Thursday, April 16, 2009

National Environment Management Authority (NEMA) Tender Notice

Invitation to Tender for the Supply of Solar-Powered LED-Based Household Lighting Kits

Ref: NEMA/CDEMP/CBF/TENDER/SUPP.06

The National Environment Management Authority (NEMA) intends to award, with financial assistance from the Community Development for Environmental Management Programme of the European Communities (9 ACP KE 006), a Supply Contract for the supply of 720 solar-powered LED-based lighting kits for distribution among selected low-income households in Nyanza Province.

Each kit to include two LED-lamps, one mobile phone charger, one solar panel, one battery, charge controller and wiring, with the whole designed for easy "plug-and-play" assembly.

Tender Dossiers detailing the exact technical and other specifications required are available during working hours from the office of the Director of Environmental Planning and Research (Room F6, 1st Floor), NEMA Headquarters, Popo Road, off Mombasa Road, Nairobi (opposite Belle-Vue drive-in cinema). Dossiers are available free of charge, but all bids will have to be supported by a Tender Guarantee for KSh 100,000.

IMPORTANT NOTE ON ORIGIN: Goods originating in Asia or the Americas can only be offered if they have been landed in Kenya before the tender deadline. Otherwise the Rules of Origin normally applicable to EC-funded procurements will apply, namely that the goods offered must originate in an EU or ACP country.

The deadline for submission of Tenders is at 4.00 pm on Monday 18 May 2009.

Ministry of Public Health & Sanitation Tender Notice

Rehabilitation and Upgrading of Dispensaries and Health Centers in Tharaka District

1. This Specific Procurement Notice follows the General Procurement Notice that appeared in Development Business Issue No. 680 dated 16th June, 2006.

2. The Government of Kenya has received a loan from the African Development Bank in various currencies and a loan from OPEC towards the cost of Rural Health Project III. It is intended that part of the proceeds of these loan will be applied to eligible payments under the contract for Rehabilitation and Upgrading of Dispensaries and Health Centres in the Project Districts. Bidding is Open to eligible member countries as defined in the ADB's Rules of Procedure for the Procurement of Goods and Works.

3. Ministry of Public Health & Sanitation through the PMU, Rural Health Project III, and now invites sealed bids from eligible bidders to quote for Rehabilitation and Upgrading of Dispensaries and Health Centers, Rural Health Project III in Tharaka District for:-

KEN/RHP lll/NCB/CWKS/16/08/09
Nkondi Dispensary, Kamanyeki Dispensary, Tunyai Dispensary, Kanyuru
Dispensary, Kathangacini Dispensary and Ciakariga Health Centre.

4. Bidding documents may be obtained from the Project Manager's Office, Afya House, Ministry of Public Health and Sanitation, ADB Block, upon payment to the Cashier Ministry of Public Health and Sanitation, Afya House, Room 218 for a non refundable fee of Kenya Shillings Five Thousand (Ksh 5,000.00) only, or its equivalent in a freely-convertible currency. Interested bidders may obtain further information and inspect bidding documents at the same address.

5. The National Bidders must be registered as Building Contractors with the Ministry of Public Works (Proof of registration required).

6. The provisions in the Instructions to Bidders and in the General Conditions Of Contract are the provisions of the African Development Bank Standard Bidding Documents, for Procurement of Works, Medium Value

7. Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by Bid Security of Kenya Shillings Eight Hundred Thousand Only (Ksh 800,000.00) only or its equivalent in a convertible currency, for the cluster. Completed Bids shall be delivered to the address given under clause 8 below

8. Bidding will be closed at 10.00am Local Time on Tuesday, 12th May, 2009. Bids will be opened immediately thereafter (10.30 am) in the presence of bidders' representatives who choose to attend at the:

Conference Room, Rural Health Project III Offices,
ADB Block (Prefabricated), Ministry of Public Health & Sanitation, Afya House
P. O. Box 30016 - 00100 Nairobi, Kenya
Tel.: 254 202717542
Tel/Fax =254202717954

Email: admiri@rhD3.or.ke

Ag. Project Manager/RHP III
For: The Permanent Secretary

Kenya Safari Lodges & Hotels Tender Notice

Kenya Safari Lodges & Hotels Ltd (herein referred to as the "Procuring Entity") now invites sealed bids from interested eligible tenderers for tender numbers 1, 2 and 3 as specified below:

No. 1.
TENDER NO. KSLH/002/04/2009
TENDER DESCRIPTION: Staff Medical Scheme Administration
FEE (KSHS): 2000.00
SUBMISSION DEADLINE 08/05/2009

No. 2.
TENDER NO. KSLH/003/04/2009
TENDER DESCRIPTION Consultancy on Remote Access Solution (Sun Accounting System)
FEE (KSHS) 2000.00
SUBMISSION DEADLINE 08/05/2009

No. 3.
TENDER NO. KSLH/004/04/2009
TENDER DESCRIPTION Consultancy on Preparation and
Implementation of an ISO 9001 : 2000 Compliant Quality Management System
FEE (KSHS) 2000.00
SUBMISSION DEADLINE 08/05/2009

Bidders for Staff Medical Scheme administration, consultancy on remote access solution and consultancy on preparation and implementation of an ISO 9001:2000 compliant quality management system must be licensed and registered with relevant professional bodies.

Interested eligible candidates may obtain Tender documents with detailed information from the Office of the Procurement Officer located at Mombasa Beach Hotel, Mombasa or at Kenya Safari Lodges & Hotels Marketing & Reservations Office, Ground Floor, Utalii House, off Uhuru Highway, Nairobi (adjacent to Laico Regency Hotel), during working hours upon payment of non-refundable fees as tabulated above in cash or bankers cheque payable to Kenya Safari Lodges & Hotels Ltd.

Duly completed Tender documents in plain sealed envelopes marked with tender number and description should be deposited in the Tender Box provided at the Front Office lounge, Mombasa Beach Hotel or address to:

The Secretary
Kenya Safari Lodges & Hotels Ltd
Tender Committee
P.O. Box90414-80100
Mombasa.

To be received on or before 8 May'2009 at 1030 hrs. Firms with previous records of unsatisfactory performance with the tenderee need not to tender.

Submitted bids will be opened in the Mombasa Beach Hotel conference room soon after the closing date and time in the presence of bidders' representatives who may wish to attend.

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

General Manager
Kenya Safari Lodges & Hotels Ltd

Retirement Benefits Authority (RBA) Invitation to Tender

The Retirement Benefits Authority (RBA), established through the Retirement Benefits Act (1997), is a customer focused organization that prides itself in its service delivery. The Authority is committed to ensure that it delivers quality services to the stakeholders through continual improvement of its services.

