabulated above in cash or Bankers Cheque payable to Kenya Ports Authority.

Tenderers shall be required to submit Tender Securities as indicated against each tender above in the format provided in the tender document.

Tender documents marked with tender number and description must be received by the Authority at the address shown below not later than the date and time stated against each tender in plain sealed envelopes marked as follows:

"DO NOT OPEN BEFORE WEDNESDAY 28TH OCTOBER, 2009 AT 1000HOURS"

Addressed to:
THE SECRETARY
CORPORATION TENDER COMMITTEE
KENYA PORTS AUTHORITY
P.O. BOX 95246-80104
MOMBASA

Alternatively, completed tenders may be deposited at Tender Box No.7 located at the BUS TERMINUS, PORT MAIN GATE NO. 10, KILINDINI, (DOCKS) MOMBASA BEFORE 0900HRS ON DATE INDICATED AGAINST EACH TENDER. Opening of submissions will be conducted publicly immediately thereafter at the New Conference Room No.BLK 3.6.02 on 6th Floor of Finance Block III at the Kipevu Headquarters, Kenya Ports Authority, Mombasa and Tenderers or their representatives may attend.

Canvassing or lobbying for the Tenders by Tenderers or by proxy shall lead to automatic disqualification.

James M. Mulewa
MANAGING DIRECTOR

Kenyatta National Hospital Invitation to Tender

Kenyatta National Hospital wishes to invite sealed tender for the listed item below from eligible candidates.

No: 1
Tender No: KNH/T/47/2009-2010
Description: Supply & Delivery of Linen
Closing date: 8th October, 2009

No: 2
Tender No: KNH/T/48.2009-2010
Description: Supply, Installation,Testing and Commissioning of Automatic Water Booster Pumping Station
Closing date: 8th October, 2009

Interested eligible candidates may obtain further information and inspect the Tender documents at Supplies Department room No. 7.

A complete set of Tender Document may be obtained by interested candidates in person or by written application upon payment of a non- refundable fee of Kshs. 3000.00 in cash, money order or bankers cheque.

Tenderers should submit a two-envelope bid marked "ORIGINAL" and "COPY" respectively as specified in the tender documents.

Tenders must be accompanied by requisite Bank Bid bond (1%) in the format specified in the Tender document.

Completed tender documents must be returned as specified in the tender document and deposited in the tender box situated next to the Director's office and addressed to:

The Director
Kenyatta National Hospital
P.O Box 20723
Nairobi.

So as to reach on or before 8th October, 2009.

Prices quoted must be net (including duty and VAT where applicable) and should remain valid for a minimum period of 90 days from the closing date.

Tenders will be opened immediately after the closing time, in the committee room in the presence of candidate's representatives who choose to attend.

J.O Auma
FOR: DIRECTOR.

Kenya Electricity Generating Company Limited (KENGEN) Tender

The Company invites sealed tenders for the following items: -

Tender No: FUEL-002
Description: Tender for Provision of Fuel Station Services
Tender Document Fee (Kshs): Kshs.3,000.00
New Closing Date: 8th October 2009 2.00 p.m.

Tender No: HYD-040
Description: Tender for Supply of Lubricating Oil to KenGen Hydro Power Stations
Tender Document Fee (Kshs): Kshs.3,000.00
New Closing Date: 12th October 2009 10.00a.m.

Tender No: KIP-142
Description: Tender for the Supply of Lubricating Oil for Kipevu1 Diesel Plant
Tender Document Fee (Kshs): Kshs.3,000.00
New Closing Date: 12th October 2009 2.00 p.m.

Interested firms may obtain further information from the office of:

Supply Chain Manager
Tel: (254) (020) 3666000
Fax: (254) (020) 3666200
Email: pkimemia @ kengen.co.ke cc: ckiara @ kengen.co.ke

Where the tender document may be collected upon payment of a non-refundable fee of Kshs.3,000.00 paid in cash or through a bankers cheque at any KenGen office.

The document can also be viewed and downloaded from the website www.kengen.co.ke. and the payment evidence MUST be submitted with the tender document.

Bidders who download the tender document from the website will be required to pay a reduced fee of Kshs.2,000.00

Tenders accompanied by a security bond in the form and amount specified must be delivered in plain sealed envelope before the closing date to the following address: -

Company Secretary, Legal & Corporate Affairs Director
Kenya Electricity Generating Company Limited,
7th Floor, Stima Plaza Phase III,
Kolobot Road, Parklands,
P.O. Box47936,00100
NAIROBI.

Tenders will be opened soon after the closing time in the presence of the candidates' representatives who choose to attend at Stima Plaza Phase III, Executive Committee Room, 7th Floor.

SUPPLY CHAIN MANAGER

Thursday, September 17, 2009

Republic of Kenya Ministry of Labour Invitation to Tender: Proposed Occupational Safety and Health Institute Complex

Tenders are hereby invited for the following works and Contractors willing to bid for the listed works MUST be registered with Ministry of Public Works and fulfil the conditions and requirements as provided below.