In this regard the Retirement Benefits Authority intends to have its website (www.rba.go.ke) re-designed to incorporate features that make it easier for its customers to navigate the site, locate information, communicate interactively with the Authority and make online inquiries.

The redesigned site is also desired to employee content management technologies that make it easier and faster for updates to be posted as well as site hardening security features preventing hacking, defacement and other technology attacks.

Retirement Benefits Authority currently has a website http://www.rba.go.ke .
The Retirement Benefits Authority invites sealed bids from interested reputable firms for the following tender:

Tender Ref. No. RBA/TENDER/WEBD/613/012/2009: Re-design, installation and Commissioning of RBA Website

Tender documents may be obtained either from the Procurement Office, Retirement Benefits Authority, Rahimtulla Towers 13th floor, Upper Hill Road, Nairobi or downloaded from the RBA website (http://www.rba.go.ke). All bidders should attach a copy of the receipt to their technical bid documents for the required payment of a non-refundable fee of Kshs.2000 per set of documents payable to Retirement Benefits Authority in the form of a company cheque.

Completed tender documents in plain sealed envelopes clearly marked with the relevant tender reference number and tender description should be addressed to:

The Chief Executive
Retirement Benefits Authority
Rahimutulla Towers, Upper Hill Road
P.O. Box 57733-00200 Nairobi
Tel: 2809000, Fax 2710330

Completed tenders should be deposited in the Tender Box on 13th Floor, Rahimtulla Tower, Upper Hill Road, Nairobi so as to be received by 12.00 noon, May 6, 2009.

Tenders will be opened soon thereafter at the above address in the presence of the bidders who choose to attend or their authorized representatives.

Ministry of Public Works Tender Notice

CONSULTANCY SERVICES (CONSORTIUM) -ARCHITECTURAL/LANDSCAPE ARCHITECTURE/QUANTITY SURVEYING/ELECTRICAL/MECHANICAL/CIVIL ENGINEERING/INTERIOR DESIGN SERVICES /STRUCTURAL CABLING AND CCTV SURVEILANCE.

The Ministry of Public Works seeks to undertake remodeling and partitioning of a Government Office Building (Within Nairobi CBD) with approximate plinth area of 12,323 square metres and intends to engage the services of a consortium of consulting firms to carry out the exercise of preparing layout/design options cost estimates, final construction bid documents, project management through to final commissioning and handover.

The Consortium firm should have wide and well-proven experience in this particular field whose services comprise:

1. Architectural,
2. Landscaping,
3. Quantity Surveying,
4. Electrical Engineering,
5. Mechanical Engineering,
6. Civil /Structural Engineering
7. Interior Designers
8. Structural cabling
9. CCTV Surveillance

Eligible potential firms with relevant experiences are invited to express their interest for the provision of consultancy services (as a Consortium), which should include (but not limited to) the following:

1. Profiles of the Consortium firms to include company background and registration

2. Demonstration of having conducted at least five assignments of similar nature as a lead consultant individually or as part of a consortium together with their values, clients names and addresses.

3. Detailed Company Profiles including CVs and Financial Status and evidence of technical capability to undertake the assignments.

4. Must possess tax compliance certification.

Completed expression of interest documents in plain sealed envelopes must be received by the Ministry of Public Works at the address below not later than 28TH APRIL, 2009 at 10.00 HOURS in plain sealed envelopes marked as follows:

D48 NB.801 JOB NO.8266B EXPRESSION OF INTEREST FOR CONSULTANCY - (CONSORTIUM) ARCHITECTURAL/LANDSCAPE /QUANTITY SURVEYING/ ELECTRICAL/MECHANICAL/CIVIL & STRUCTURAL ENGINEERING /INTERIOR DESIGNERS/ STRUCTURAL CABLING AND CCTV SURVEILANCE SERVICES'TO MANAGE THE REMODELLING AND PARTITIONING, DELIVERY, COMMISSIONING AND HANDOVER FOR THE GOVERNMENT OFFICE.

ADDRESSED TO:
The Permanent Secretary,
Ministry of Public Works
P.O. Box 30743-00100
Ngong Road
Works House
NAIROBI

The completed expression of interest documents should be deposited in the Ministry of Public Works Tender box situated on 5th floor Works House Ngong Road, Nairobi so as to be received on or before 10.00 Hours of 28th April, 2009.

The candidates or their official representatives who wish to attend the opening of envelopes containing Expressions of Interest at the Works House are invited to do so at 10.30 Hours in the Board Room on 5th floor

ONLY SHORT-LISTED FIRMS WILL BE INVITED TO SUBMIT REQUEST FOR PROPOSALS (RFP) FOR CONSULTANCY SERVICES (CONSORTIUM) WHICH WILL INCLUDE COMPETITION ON THE FORM/COST OF DESIGN -ARCHITECTURAL/ LANDSCAPE /QUANTITY SURVEYING/ELECTRICAL/MECHANICAL/CIVIL & STRUCTURAL ENGINEERING /INTERIOR DESIGN/STRUCTURAL CABLING AND CCTV SURVEILANCE SERVICES FOR THE GOVERNMENT OFFICE

THE PERMANENT SECRETARY
MINISTRY OF PUBLIC WORKS


Ministry of Public Health & Sanitation Tender Notice

Rehabilitation and Upgrading of Dispensaries and Health Centers in Trans Mara District

1. This Specific Procurement Notice follows the General Procurement Notice that appeared in Development Business Issue No. 680 dated 16th June, 2006. .

2. The Government of Kenya has received a loan from the African Development Bank in various currencies and a loan from OPEC towards the cost of Rural Health Project III. It is intended that part of the proceeds of these loan will be applied to eligible payments under the contract for Rehabilitation and Upgrading of Dispensaries and Health Centres in the Project Districts. Bidding is Open to eligible member countries as defined in the ADB's Rules of Procedure for the Procurement of Goods and Works.

3. Ministry of Public Health & Sanitation through the PMU, Rural Health Project III, and now invites sealed bids from eligible bidders to quote for Rehabilitation and Upgrading of Dispensaries and Health Centers, Rural Health Project III in Trans Mara District for:-

CLUSTER 1: KEN/RHP lli/NCB/CWKS/13/08/09
Olereko Dispensary, Shankoe Dispensary, Nganaiya Dispensary, Nkararo Health Centre, Enoosaen Health Centre and Ongata Barrikoi Health Centre.

CLUSTER 2: KEN/RHP III/NCB/CWKS/14/08/09
Osupuko Dispensary, Kapkweria Dispensary, Takitek Dispensary, Kimintet Dispensary, Kamagat Dispensary and Romosha Health Centre

CLUSTER 3: KEN/RHP lll/NCB/CWKS/15/08/09
Ilkerin Dispensary, Emurua Dikirr Dispensary, Kabolecho Dispensary, Kapsasian Dispensary, Kurangurik Dispensary and Emarti Health Centre.

4. Bidding documents may be obtained from the Project Manager's Office, Afya House, Ministry of Public Health and Sanitation, ADB Block, upon payment to the Cashier Ministry of Public Health and Sanitation, Afya House, Room 218 for a non refundable fee of Kenya Shillings Five Thousand (Ksh 5,000.00) only for each cluster, or its equivalent in a freely-convertible currency. Interested bidders may obtain further information and inspect bidding documents at the same address.

5. The National Bidders must be registered as Building Contractors with the Ministry of Public Works (Proof of registration required).

6. The provisions in the Instructions to Bidders and in the General Conditions Of Contract are the provisions of the African Development Bank Standard Bidding Documents, for Procurement of Works, Medium Value

7. Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by Bid Security of Kenya Shillings Eight Hundred Thousand Only (Ksh 800,000.00) only for each cluster or its equivalent in a convertible currency, for the cluster. Completed Bids shall be delivered to the address given under clause 8 below

8. Bidding will be closed at 10.00am LocalTimeonTuesday 19th May, 2009. Bids will be opened immediately thereafter (10.30 am) in the presence of bidders' representatives who choose to attend at the:

Conference Room, Rural Health Project III Offices,
ADB Block (Prefabricated), Ministry of Public Health & Sanitation, Afya House
P. O. Box 30016 - 00100 Nairobi, Kenya
Tel.: 254 202717542
Tel /Fax : 254 20 2717954
Email: admin@rhp3.or.ke

Ag.Project Manager/RHP III
For: The Permanent Secretary

Nairobi Water Company Tender Notice

The Nairobi City Water & Sewerage Company invites bids from eligible bidders for:-
  1. Contract No. NWSC-16-09 - Rehabilitation of Access Roads to Kabete Water Treatment Works
  2. NWSC-18-09 - Improvement of Ngando Water Reticulation (Re-advertised)
  3. NWSC-19-09 - Supply, Delivery, Installation and Commissioning of 1 No Incinerator at Ruai Sewer Treatment Works
Interested eligible bidders may inspect and obtain complete set of bidding documents in English from the office of: -

The Supply Chain Manager
Nairobi City Water & Sewerage Company Ltd
Kampala Road, off Enterprise Road
P O Box 30656-00100
Tel: 254-20-550480
Nairobi, Kenya.

during office hours from 08:30 - 15:30 local time on Mondays to Fridays except during lunch time from 13:00 to 14:00 hours and public holidays. Any further information may be obtained from the same office.

Bid documents may be purchased by interested bidders on submission of a written application to the address above, and upon payment of a nonrefundable fee of Kenya Shillings 5,000 (Five Thousand Kenya Shillings only) or an equivalent amount in any other eligible currency. The method of payment will be either in banker's cheque payable to Nairobi City Water and Sewerage Company, or cash.

A complete set of bid documents in a plain envelope clearly marked the contract No; description and bearing the name & address of the Bidder should be returned to the address here below, and deposited in the Tender Box situated on the first floor, Administration Block, at the Head Office, Kampala Road off Enterprise Road, Nairobi on or before 12.00 noon on 08 May 2009. Bids shall be opened immediately after the closing date and time. Bidders or their representatives able to attend are welcome.
All bids must be accompanied by a Bid Security in the form and amount specified in the respective bid document.

Nairobi City Water & Sewerage Company Limited reserves the right to accept wholly or in part, a bid submitted for consideration and does not bide itself to accept the lowest or any bid or give any reasons for its action.

Managing Director
Nairobi City Water & Sewerage Company Ltd
Kampala Road, off Enterprise Road
P O Box 30656-00100
Tel. 254 020 557131/33
Fax 254 020 552126
Nairobi, Kenya.

Email: info@nairobiwater.co.ke

Website: www.nairobiwater.co.ke



Ministry of State for Immigration and Registration of Persons Tender: For the Design, Supply, of the Third Generation National Identity Card System

Expression of Interest (EOI)

For the Design, Supply, of the Third Generation National Identity Card System Based on Smart Card Technology

The Ministry of State for Immigration and Registration of Persons, through the Department of National Registration Bureau is mandated to identify, register and issue identity cards to Kenyan citizens aged 18years or above as stipulated in the Registration of Persons Act(Cap 107) of the Laws of Kenya.

Currently, these cards are paper-based. The Ministry now intends to introduce a new generation card system, referred to as the Third Generation Card System which shall be electronic and plastic based.

Implementation of the new system will entail setting up an elaborate infrastructure supported by appropriate software modules, including installation of live data capture equipment both at the headquarters and in the field offices, personalization centre and a centralized database production facility, complete with the necessary biometric and facial recognition features.

It is envisaged that, upon completion, the Third Generation National ID Card System will increase efficiency in card issuance process by allowing for data transmission in real time.

In this regard, the Ministry of State for Immigration and Registration of Persons intends to pre-qualify contractors for the Third Generation National Identity Card System.
Only applicants who fully meet the following minimum criteria will be short-listed and invited to submit technical and commercial bids.

1. Eligible Applicants
  • Can be Sole Bidders, Joint Ventures or Consortiums.
  • Should have existed and conducted similar business as Prime Contractor or System Integrator for the past three years.
  • Should provide valid Certificates of Incorporation, and details of Organization physical addresses, telephone numbers, email addresses, and contact persons.
  • Should provide audited accounts for the past three years.
  • Should have minimum total turnover equivalent to one hundred and twenty million (USD 120M) US dollars.
  • Should provide authorization letters from manufacturers of the main system components if such manufacturers are not part of the consortium.
2. Experience and References

a) Experience in delivery of secure smart identity card solutions including nationwide electronic enrolment, application, validation, card personalization and delivery. Proof of certifications of relevant ISO/IEC Standards for provision of information security management systems should be provided.

b) Verifiable proof of experience in the successful implementation of Citizen ID systems in at least one country in the past five years either as a principal contractor or as system integrator. The project should have covered a population of at least 10 million people.

c) Firms should provide proof of competence in deployment of nationwide identity card system and be able to demonstrate suitable methodologies as well as work plans applicable in these types of national projects. Project should have included nationwide electronic enrollment, application validation, ID card personalization and delivery.

d) Should provide details of projects undertaken including inter alia, project size, project cost, type of cards issued, system capacity (cards per month) and implementation period. Copies of certificate of completion for the projects should be attached.

e) Should provide references including name of contact person, address, telephone, email and telephone numbers for countries where they undertook similar projects. These persons will be contacted to verify the accuracy of the information.

f) Should demonstrate adequate financial, technical and managerial capacity to undertake a project of this magnitude.