Tender Number: NBI-D15/03/2009-2010

Proposed Occupational Safety and Health Institute Complex for the Directorate of Occupational Safety and Health Services (DOSHS) -PHASE 1
  • Must be in a registration Category "D" and above
  • Must pay non-refundable fee of Kenya Shilling Three Thousand (Kshs3,000.00) only
  • Provide a valid Bid Bond of Kenya Shillings One Million (Kshs 1, 000,000.00) only from a reputable Commercial Bank or approved Insurance Company.
  • Attach a valid tax compliance Certificate from Kenya Revenue Authority.
Interested Contractors who meet the above criteria (with proof of Registration) may obtain complete documents from the Provincial Work Office, Nairobi located along Machakos Road-Industrial Area in person or against a written application upon payment of the indicated non-refundable fee in form of cash at the Cash Office Room 324 Third Floor, Directorate of Safety and Health Services (Safety house) Commerciri Street .Industrial Area, Nairobi during normal working hours.

Duly completed tender documents, in plain sealed envelopes with the TENDER NUMBER AND TITLE OF THE WORKS clearly indicated on the envelope should be addressed to:-

The Permanent Secretary
Ministry of Labour
P O Box 40326
NAIROBI

And placed in the tender box located at the N.S.S.F Building, Block C, 7th Floor (Bishop Road) Nairobi or sent by post to reach the above address not later than 12.00 noon on 15th October, 2009. Soon after the stated closing time, submitted tenders will be opened in the presence of tenderers or the representatives willing to attend at the NSSF building Block C Boardroom. Late bids will not be accepted.

All bids must remain valid for at least One Hundred Twenty (120) days from closing/opening date.

The Government reserves the right to reject any/all tenders without giving reasons therefore and does not bind itself to accept the lowest or any tender.

Director, DOSHS
For: Permanent Secretary
MINISTRY OF LABOUR

Republic of Kenya The Judiciary Tender Notice: Provision of Security Services

The Judiciary invites bids from interested Security firms for the provision of security services to its installations as follows:-

Tender No. JUD/4/2009-11: Provision of Security Services (period from 1st January, 2010 to 31st January 2011)

Tender Documents with detailed information and specifications may be obtained from the Procurement Section on Second Floor, Room 105, High Court Building from 17th September, 2009 upon payment of a non- refundable fee of Kshs.5,000/- per set to the Cashier in Room 91 in cash or Banker's cheque payable to the Registrar, High Court of Kenya.

Complete bid documents in plain sealed envelopes marked "Tender No. JUD/4/2009 - 11 for the Provision of Security Services" MUST be accompanied with a Bid Security of Kshs.200,000/= in the form of a Banker's Guarantee or a Banker's cheque payable to the Registrar, High Court of Kenya and should be addressed to

The Registrar,
High Court of Kenya,
P.O. Box 30041,
NAIROBI.

and be deposited in the Tender Box at the Main Gate of the High Court building Gate No.1 on, or before 7th October, 2009 at 10.00 a.m.

Please note that bids submitted late will not be accepted.

Tenders will be opened immediately thereafter at the Board Room in the presence of Tenderers or their representatives who wish to witness the opening process.

The Judiciary reserves the right to accept any tender either in part or wholly and is not bound to give any reason(s) for its action(s).

L. A. ACHODE (MRS)
REGISTRAR, HIGH COURT

Institute of Certified Public Accountants (ICPAK) Expression of Interest: Project Management Services

Expressions of Interest are hereby invited for provision of Project Management Services on the proposed construction of ICPAK Secretariat Office Block at the CPA Centre, Ruaraka.

The project is presently at a formative stage and the required consultancy will include liasing with the statutory authorities, advising on the appointment of various professionals, participating in development of the brief, and overseeing the design, documentation, construction, fit out and occupation phases.

If your firm is available and interested in this assignment please forward an Expression of Interest to the undersigned on or before Thursday 24th September, 2009, together with a detailed Company profile containing;

Details of the firm including ownership status, organizational structure, and the number
of years in practice,
  • General experience with particular reference to similar projects,
  • Current commissions and likely completion dates Any other relevant information.
Please note that ho proposals are required at this stage.

The above information shall be used solely to demonstrate capability.

Qualifying firms with expertise and experience in the Construction Industry will be shortlisted and invited to give detailed Technical and Financial proposals for further consideration.

Interested eligible candidates may submit the Expression of interest to;

The CEO, ICPAK
P.O. Box 59963-00200,
CPA Center, Ruaraka , Thika Road.
Nairobi, Kenya

Drop in box No.164, Revlon Professional Plaza, 2nd floor Biashara Street / Tubman road, Nairobi

Email: icpak @ icpak.com 020-8562011/0727531006/0733856262

Nairobi CBD Ground Floor Shop Space Expression of Interest

A multinational company requires Ground floor shop space measuring 2000sqft or thereabouts - preferably within the following locations in Nairobi's CBD:
  • Tom Mboya Street
  • Moi Avenue
  • Kimathi Street
  • Kenyatta Avenue
  • Mama Ngina Street
Interested Property Managing agents, owners or tenants willing to surrender their leases, to contact John on 0733 331142 on or before 25th September 2009.

Invitation for Expression of Interest for Architectural Services

The Advertiser, a large housing Cooperative Society which is committed to providing quality affordable houses to its members wishes to construct a housing estate at a site within Mavoko Municipality, Machakos district.

They wish to engage the services of an Architectural firm to design and supervise the project.