Biometric Systems

a) Firms should provide proof of experience in delivery of biometric solutions-more specifically Automated Fingerprint Identification System and Face Recognition.

b) Should state all the relevant IS.O/IEC standards which are met by the biometric solutions.

Interested eligible Applicants are required to submit detailed Information and evidence on their experience and expertise on successfully undertaken projects.

Completed submissions in English language should be enclosed in plain sealed envelopes marked with "reference name" Should be addressed to:

PERMANENT SECRETARY
MINISTRY OF IMMIGRATION AND REGISTRATION OF PERSONS
P .O. BOX 30395 - 00100
NAIROBI

Or placed in the tender box provided at Ministry's Headquarters, 20th Floor Northern Wing Nyayo House so as to be received on or before 10.00 hours East African Time on the 27th May, 2009

Expression of Interest will be opened immediately thereafter in the presence of the Candidates or their representatives who choose to attend at the Ministry's Headquarters Boardroom, Nyayo House 20th Floor, Southern Wing.

The Government of Kenya reserves the right to accept or reject any or all tenders without giving reasons thereof.

For enquires you can contact the undersigned through Tel.2222022 or 2221534 Ext.22229 during normal working hours (0800 hours top 1700 hours East African). This EOI can also be down loaded from the Ministry's Website: www.mirp.go.ke

AWINO M.A. (Mrs)
FOR: PERMANENT SECRETARY

Kenya Wildlife Service (KWS) Tender: Supply and Delivery of Fencing Posts

Tender no. KWS/BDF/60/2008-09

Supply and Delivery of Fencing Posts

1. Kenya Wildlife Service (KWS) invites tenders for the supply and delivery of fencing posts for Chyulu, Marsabit, Lake Jipe and Rimoi fencing projects.

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 on working days.

3. Tender documents containing detailed specifications and conditions of tendering can be obtained upon payment of a non-refundable fee of Ksh. 1,000.00 in cash or bankers' cheque during normal working hours. Bidders can also download the tender document from the KWS website (www.kws.go.ke) and attach a payment receipt at the time of submission of the tender.

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. 10,000.00 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 "Tender No. KWS/
HQS/BDF/60/2008-09 for Supply and Delivery of Fencing Posts" should be
addressed to the Director, Kenya Wildlife Service, P.O. Box 40241-00100, Nairobi
and deposited into the tender box at the entrance of Simba Court not later than
12.00 noon on Thursday 30th April 2009.

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

HEAD OF SUPPLY CHAIN MANAGEMENT
FOR DIRECTOR

Kenya ICT Board Tender: Supply of ICT Hardware and Installation and Commissioning of LANs at MoIC-KNA Offices

Name of Project: Supply of ICT Hardware and Installation and Commissioning of LANs at MoIC-KNA Offices

Credit No. 4284-KE

1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this project that appeared in United Nations Development Business on 30th November 2007 and online on 2nd November 2007.

2. The Government of Kenya has received financing from the World Bank toward the Kenya Transparency & Communications Infrastructure Project (KTCIP). KTCIP will be executed by the Kenya ICT Board under the Ministry of Information and Communications. The Kenya ICT Board therefore intends to apply part of the proceeds to payments under the agreement(s) resulting from this IFB: Supply of ICT Hardware and Installation and Commissioning of LANs at MoIC -KNA Offices

3. The Kenya ICT Board being the Executing agency for the project now invites sealed bids from eligible Bidders for Supply of Goods and Services for the procurement of:

LOT1: Installation and Commissioning of LAN at MoIC-KNA Offices
  • Item 1: Installation and Commissioning of LAN
  • Item 2: Switches
  • Item 3: UPSs
  • Item 4: Patch Panels
  • Item 5: Network Cabinets
  • Item 6: Training (To include LAN and WAN configuration techniques for End Users)
LOT2: Supply of the following ICT Hardware
  • Item 1: 120 Desktop computers
  • Item 2: 24 Printers
  • Item 3: 24 Scanners
  • Item 4:120 UPSs
  • Item 5: 24 Camcorders
  • Item 6: 24 Digital Cameras
Bidders can bid for one or both Lots. Bidders must bid for all items in a LOT. Bids quoting for incomplete items in a LOT shall be considered non-responsive and rejected.

The Installation and Commissioning of a LAN will be installed at 24 Ministry of Information & Communication -Kenya News Agency (KNA) office's as per the provided schedule in section VIH, Table 1, in the tender document.

4. Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

5. Interested eligible Bidders may obtain further information from the Kenya ICT Board offices, 12th Floor Teleposta Towers, Koinange Lane and inspect the bidding documents from 9.00 am -1.00 pm and 2.00pm-3.00 pm every day excluding weekends and public holidays.

6. A complete set of bidding documents in English may be obtained from the Kenya ICT Board Procurement Office at 12th Floor, Teleposta Towers, between 9.00 a.m. - 1.00 P.M. and 2.00 P.M - 3.00 P.M. upon payment of a nonrefundable fee of Kenya Shillings (KES) 5,0007= or an equivalent amount of a freely convertible currency. The method of payment will be in cash or banker's cheque payable to the, Kenya ICT Board. The document may also be downloaded from the Kenya ICT website: www.ict.go.ke. Bidders who download bid documents must at the time of submission pay the mandatory non-refundable fee as above and attach proof of purchase alongside their bid documents.


7. Bids must be delivered to the address below at or before 10.00 am 28th May, 2009.

8. All bids must be accompanied by a bid security of 2% of the tender sum. Bids will be opened immediately thereafter in the presence of the Bidders' representatives who choose to attend at the Kenya ICT Board, 12" Floor, Teleposta Towers, Koinange Lane Entrance Nairobi. Late bids will be rejected.

9. The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which is, among other remedies, punishable by potential blacklisting from participation in future World Bank-financed procurement. Bids/Tenders should be submitted in a plain sealed envelope clearly marked:
THE DEPUTY CEO/TCIP PROGRAMME MANAGER KENYA TRANSPARENCY & COMMUNICATIONS INFRASTRUCTURE PROJECT (KTCIP)
KENYA ICT BOARD, P.O. BOX 27150 NAIROBI 00100, KENYA.

TENDER NO.
K3CTB/KTCIP/ICB/03/2008-2009: SUPPLY OF ICT HARDWARE AND INSTALLATION AND COMMISSIONING OF LANS AT MOIC-KNA OFFICES

and placed in the Tender Box situated at Kenya ICT Board Meeting Room or mailed so as to reach the undersigned on or before 28thMay, 2009, at 10.00am East African Time.
Kenya Information & Communication Teennologry Board.