Scope of Architectural Services

Interested Architectural firms having requisite qualifications and experience are hereby invited to express their interest in providing the consultancy services.

The successful firm shall be appointed as the overall Lead Consultant in a consortium comprising of all experts required in the design and implementation of the project who will be separately appointed by the Client.

Consultants will be selected on the basis of the firm's general and specific experience; qualification and experience of the firm's key personnel and organization strength.

The expression of interest document should demonstrate the consultant's experience in similar tasks.

Interested firms MUST provide all information below indicating their professional capability to undertake the consultancy.
  • Provide company profile. Legal Status, and professional registration documents for the Partners/Senior staff.
  • Details of the Firm's relevant experience in executing works of similar nature and magnitude including at least three completed/Ongoing housing projects of not less than KShs. 200 million undertaken by the firm as Lead Consultants in the last Ten (10) years.
  • Letters of reference for satisfactorily completed projects for the last ten (10) years for at least 3 three projects.
  • Details of firm's ownership/Directorship and Citizenship and Physical Location of the Firm's offices
  • Certified copies of the following documents:
  1. Certificate of registration for the firm
  2. 2009 Trade Licence
  3. Registration by the Board of Architects and Quantity Surveyors
  4. PIN, VAT and a valid Tax Compliance Certificate
  5. Professional Indemnity and the institution providing it
  • Audited accounts for the last 3 years
  • Litigation History
The expression of interest applications will be opened (opening only - not submission) on 30th September 2009 at noon at the offices of NACHU Ltd, Kiambere Rd off Upper Hill road.

Those who had earlier made the application for expression of interest need to re-apply with only a one paragraph note confirming that they have already made their expression of interest.

You should be prepared to substantiate the claimed experience by providing contractual or other evidence as proof if so requested by the Client any time prior to, or if shortlisted, during contract negations.

Expression of interest documents should be prepared in English and should be submitted in a plain sealed envelope marked "Expression of Interest for provision of Architectural Services" addressed to:

DN/A 339
P.O Box 49010-00100,
Nairobi

so as to reach forwarding address on or before 5pm. on 29th September 2009.

Wednesday, August 26, 2009

Kenya Wildlife Service (KWS) Tyres Supply Tender Notice

1. Kenya Wildlife Service (KWS) invites tenders for Supply of Tyres:-TENDER NO. KWS/HQS/FM/09/2009-2010.

2. Interested and eligible bidders may obtain further information and inspect the tender documents from the offices of the Head of Supply Chain Management, Kenya Wildlife Service Headquarters, between 9.00am and 4.00pm from Monday to Friday.

3. A complete set of tender documents may be obtained from the Procurement Office, Kenya Wildlife Service, headquarters, Nairobi, during normal working hours, upon payment of a non-refundable fee of Ksh.2,000.00 at the cash office, in cash or bankers' cheque addressed to the Director, Kenya Wildlife Service.

4. Tenders must be accompanied by a bid security in form of a bank guarantee, or an insurance company guarantee, for an amount of Kshs 50,000.00 or equivalent issued in a freely convertible currency. Bids must remain valid for a period of ninety (90) days from the date of tender opening.

5. Completed tenders in plain sealed envelopes clearly marked with "Tender Reference Number and Tender Name" should be addressed to the Director, Kenya Wildlife Service, PO Box 40241-00100, Nairobi and deposited into the Tender Box situated at the entrance of Simba Court (KWS HQS) so as to be received on or before 12 noon on 15th
September 2009.

6. Tender opening will take place immediately thereafter in the presence of bidders, or their representatives, who wish to attend.

HEAD OF SUPPLY CHAIN MANAGEMENT

Payment Services Provider (PSP) Invitation for prequalification

Republic of Kenya

Ministry of Gender, Children and Social Development

Department of Children's Services

Specific Procurement Notice

Invitation for prequalification

Payment Services Provider (PSP)

This invitation for prequalification follows the general procurement notice for this project that appeared in the Development Business No. WB1203-748 of 17 March, 2009 on-line and in the market.

The Republic of Kenya has received a credit from the International Development Association (IDA) toward the cost of the expansion of the Cash Transfer for Orphans and Vulnerable Children (CT-OVC) Program, and intends to apply part of the proceeds towards payments under the contract for a Payment Services Provider (PSP) function to deliver cash transfers to the beneficiary households.

The Department of Children Services within the Ministry of Gender, Children and Social Development intends to prequalify firms/ institutions for the PSP function.

The CT-OVC Program has been underway for the last four years, first with a pre-pilot and then with a pilot program. The overall objective of the CT-OVC Program is to "provide a social protection system through regular and predictable cash transfers to households living with O VC in order to encourage fostering and retention of OVC within their families and communities and to promote their human capital development".

The Program is presently being expanded and, by latest end of 2009, the Program is expected to be delivering cash transfers to a total of about 70,000 OVC households in 47 districts and to reach around 100,000 households by 2012. Payments to beneficiary households are to be made once every two months; each with cash transfers of K.Shs, 3,000 per household.

In the seven pilot districts payments are currently being made through the Postal Corporation of Kenya (PCK) and in the 40 expanded districts payments are being made through the district treasury.