12th Floor, Telposta Towers,
Koinange Lane, P.O Box 27150-00100
Nairobi, Kenya,
Tel: +254 20 2089061,
Website: www.ict.go,ke

Kenya ICT Board Tender: Project Management Capacity Building

Vision: Kenya becomes a top ten global ICT hub.

Mission: To rapidly and innovatively transform Kenya through promotion of ICT for socio-economic enrichment of our society

Name of Project: Kenya Transparency & Communications Infrastructure Project (KTCIP). "Project Management Capacity Building"

This Invitation for Expression of Interest follows the General Procurement Notice (GPN) for this project that )% appeared in United Nations Development Business on 30th November 2007 and online on 2nd November 2007.

The GOVERNMENT OF KENYA has received a credit from the International Development Association (IDA) in the amount of US$ 114.4 Million equivalent toward the cost of the Transparency & Communications Infrastructure Project (TCIP). Credit No. 4284-KE; Project ID No. P094103. TCIP will be implemented by the Ministry of Information and Communications through the Kenya ICT Board.

The Board therefore intends to apply part of the proceeds for consultancy services for: "Project Management Capacity Building"

The provision of Information and Communication Technology (ICT) goods and services is a powerful tool for enabling economic and social development goals by improving communication and facilitating information flow.

The Ministry of Information and Communication through Kenya ICT board, a state corporation, has therefore embarked on connectivity and e-services delivery projects. The goal of the projects is to boost ICT connectivity in the country, improve service delivery to citizens, increase type and quality of information from and to the citizens, and increase the governments' ability to ensure transparency.

The project is implemented by Kenya ICT Board. The Kenya ICT Board invites EOI for consultancy services carry out the following tasks:
  • To support and facilitate practical learning of project management skills through coaching and mentoring of staff to ensure effective teamwork, timely project implementation and efficient internal and external project completion.
  • To implement a Project Management Office at the Kenya ICT Board and at the e-Government Directorate that will provide project management services for the implementation of e-services.
  • Develop capacity to improve resources management and activity planning to enhance the impact of the project implementation at all levels of the participating institutions; Develop capacity to report on the project objectives and achievements to the stakeholders;
  • Establish project management standards and mandatory project requirements such as status reports, management tools/ methodologies and quality criterion.
Interested consultants should provide the following:
  • Information indicating that they are qualified to perform this consultancy.
  • A description of similar assignments managed in the past
  • Availability of appropriate skilled staff
  • Referrals from at least two clients serviced in the past 2 years.
Competencies:
  • Proven achievements of project development and management, preferably involving public sectors projects;
  • Experience in and interest in working with public institutions and initiatives;
  • Demonstrated ability to coordinate and communicate effectively with widely dispersed members of a team, including the use of standard project management tools, such as log-frame-based work planning and the tracking and reporting of progress against targets using indicators.;
  • Working knowledge of approaches used to identify specific capacity development needs for different stakeholders;
  • Positive track record in resource development and donor liaison.
Time frame: The assignment is envisioned to take about 18 months. Consultants may associate to enhance their qualifications.

Following the Expression of Interest, Kenya ICT Board will issue Requests for Proposals (RFP) to successful EOI applicants.

Consultant will be selected in accordance with the procedures set out in the World Bank's Guidelines: Selection and Employment of Consultants by World Bank Borrowers (published by association 2004 and revised October 2006).

Completed Expression of Interest documents in plain sealed envelopes clearly marked
"Project Management Capacity Building" should be addressed to:

THE DEPUTY CEO/TCIP PROGRAMME MANAGER
KENYA TRANSPARENCY & COMMUNICATIONS INFRASTRUCTURE PROJECT (KTCIP) 12th FLOOR, KENYATTA AVENUE
P.O. BOX 27150 - 00100,
NAIROBI

Tel: 2089061

and deposited in the Tender box' located on 12a floor, Teleposta towers, Koinange Lane Entrance. Application by email should be sent to: procurement @ict.go.ke This should be received on or before 28th April 2009 at 12.30pm East African Time.

Contact person for clarifications on this request for expression of Interest is Mrs. Jane Mukizi,

Tel: 254 20 2093614,
website www.ict.go.ke
12th Floor, Telposta Towers, Koinange Lane,
P.O Box 27150-00100 Nairobi, Kenya,
Tel: +234 20 2089061,
Website:www.ict.go.ke

Ministry of Public Health & Sanitation Tender Notice

Invitation For Bids: National Competitive Bidding (NCB)

Rehabilitation and Upgrading of Dispensaries and Health Centers in Kajiado District

1. This Specific Procurement Notice follows the General Procurement Notice that appeared in Development Business Issue No. 680 dated 16th June, 2006.

2. The Government of Kenya has received a loan from the African Development Bank in various currencies and a loan from OPEC towards the cost of Rural Health Project III. It is intended that part of the proceeds of these loan will be applied to eligible payments under the contract for Rehabilitation and Upgrading of Dispensaries and Health Centers in the Project Districts. Bidding is Open to eligible member countries as defined in the ADB's Rules of Procedure for the Procurement of Goods and Works.

3. The Ministry of Public Health & Sanitation through the PMU, Rural Health Project III, now invites sealed bids from eligible bidders to quote for Rehabilitation and Upgrading of Dispensaries and Health Centers, Rural Health Project III in Kajiado District for:-

CLUSTER ONE (1): Bid No: KEN/RHP lll/NCB/CWKS/10/08/09
Emurua Dikirr Dispensary, Mailwa Dispensary, Olpyiangalani Dispensary, Torosei Dispensary, KMQ Dispensary, Maparasha Dispensary, Sajiloni Dispensary, Emotoroki Dispensary, Lorguswa Dispensary, Meto Dispensary, Singiraine Dispensary, Mile 46 Health Centre, Bissell Health Centre, Namanga Health Centre and Ngatataek Health Centre.

CLUSTER TWO (2): Bid No: KEN/RHP lll/NCB/CWKS/11/08/09
Emaroro Dispensary, Enkirgir Dispensary, Enkorika Dispensary, Ereteti Dispensary, G.K Prison Dispensary, Ikulunyeti Dispensary, llpolosat Dispensary, Kipeto Dispensary, Olootepesi Dispensary, Isinya Health Centre, Kitengela Health Centre, Mashuru Health Centre, Masiba Health Centre and Ongata Rongai Health Centre.