Efficiency of service delivery in a cash transfer program depends highly on the payment mechanism used to bring the cash to targeted households. In the light of lessons learned so far from the Program, it has been decided to phase out the use of the district treasury for the provision of payments.

For this reason, a payment services provider will be selected competitively to provide cash payments for all 47 program districts (with a gradual scale-up). The payment services provider contract aims to strengthen the program capacity to deliver the benefits in an effective, efficient and transparent way, including building social accountability mechanisms.

It is expected that the invitations for bid will be made in early November, 2009
Prequalification will be conducted through the procedures as specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, (May 2004, revised October 1, 2006) and is open to all bidders from eligible source countries as defined in the Guidelines.

Interested eligible bidders may obtain further information from, and inspect the prequalification documents, at the Department of Children Services at the address below during office hours, Monday-Friday 0900 - 1700 hours.

A complete set of prequalification documents in the English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of Ksh.5,000/- or the equivalent in a freely convertible currency.

The method of payment will be banker's cheque in favour of Permanent Secretary, Ministry of Gender, Children and Social Development. Upon request, the document may be sent by courier service at the recipient's expense.

Applications for prequalification should be submitted in sealed and clearly marked envelopes and delivered to the address below not later than 1430hours on October 1st, 2009.

The Employer reserves the right to accept or reject late applications.

Department of Children Services
Attn: Grace Kimani, Procurement Officer
Ministry of Gender, Children and Social Development
Jogoo House "A"
Harambee Avenue
P.O.Box 46205-00100
Nairobi
Kenya

Tel: +254 20 222 8411 ext. 30040
Fax: +254 20 310574 or 224 8827
E-mail: ctovckenya @ gmail.com
Web site: www.gender.go.ke

Kenya Wildlife Service (KWS) Invitation to Tender

Kenya Wildlife Service (KWS) invites tenders for:

1) Supply of Compo Ration Items:- Tender No. KWS/HQS/ QM/05/2009-2010

2) Supply of Uniform, Clothing and Uniform Items:- KWS/ HQS/QM/08/2009-2010

Interested and eligible bidders may obtain further information and inspect the tender documents from the offices of the Head of Supply Chain Management, KWS Headquarters, between 9.00am and 4.00pm on Monday to Friday.

A complete set of tender documents may be obtained from the Procurement Office, KWS headquarters, Nairobi, during normal working hours, upon payment of a non-refundable fee of Ksh.3,000.00 at the cash office, in cash or bankers' cheque addressed to the Director, Kenya Wildlife Service.

Tenders must be accompanied by a bid security in form of a bank guarantee, or an insurance company guarantee, for an amount of Kshs 50,000.00 or equivalent issued in a freely convertible currency. Bids must remain valid for a period of ninety (90) days from the date of tender opening.

Completed tenders in plain sealed envelopes clearly marked with "Tender Reference Number and Tender Name" should be addressed to the Director, Kenya Wildlife Service, PO Box 40241-00100, Nairobi and deposited into the tender Box situated at the entrance of Simba Court (KWS HQS) so as to be received on or before 12 noon on 15th September 2009.

Tender Opening will take place immediately thereafter in the presence of bidders, or their representatives, who wish to attend.

HEAD OF SUPPLY CHAIN MANAGEMENT

Mumias Sugar Company Tender Advertisement

Mumias Sugar Company invites tenders from interested manufacturers or appointed agents for the supply of the items below:-

No: 1
Description: Boiler Water Chemicals/Water Flocculants/Juice Flocculants.
Value: 5,000.00

No: 2
Description: Calcium Hypochlorite/Caustic Soda/ Sulphur
Value: 5,000.00

No: 3
Description: Lime ( Calcium Hydroxide)
Value: 5,000.00

Tender documents may be obtained from MUMIAS SUGAR COMPANY- Main Office (Mumias) or at our Nairobi Office, Real Insurance House Hospital Road, Nairobi Tel. No. 020 2712317/8 on payment of a non-refundable fee of Ksh. 5,000/= per tender document payable by Bankers cheque or to be deposited in our Account No. 226 680 396 KCB Mumias Branch.

These forms may be collected during normal working hours. Complete Tender Documents in plain sealed envelopes, clearly marked "Tender for either 1,2,3 or all and addressed to: -

The Company Secretary
Mumias Sugar Company Ltd.
Private Bag Mumias - Kenya

Should be deposited in the Tender Box situated in our offices in Mumias to reach not later than Friday 28th August 2009 at 10.00 am.

Mumias Sugar Company reserves the right to accept or reject any application either wholly or in part and does not bind itself to give reasons for either rejection or acceptance.

Canvassing will lead to automatic disqualification.

Request for Proposal Developing a Strategic Plan for the Kenya Power & Lighting Co. Ltd. Training School

The Kenya Power & Lighting Company Limited intends to engage a consultant to develop a strategic plan which will enable the company use the school to achieve its objectives in the immediate and long term future.

Suitable consultancy firms are therefore, invited to submit a Proposal for Development of a Strategic Plan for The Kenya Power & Lighting Company Limited Training School as follows:

Tender No: KPLC1 /5BC-1C/RFP/SP/TS/01 /09
Job Description: Request for Proposal for Development of a Strategic Plan.
Closing Date: 21.09.09

Selection will be done through short listing of consultants who will have fulfilled all conditions as in the Request for Proposal Document.