CLUSTER THREE (3): Bid No: KEN/RHP lll/NCB/CWKS/12/08/09
Elemit Dispensary, Lpdariak Dispensary, Najile Dispensary, Oldonyo Nyoike Dispensary, Olgumi Dispensary, Oloika Dispensary, Oloosho Ibor Dispensary, Saikeri Dispensary, GSU Dispensary, (cross Inyonyori Dispensary, Mosiro Dispensary, Namuncha Dispensary, Oldorko Dispensary, Olkiramatian Dispensary, Ololua Dispensary, Oitepesi Dispensary, Ewaso Kedong Health Centre, Entasopia Health Centre and Shompole Health Centre.

4. Bidding documents may be obtained from the Project Manager's Office, Afya House, Ministry of Public Heajth and Sanitation, ADB Block, upon payment to the Cashier Ministry of Public Health and Sanitation, Afya House, Room 218 for a non refundable fee of Kenya Shillings Five Thousand (Ksh 5,000.00) only for each cluster, or its equivalent in a freely-convertible currency. Interested bidders may obtain further information and inspect bidding documents at the same address.

5. The National Bidders must be registered as Building Contractors with the Ministry of Public Works (Proof of registration required).

6. The provisions in the Instructions to Bidders and in the General Conditions Of Contract are the provisions of the African Development Bank Standard Bidding Documents, for Procurement of Works, Medium Value

7. Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by Bid Security of Kenya Shillings One Million, Five Hundred Thousand Only (Ksh 1,500,000.00) only for each cluster or its equivalent in a convertible currency. Completed Bids shall be delivered to the address given under clause 8 below

8. Bidding will be closed at on Tuesday 19th May, 2009 at 10.00am local time. Bids will be opened immediately thereafter (10.30 am) in the presence of bidders' representatives who choose to attend at the:

Conference Room, Rural Health Project III Offices,
ADB Block (Prefabricated), Ministry of Public Health & Sanitation, Afya House
P. O. Box 30016 - 00100 Nairobi, Kenya
Tel.: 254 202717542
Tel /Fax : 254 20 2717954
Email: admin@rhp3.or.ke

Ag. Project Manager/RHP III
For: The Permanent Secretary

The Global Fund Tender Request for Expression of Interest

Investing in our future
The Global Fund
To Fight AIDS, Tuberculosis and Malaria

Country Coordinating Mechanism Kenya Global Fund Round 9 Proposal

Kenya has been a beneficiary of the Global Fund to fight AIDS, Tuberculosis and Malaria and the Kenya Country Coordinating Mechanism (CCM) has decided to develop a National Proposal for Round 9. The proposal will comprise two diseases, Tuberculosis (TB) and Malaria.

Please note that for the HIV and AIDS component, the CCM adopted the new Global Fund strategy-The National Strategy Application. The priority areas which have been identified for Tuberculosis (TB) and Malaria as follows:

Disease Area: Tuberculosis
  1. Strengthening of the Health Management Information System (HMIS) in Health Care Setting.
  2. Intensified case finding and infection control
  3. Improved case management
  4. Carry out Operational Research
  5. Community Systems Strengthening
Disease Area: Malaria
  1. Scaling up of Vector Control activities through the universal access to Insecticide Treated Nets (ITNs) and conducting Indoor Residual Spraying (IRS) in targeted geographical areas.
  2. Improved Malaria case management through provision of effective anti- malarial of drugs (ACTs) and strengthening of Diagnostic Systems including the use of rapid diagnostic tests.
  3. To strengthen a supportive environment for malaria control using cross cutting strategies such as Behaviour Change Communication (BCC) and Monitoring and Evaluation.
  4. Health Systems Strengthening including strengthening Health Management Information System (HMIS), Logistics Management Information Systems (LMIS) and Community Systems Strengthening.
The CCM invites organisations with experience in implementing HIV and AIDS, TB and Malaria programmes in the above priority areas to express interest for inclusion in the Country Proposal.

Eligible organizations should meet the following requirements:
  • Experience in implementing activities in the selected disease area
  • Strong linkages to communities in which the organisation proposes to implement activities
  • Strong organisational governance and management skills
  • Sound financial management capacity and internal controls
  • Technical capacity to plan, organise, implement and report on projects
  • Adequate number of skilled staff
  • Adequate core physical infrastructure
Application Forms and Guidelines are available on the Kenya Country Co-ordinating Mechanism (CCM) Website www.globalfundkccm.or.ke or can be picked from the CCM Secretariat, at Afya House, Cathedral Road, Upper Ground Floor, Room UG07, Post Office Box 30016-00100, Nairobi. The application Forms and Guidelines can be picked up at the CCM secretariat between 9:00am - 5:00pm.

Hard copies of the completed application forms and all required attachments should be submitted to the CCM Secretariat at the above address by or before 5.00pm on 5th May 2009. Applications should not be submitted to any other address except to the address given above.

Any application sent by e-mail or electronic format will not be accepted. Applications submitted late will not be considered.

PROF. JAMES L. OLE KIYIAPI
CHAIRMAN CCM/KENYA

Call for Proposals from the Civil Society Organisations (CSOs) for Implementation of a National Environmental Education and Awareness Initiative

Background

The Ministry of Environment and Mineral Resources (MEMR) is implementing a National Environmental Education and Awareness Initiative (EEAI) to educate and raise awareness on environmental challenges and mitigation measures needed in Kenya.

The main goal of the Initiative is to mobilize and encourage participation of all the stakeholders in environmental conservation and management so as to mitigate the serious adverse deterioration of environmental resources.

The Initiative is jointly funded by the Governments of Kenya, Denmark and Sweden under the Environmental Programme Support (EPS). The first year is aimed at working with CSOs to implement the Initiative as a pilot phase.

The Ministry intends to use part of EEAI funds to support CSOs to work with grassroots communities through identification and implementation of initiatives that improve environmental conservation by the active participation of the local communities. The Ministry is inviting CSOs interested to submit proposals that focus on environmental education and awareness.

The proposals should contain the following main components: a cover page with the details of the CSO and contact person; an executive summary; a brief background and rationale for the proposed project; a description of past experience on environmental awareness.

Description of the proposed project: goal, objectives, target groups, activities and expected outputs, description of dissemination /communication strategy; a monitoring and evaluation plan; Budget and activities schedule (work plan).

For further details on the format for submitting the proposal and information regarding the Initiative, please contact the office of either the Provincial Director of Environment (PDE) or District Environment Officer (DEO) of your Province and District respectively or log onto www.environment.go.ke.

Eligibility Criteria

In order to qualify for funding, the following criteria MUST be met:

i. The CSO must be a local, regional or national environmental Non-Governmental Organization (NGO) registered under the NGO Coordination Act Cap 19 of 1990 or Community Based Organization (CBO);

ii. The CSO should have been active in environmental operations for at least three years and with demonstrated innovativeness;

iii. The CSO should have a demonstrated track record of transparently accounting for project funds among other requirements and submit audited accounts for the last 1 year; two references, one of which must be from the local District Development Officer (DDO) confirming the institution's involvement in Environmental Education and Awareness for at least 3 years; Copy of 2008 Annual Returns to the National NGO Coordination Board and a Copy of registration certificate of the CSO;

iv. The CSO should be ready to work with the Initiative in carrying out identified project activities such as distribution of Information, Education and Communication (IEC) materials;

v. Project activities should aim at sensitizing local communities on their role and responsibility in environmental stewardship and monitoring of environmental resources and ecosystems;

vi. Proposed activities should aim at raising the level of awareness and facilitating the sharing of knowledge on natural resource management, environmental issues and best environmental practices;

vii. Proposed activities should focus on sharing and spreading of information and the collection of communities' views to ensure that discussions take place between communities, policy-makers and implementing agencies including government and NGOs at the local and national levels;

viii. Project activities should create awareness on practices that are destructive to the environment such as deforestation, over exploitation of natural resources, charcoal burning, sand harvesting, quarrying and effluent discharges;

ix. The activities should promote environmental awareness in the use of community trans-boundary resources and conflict resolutions in the country.

Funding

The Initiative shall make considerations for funding project proposals to a maximum of Kshs. 500,000.00. The project proponent and the beneficiaries shall be expected to make a contribution of 20% in cash and/or in-kind. Funds disbursed under this programme are not eligible for purchase of capital equipments such as vehicles, construction, communication facilities and payment for office space.

Applications MUST be submitted THROUGH the offices of DEOs and PDE of your respective districts and province addressed to the Permanent Secretary, Ministry of Environment and Mineral Resources at 12th floor, NHIF building, Ragati Road, P.O. Box 30126-00100; Tel 020-2730808, Nairobi, Kenya.

Those organizations that had earlier submitted their proposals to MEMR in 2008 are required to apply afresh to conform to the criteria. Comprehensive proposals that incorporate tree planting with other integrated conservation measures on awareness creation, investment and sustainability will have an added advantage for consideration.

The deadline for submission of proposal is 28th April, 2009 and those received later than this date will be disqualified.

Githunguri Dairy Farmers Co-operative Society Tender: Investment Consulting Services

We are in the process of developing an Investment Policy which will guide the society Board in making investment decisions which will help in maximizing returns and minimizing risks.

In this regard, we are looking for the services of a consultant to develop the policy.

The consultant will be expected to do so in line with:-

1) The ministry of Co-operatives Investment policy guidelines,
2) Society by-laws,
3) Capital Market Authority guidelines
4) Nairobi Stock Exchange guidelines
5) Any other relevant laws of the country

Interested parties should send a detailed technical and financial proposal to the undersigned on or before 29th April 2009 to:

The Chairman Githunguri Dairy Farmers Co-operative Society Ltd
P.O. Box 3-00216
Githunguri

Tel: 020 2130885/6/7,2059887,2133036

Fax: 020 2535245,2035284

International Organization for Migration Tender: Supply of Construction materials for temporal shelters for the Internally Displaced Persons (IDP's).

The International Organization for Migration, P.O. Box 55040-00200 Nairobi, Kenya, invites you to tender for the supply of materials for the following project:

Supply of Construction materials for temporal shelters for the Internally Displaced Persons (IDP's).

The tender documents detailing the materials required may be obtained from our Head Office on Church Road, Off Rhapta Road - Westlands on normal working days from 15th April 2009 between 9am-12.30pm.

The tender documents will be issued upon payment of a non-refundable fee of Ksh 3,000. Payment should be made by Banker's cheque in favor of International Organization for Migration.

Completed tender documents in sealed envelops and clearly marked with the Tender Number and description should be dropped at our tender box located at our main reception and should be addressed to

The Tender Committee
International Organization for Migration
Church Road, off Rhapta Rd- Westlands
P O Box 55040,
Nairobi 00200

So as to reach us by 1700hrs on 22nd April 2009. Tenders will be opened on 23rd April 2009 at 1430hrs at our main conference room in the presence of the bidders or their representatives who choose to attend.

International Organization for Migration is not bound to accept the lowest or any bid and reserves the right to accept whole or part of any tender without giving reasons.

Any form of canvassing will lead to automatic disqualification.

Kenya Power & Lighting Company Tender: Lease of Dark Fibres

TENDER NO: KPLC1/4/3/1/PT/ITT/1 8/08

DESCRIPTION OF GOODS: Lease of Dark Fibres

TENDER CLOSING DATE: 18.05.09 at 10.00a.m.

The Kenya Power & Lighting Company Limited is installing approximately 1500 km of high quality single mode fibre optic network on established transmission lines to provide a telecommunications backbone for its SCADA / EMS system.

The network will cover the following routes

(i) Nairobi-Mombasa

(ii) Nairobi-Njakuru-Eldoret-Tororo

(iii) Eldoret-Kisumu (iv) Nairobi-Kiganjo-Nanyuki.

This network will be built progressively and released for use between August 2009 and January 2010.

The fibre optic network will have excess capacity which creates an opportunity for commercial exploitation by KPLC to provide facilities for public telecommunication services. KPLC has been granted Network Facility Provider - Tier 2 licence by CCK and plans to sell this excess capacity in the form of dark fibres through competitive bidding.

The bids will sell indefeasible rights of use (IRU) for dark fibre on specific routes and across the whole network. The terms for the sale will be published with the bids instructions. Successful bidders will be charged, in addition, an annual operating and maintenance fee. This fee will be specified for individual routes and for the whole network and will be published with the terms for the sale.

The dark fibre will be accessible at selected substations on KPLC's power transmission network. KPLC will have responsibility for the dark fibre and any other infrastructure necessary to maintain transmission that is installed between these substations. KPLC will generally provide collocation space at substations but the specification will vary from substation to substation.

The timetable for availability of the fibre, the locations of substations and the availability of space at substations will be provided on request.

KPLC is now seeking expressions of interest from telecommunications Service providers interested in participating in this bid that are licensed to provide telecommunications services in Kenya or to provide transit services through Kenya to and from neighbouring states.

The Expressions of Interest should provide the following information:

(i) Company name and address
(ii) Contact point to receive information about the bids
(iii) Relevant telecommunications licence(s) held
(iv) Specific Areas of interest and the number of fibres

Interested telecommunication service providers may obtain further information from the Office of the Telecommunications Manager, situated at Electricity House, 8th Floor, Harambee Avenue, Nairobi on working days between 9.00 a.m. and 4.30 p.m.,

Email address: sndirangu @ kplc.co.ke

The Expression of Interest should be addressed and delivered to:

L K Njagi
Company Secretary
The Kenya Power & Lighting Co. Ltd.
Stima Plaza, 7th Floor, Kolobot Road, Parklands
PO Box 30099 -00100
Nairobi, KENYA
Tel: +2542032013201
Fax: +254 20 311146

Website: www.kplc.co.ke

so as to be received by 18th May, 2009 at 10.00 a.m.