Details on the terms of reference, evaluation criteria and format for submitting the bids are contained in the Request for Proposal Document to be obtained from the Human Resources Development Manager's Office, 5th Floor, Stima Plaza on normal working days from 19th August 2009 between 9.00 a.m. to 3.00 p.m. upon payment of a non-refundable fee of KShs.2,000/=.

Payment shall be made in Cash or Banker's cheque at Stima Plaza, Nairobi, 1st Floor, Costing Office. Those who had paid for the previous Tender (No. KPLC1/5BC-1C/RFP/SP/TS/01/08) will not be required to pay on presentation of the obtained receipt as proof of purchase of the earlier document.

The proposal in plain sealed envelopes to be submitted as detailed under clause 1.5 and clearly marked "REQUEST FOR PROPOSAL: DEVELOPING A STRATEGIC PLAN FOR KPLC TRAINING SCHOOL" and addressed to:

The Company Secretary
The Kenya Power & Lighting Co. Ltd.
Stima Plaza, Kolobot Road, Parklands
P O Box 30099 - 00100
Nairobi, Kenya

should be deposited inside the Tender Box at Stima Plaza, Ground Floor not later than 10.00 a.m. on 21" September, 2009. Proposals will be opened immediately thereafter on the same day in the Stima Plaza Auditorium, Nairobi.

The Kenya Power & Lighting Co. Ltd.
Consultants or their representatives are welcome to attend.
CHIEF MANAGER
SUPPLIES, STORES & TRANSPORT

Tender for Supply, Installation and Commissioning of a Stand By - Generator

Tender No: KTTI 017/2009/2010

Scope of work: The work shall include, supply of and installation of a 100KVA stand-by generator, automatic failure control panel and associated cabling. The control room is 20m from the proposed installation site.

Tender documents may be collected upon payment of a non refundable fee of Ksh. 2000.OO. The bid bond for the tenderer is Ksh. 20,000.00.

Duly completed tender documents in plain sealed envelopes marked 'TENDER' with TENDER NO. and bearing no indication of identity of tenderer shall be addressed to:

THE SECRETARY, BOARD OF GOVERNORS,
KAIBOI T.T.I
P.O BOX 937 - 30100,
ELDORET.

and placed in the tender box situated at the entrance of the administration block or sent by post so as to reach the above address not later than 11/09/2009 AT 10:00 A.M.
Submitted tender documents shall be opened soon after the above stated date and time in the institute Board room.

Prices must remain valid for a period of ninety days from the opening date of tenders.
The institute reserves the right to reject any tender without giving reasons for rejection and does not bind itself to accept the lowest or any tender.

CHAIRMAN
PROCUREMENT COMMITTEE

Kenya Tea Development Agency Limited Tender for Provision of Property Management Service

Kenya Tea Development Agency Limited invites tenders from eligible and qualified Consultants for the provision of property management services for its properties.
Interested eligible tenderers may obtain further information from and inspect the tender documents at the Procurement Office located at KTDA Farmers Building, Moi Avenue, during normal office working hours.

A compete set of tender documents may be obtained by interested tenderers upon payment of a non-refundable tender processing fee of Kshs 5,000 in cash or bankers cheque payable to Kenya Tea Development Agency Ltd at the Cash Office situated on the 5th floor of KTDA Farmers Building.

Prices quoted exclusive VAT, must be in Kenya Shillings and shall remain valid for 90 days from the closing date of this tender.

Completed tender documents in plain sealed envelopes, clearly marked "TENDER FOR PROVISION OF PROPERTY MANAGEMENT SERVICES" and addressed to:

The Managing Director
Kenya Tea Development Agency Limited
KTDA Farmers Building
Moi Avenue
P.O. Box 30213 - 00100
NAIROBI

should be deposited in the tender Box at the reception on ground floor of KTDA Farmers Building, Moi Avenue so as to be received on or before 15th September 2009 at 10.00 a.m.

The tenders will be opened immediately thereafter in the presence of the tenderers representatives who choose to attend at the Board Room.

KTDA is not bound to accept the lowest or any tender or to give reasons thereof.

S.M. MIENCHA
HEAD OFPROCUREMENT

Horticultural Crops Development Authority Tender Notice: Tender for Supply and Implementation of Enterprise Resource Planning (ERP) System

Horticultural Crops Development Authority (HCDA) is a State Corporation established under the Agriculture Act Cap 318 mandated to promote, develop coordinate and facilitate production and marketing of horticultural products that meet customer driven needs at competitive costs through appropriate policies and technologies, and enhance socio-economic sustainability.

HCDA wishes to procure and implement Enterprise Resource Planning (ERP) System as part of its on-going adoption of modern technology, office automation and use of ICT in the provision of services to the stakeholders in the horticulture sub-sector.

Reputable vendors of internationally recognized ERP Systems with local support are invited to bid for supply and implementation of the system.

Tender documents in Soft or Hard Copy may be collected from the Procurement Office Ground Floor - NHC Building (HCDA HEADQUARTERS) Off North Airport Road, Opposite Jomo Kenyatta International Airport (JKIA) between 9.00am and 4.00pm from Monday to Friday, upon payment of a non-refundable fee of Kshs.5, 000/= to the Cashier's office.
The dully-filled tender documents in plain sealed envelope marked HCDA Tender No. HCDA/T/01/09-10 must be accompanied by a bid security deposit in the form and amount specified in the tender documents, and be deposited in the Tender Box at the HCDA Reception on or before 11th September 2009 at noon and thereafter opening in the presence of bidders or their representatives who choose to attend.

HCDA reserves the right to accept or reject any application, either wholly or in part and is not bound to give any reasons for either rejection or acceptance for the same.

The tender document should be addressed:

The Managing Director,
HORTICULTURAL CROPS DEVELOPMENT AUTHORITY
P.O. Box 42601-00100,
NAIROBI.

Geothermal Development Company Limited (GDC) Invitation to Tender

Geothermal Development Company Ltd
22nd Floor, Nyayo House, Kenyatta Av.
P.O. Box 100746-00100, Nairobi, Kenya
Tel: (254) 20 310112, (254) 20 2214164

Invitation to Tender

Geothermal Development Company Limited (GDC) invites sealed tenders from suppliers for:

(a) Drilling Materials (Rock bits, Casings and Casing Accessories) - GDC/09/002

(b) Scientific Equipment (TEM and MT) - GDC/09/003

(c) Vehicles (4x4 Field Vehicles) - GDC/09/004

(d) 10" and 8" Victaulic grooved steel water pipes and accessories - GDC/09/005

The tender proposals shall be submitted as per the specifications and conditions outlined in the tender document.

Interested and eligible tenderers can obtain further information and purchase the tender document at the following address: -

The General Manager,
Geothermal Development Company Ltd (GDC)
22nd Floor, Room 2217, Nyayo House
Tel: (254) 20 310112, (254) 20 2214164
P.O Box 100746-00100
Nairobi, Kenya

The tender document may be obtained in electronic (PDF) format by interested firms upon payment of non-refundable fee of KSh 3,000 or an equivalent.

The tender document can also be issued through e-mail to the bidders who will have expressed interest upon payment of the fee.

Only bidders who will have paid the fee will qualify for tender evaluation.

Tenders must be accompanied by a Tender Security in the form and amount specified in the tender document, and must be delivered on or before 24th September 2009 at 1400Hrs Tenders will be opened at 1500Mrs in the presence of the tenderers' representatives who choose to attend on the date and time at Board Room, 23rd Floor, Nyayo House, Nairobi, Kenya.

Dr. Silas M. Simiyu
General Manager

Tuesday, August 18, 2009

Mumias sugar company ( MSC) Expression of Interest For the Design, Manufacture, Installation and Commissioning of both the Bagasse Baler and Shredder

Expression of Interest

For the Design, Manufacture, Installation and Commissioning of Both the Bagasse Baler and Shredder

Mumias sugar company ( MSC) limited the leading sugar manufacturer in Kenya, has
commissioned a bagasse based Cogeneration plant comprising of high pressure boiler of
84 bar and Turbo generator with a power output capacity of 34 MW.

In that regard, MSC is seeking an Expression of interest from competent firms for the design, manufacture, installation and commissioning of the bagasse baler and shredder.


Interested companies are expected to submit their Technical proposal which should include, although not limited to the following:-
  • Your company profile and registration
  • Proposed methodology
  • Information on the nature of your business
  • Capabilities and your capacity to undertake subsequent contract
  • Experience in executing similar jobs
  • Money quantum of similar jobs carried out and year stated and completed
  • Your audited financial statement for the last 5 years
Your proposal should not involve any financial bid at this stage.

If your company is capable of carrying out the above job, please do furnish us with all the information required above.

The response should be submitted in a plain sealed envelope clearly marked "Expression of Interest for Bagasse baler and shredder.' and addressed to

The company secretary,
Mumias Sugar Company Ltd,
P.O. Private Bag MUMIAS.

To be received not later than 4.00p.m, Friday 28th.August.2009

Kenya Agricultural Research Institute (KARI)/USAID Supported Programs Nutrimix Production Joint Venture Request for Expression of Interest

Ref: KARI/HQTS/009/09-10

Kenya Agricultural Research Institute with financial support from the US Agency for International Development (USAID) and collaborative efforts of peasant farmers from M bee re and Makueni implemented activities leading to the construction of Nutribusiness factories, both at Masongaleni location in Makueni and at Kiritiri Mbeere.

Records had indicated that malnutrition (hidden hunger) affects 1 every 3 people world wide and was caused by imbalanced diet and lack of vitamins and essential minerals. The USAID supported Nutribusiness Project was conceived to utilize available agricultural products at the two sites in semi-arid areas to:

Identify locally grown agricultural produce that can be used to address imbalanced diet through value addition.
  • Formulate Nutrimixes that could be used as weaning foods and for elderly people. Spur agricultural productivity of those agricultural products in the surrounding areas.
  • Formulate Nutrimixes and mass produce them for sale to nearby and major towns.
Mamix a formulation from Mbeere consists of Sorghum flour, Sweet potato tubers flour Cowpea grains flour, Amaranthus leaves flour, Sweet Potato leaves flour and Finger millet grains flour while Nimix formulation from Makueni production unit consists of Cassava, Sorghum, Cowpea leaves, Pigeon pea grains, Pearl Millet and Sweet potato leaves flours.

Members at these units have undergone training in nutrimix production and elementary book keeping, as well as basic handling and maintenance of equipment supplied to the production units.

KARI/USAID Programs Coordination Office intends to identify an entrepreneur to work with the farmers to produce the nutrimix and other products at the two sites.

Briefly the scope of the work would include, but not limited to the following:
  • In collaboration with the farmer groups work out a marketing strategy of the products (value products to be produced, raw materials reliability costs of production and pricing, markets for products, sales).
  • In collaboration with the farmer groups go into large scale production of the nutrimixes or diversify to other products.
Interested private entrepreneurs are invited to write to the undersigned to express their interest and indicate:
  • Proven record of successful business venture
  • Successful experience as a prime entrepreneur, partner in a joint venture, over the past five years Investment/cost share contribution to the joint venture
  • Legal status of the firm (attach supporting documents)
  • Availability of competent professional team to manage the assignment
Completed Expression of Interest documents in plain sealed envelopes clearly marked "EXPRESSION OF INTEREST: NUTRIBUSINESS JOINT VENTURE" must be delivered to the address above on or before 2nd September, 2009 at 12.00 p.m. and be deposited in the Tender Box located at the main entrance of KARI Headquarters building.

For bulky documents that cannot go through the slot of the Tender Box, they should be delivered to Room 151 on the ground floor of KARI Headquarters Building Western Wing.

The bids will be opened immediately thereafter in the presence of candidates' Representatives who choose to attend at 12.00 p.m. 2nd September, 2009 at KARI Headquarters Main Conference Hall. Late applications will be rejected.

DIRECTOR,
KARI

Arid Lands Resource Management Project II Request for Expression of Interest Consultancy on Annual Environmental Audit

Republic of Kenya
Office of the Prime Minister

Ministry of State for the Development of Northern Kenya and Other Arid Lands

Arid Lands Resource Management Project II

Request for Expression of Interest
Consultancy on Annual Environmental Audit

The Government of Kenya has received a credit from the International Development Association towards the cost of Arid Lands Resource Management Project Phase Two (ALRMPII) and intends to apply part of the proceeds of this credit to payments under the contracts for procurement of consultancy services.

The Permanent Secretary, Ministry of State for the Development of Northern Kenya and other Arid Lands is desirous of engaging a consultancy firm to undertake the task for Arid Lands Resource Management Project II.

The Project which is based in 28 ASAL districts of Kenya works through four (4) components namely:-
  • Natural Resource Management,
  • Drought Management,
  • Community-Driven Development and
  • Support to Local Development.
The objectives of the Project are to reduce livelihood vulnerability, enhance food security and improve basic services delivery in 28 drought prone arid and semi arid districts in Kenya.

Objective of the Assignment
  • To review the performance of the ALRMP II in integrating natural resources and environmental management and mitigation measures into the operation of the Project, and make practical recommendation for improving performance.
  • To ensure and record compliance monitoring based oh developed screening checklist, environmental management and monitoring plans
  • To identify cumulative effects resulting from various sectoral activities implemented
  • To provide learning lessons for continuous performance improvement in planning, implementing and monitoring multi-sectoral activities in the ASALs
The Permanent Secretary, Ministry of State for the Development of Northern Kenya and other Arid Lands now invites eligible consultants to indicate their interest in providing these services.

Interested consultancy firms shall provide information indicating their profiles, qualifications, capabilities and details of past experience, especially in areas of their expertise (brochures, descriptions of similar assignment, experience in similar assignment, experience in similar conditions, availability of skills among staff etc.) which will enable the office to shortlist suitable firms.

The Arid Lands Resource Management Project II will prepare the shortlist of firms to whom the Requests for Proposals (RFP) will later be distributed. Consultants will be selected in accordance with the procedures set out in the World Bank Guidelines "Selection and Employment of Consultants by the World Bank Borrowers" dated May 2004, as revised in October 2006.

Completed Expression of Interest documents in plain sealed envelopes clearly marked "Arid Lands Resource Management Project: Expression of Interest: Consultancy on Annual Environmental Audit for ALRMP II" must be delivered to the address below on or before 3rd September 2009.10.00 am.

Arid Lands Resource Management Project II
P.O. Box 53547-00200
NAIROBI
KICC 13th Floor
Tel: 020-2227496/2227627, Fax: 020-2227982
Email Address: alrmphq @ africaonline.co.ke

National Project Coordinator
FOR: PERMANENT SECRETARY

The Inter-University Council for East Africa Tender For The Lake Victoria Research Initiative (VICRES)

PROCUREMENT REFERENCE No IUCEA/FIN/20/6

1.0 BACKGROUND

1.1 The Inter-University Council for East Africa (IUCEA) is a regional intergovernmental organization and an institution of the East African Community (EAC). IUCEA coordinates inter-university cooperation, facilitates development of member universities and promotes quality of higher education in the region.

1.2 IUCEA is implementing the Lake Victoria Research Initiative (VicRes) - a regional research granting programme involving universities, research institutes and research related firms in the five Partner States.

The programme's core activity is to fund research in the East African region as part of the Lake Victoria Development Programme (LVDP), which focuses on environmental restoration, sustainable management and utilization of natural resources, and improvement of the livelihoods of people in the Lake Victoria Basin (LVB).

1.3 IUCEA has secured financial support from the Swedish International Development Agency (Sida) to implement VicRes Phase 3 for the period January 2009 to December 2012. IUCEA has allocated funds and intends to apply part of the proceeds of these funds to procure the above consultancy services.

1.4 IUCEA now invites suitably qualified individuals, teams or firms to submit their applications for provision of consultancy services captioned above and described hereunder.

2.0 SCOPE AND DESCRIPTION OF THE CONSULTANCY SERVICES

The Consultant's assignment will be to carry out, back-to-back, a Research Audit and prepare a Strategic Plan for VicRes.

2.1.1 Purpose and scope of the Research Audit

The consultant is expected to:
  • Present a comprehensive overview of other research initiatives in the Lake Victoria and East Africa region (bilateral, regional and international) that are of relevance to VicRes.
  • Discuss the focus and comparative advantages of each research initiative, draw conclusions and
  • Present alternative scenarios on the future of VicRes in terms of:
  1. Scientific focus on few but larger projects with medium to large scale funding.
  2. Prospects for product development through partnership with the private/business sector and how to address intellectual property rights issues.
  3. Scientific structure (number of research clusters).
  4. Regional/transboundary/shared resources.
2.1.2 The VicRes strategic plan

The consultant is expected to prepare a draft strategic plan for VicRes for the period 2010 to 2015 including the Vision, Mission, Objectives, results-based log-frame with outputs, impacts/outcomes, indicators (qualitative and quantitative) by:

1) Carrying out an overview of the position of VicRes research and its linkages with national, regional and global development agenda.

2) Carrying out an overview of the strategic plans of the IUCEA, East African Community (EAC), New Partnership for Africa's Development (NEPAD), the African Union (AU), the National Councils/Commissions for Science and Technology of the Partner States, and National Development Plans/Poverty Reduction Strategies of the Partners States and the possible links between them and VicRes.

The draft Strategic Plan is expected to address the following:

i) Gender and regional balance if the scientific quality of VicRes is increased i.e. there may be a need for special support to Burundi and Rwanda whose participation is still very low.

ii) Product development from research findings.

iii) Communication and dissemination of research outputs to aid decision malting and development planning in the region,

iv) Resource mobilization, expansion of the resource base and sustainability of VicRes.

v) Linkage with other research initiatives in the Lake Victoria basin and East Africa region, particularly with the Lake Victoria Basin Commission (LVBC).

vi) Partnership and networking with government, policy makers, business/private sector and other institutions and organs of the East Africa Community.

3.0 CONSULTANCY IMPLEMENTATION TIME FRAME

The consultancy shall take place between 1st September and 31st December 2009 and will commence soon after signing the Contract in three parts as follows:

Part 1: Preparation of a draft Research Audit Report and draft Strategic Plan (4 weeks: 20 mandays). The draft should be ready by 15th Oct 2009.

Part 2: Presentation of draft Research Audit Report and draft Strategic Plan at the stakeholders' Result-Based Management Workshop for discussion and stakeholders' inputs (3 mandays)

Part 3: Submission of revised and final Research Audit Report and Strategic Plan (2 weeks: 10 mandays).

3.2 Total number of mandays: 33.

4.0 CONSULTANT(S) QUALIFICATION/CONSULTANCY FIRM'S PROFILE

The consultant (individual, consortium or firm) should have the following qualifications, experience and skills:

4.1 Education: Masters degree and preferably PhD in Natural Sciences; training in or familiarity with Strategic Planning and Result-Based Management.

4-2 Experience: Several years of working experience in research programme management/research councils; Demonstrated experience and high capability and ability to undertake research planning, monitoring and evaluation.

4.3 Skills and attributes: Excellent communication and inter-personal skills; Excellent analytical, evaluation and report-writing skills; Computer literate -especially in use of MS Office programmes; Good spoken and written English.

5.0 REQUIREMENTS AND APPLICATION PROCEDURE

5.1 Relevant to Section 4 above, hard copies of the curriculum vitae (CVs) of consultant (s) and profile of firm(s) interested in providing the consultancy services should be delivered together with the application for expression of interest in sealed envelopes and clearly marked "Expression of Interest for Consultancy Services - VicRes Research Audit and Strategic Plan" to the address given below. Enquiries can be sent to the e-mail addresses shown.

5.2 Eligible individuals, teams or firms may obtain further information at the address given below between 9:00 a.m. and 5:00 p.m. on working days or down load from the IUCEA website www.iucea.org.

5.3 The application should reach the undersigned not later than 11:00 a.m. local time (8 Hours GMT) on 28th August 2009. Late submissions will be rejected.

5.4 Only shortlisted applicants will be invited to prepare and submit full Technical and Financial proposals. No correspondences will be entertained after the short listing of eligible consultants.

The Executive Secretary
The Inter-University Council for East Africa
EADB Building, 3rd Floor, Plot 4 Nile Avenue
P.O. Box 7110 Kampala, Uganda
Tel: +256-414-256521/2, Fax: +256-414-342007
E-mail: info @ iucea.org, exsec @ iucea.org,
copied to: j.obua @ vicres.net, jobua09 @ gmail.com