The Expression of Interest will be opened in the Stima Plaza Auditorium at 10.30 a.m. in the presence of the prospective bidders or their representatives who choose to attend.

CHIEF MANAGER
SUPPLIES, STORES & TRANSPORT

Central Bank of Kenya Tender Notice: Supply, Installation and Commissioning of Desktop Sorting Machines

TENDER NO. CBK/39/2008/09
For Supply, Installation and Commissioning of Desktop Sorting Machines

1. The Central Bank of Kenya invites tenders for SUPPLY, INSTALLATION AND COMMISSIONING OF DESKTOP SORTING MACHINES.

2. Complete Tender documents may be obtained from the Director, Estates Supplies & Transport, 5th floor, Central Bank of Kenya Head Office, Nairobi during official working hours upon payment of a non-refundable fee of Kshs 2,500/= in Cash or Bankers cheque.


3. Tender documents duly completed in sealed envelopes clearly marked Tender No. CBK/39/2008-2009 should be delivered to the Green Tender Box at the main entrance of the Central Bank of Kenya, Head Office, Nairobi on Haille Selassie Avenue. Late bids will not be accepted and will be returned unopened.

4. 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.

5. Tenders will be opened publicly on 7th May, 2009 at 12.00
noon at the Presentation Room, 6th Floor, Central Bank of Kenya, Head Office, Nairobi.

Interested tenderers or their representatives may attend the tender opening ceremony.

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

DIRECTOR,
ESTATES SUPPLIES & TRANSPORT DEPARTMENT

Central Bank of Kenya Tender Notice

TENDER NO. CBK/38/2008/09

Tender for Supply, Installation and Commissioning of Hardware Equipment for the Project Simba at the Central Bank of Kenya

1. The Central Bank of Kenya invites tenders for Supply, Delivery, Installation, Testing and Commissioning of high-end enterprise hardware equipment for the SIMBA Project for its Head Office and Branches (Eldoret, Mombasa and Kisumu including the Kenya School of Monetary Studies).

2. Complete Tender documents may be obtained from the Director, Estates, Supplies & Transport Department, 5th floor, Central Bank of Kenya Head Office, Nairobi during official working days and hours upon payment of a non-refundable fee of KShs 5,000/= in Cash or Bankers cheque.

3. Tender documents comprising Technical Specifications, Financial Proposal and Bid Bond duly completed in sealed envelopes clearly marked Tender No. CBK/38/2008/09 for Supply, Installation and Commissioning of Hardware Equipment for Simba Project
should be delivered to the Central Bank of Kenya Tenderbox at the headquarters entrance lobby, Nairobi before 12.00 p.m, on 07th May 2009.

Late bids will not be accepted and will be returned unopened. All tenders must be accompanied by a Bid of 2% of the tender sum. The Technical Specifications (including the bid bond) and Financial Proposal should be placed in separate envelopes clearly marked.

The two envelopes should be encased in one big envelop clearly marked "TENDER FOR SUPPLY, INSTALLATION & COMMISSIONING OF HARDWARE EQUIPMENT FOR THE SIMBA PROJECT FOR THE CENTRAL BANK OF KENYA". Failure to provide the bid bond will lead to automatic rejection of the tender.

4. Tenders will be opened publicly on 07th of May 2009 at 12.00 noon at the Presentation Room, 6th Floor, Central Bank of Kenya, Head Office, Nairobi. Interested Tenderers or their representatives may attend the tender opening ceremony.

5. Canvassing or lobbying for the award of the above tender directly or through a proxy shall lead to automatic disqualification of the Tenderer.

DIRECTOR,
ESTATES. SUPPLIES & TRANSPORT DEPARTMENT

Thursday, April 2, 2009

Kenya Anti-Corruption Commission Specific Procurement Notice

Kenya Anti-Corruption Commission
Specific Procurement Notice
REPUBLIC OF KENYA
Kenya Institutional Support for Good Governance Project
PROJECT ID No. P-KE-KFO-003

GRANT No. 2100155007419

Tender No. KACC/ADF1/08-09: Procurement of Brochures, Bookmarks and Bags Tender No. KACC/ADF2/08-09: Procurement of T- Shirts & Caps

1. This Specific Procurement Notice follows the General Procurement Notice for this project which appeared in Development Business Issue No. 702 dated May 16, 2007.

2. The Kenya Government has received a grant from the African Development Fund in the amount of five million five hundred and twenty thousand Units of Account towards the cost of the Kenya Institutional Support for Good Governance Project, and intends to apply part of the proceeds of the grant to cover eligible payments under the contracts for the supply of various goods. Bidding is open to all bidders from eligible member countries as defined in the ADB's Rules of Procedure for the Procurement of Goods and Works.

3. The Kenya Anti-Corruption Commission now invites sealed bids from prospective bidders for any or all of the following tenders:

1) Tender No. KACC/ADF1/08-09: Procurement of Brochures, Bookmarks and Bags
Lot 1: Design, Printing and Delivery of Brochures and Bookmarks
Lot 2: Supply and Delivery of Printed Conference bags, school back packs and
pencils/Pen Pouches

2) Tender No. KACC/ADF2/08-09: Procurement of T- Shirts & Caps
Bid security shall be as follows:
(i) Tender No. KACC/ADF1/08-09: Procurement of Brochures, Bookmarks and Bags Lot 1: Ksh 50,000.00 (Kenya Shillings Fifty Thousand only) Lot 2: Ksh 30,000.00 (Kenya Shillings Thirty thousand only)
(ii) Tender No. KACC/ADF2/08-09: Procurement of T- Shirts & Caps: Ksh 60,000.00 (Kenya shillings Sixty thousand only)

4. Complete sets of bidding documents (and additional copies) may be purchased from Kenya Anti-Corruption Commission, Procurement office at Integrity Centre, P. O. Box 61130 - 00200, Nairobi, Tel. 254 20 2717318 and Fax. 254 20 2719757 upon payment of a non-refundable fee of Kshs.2000.00 in local currency per tender, or its equivalent in a freely convertible currency, payable at the cash office for each set. Interested eligible bidders may obtain further information and inspect the bidding documents at the same address.

5. The instructions to bidders and general conditions of contract contained in the bidding documents comply with the Banks Standard Bidding Documents for the Procurement of Goods/ Works.

6. Bids shall be valid for a bid period of 120 days after Bid Opening and must be accompanied by the bid security as indicated above, in Kenya shillings or its equivalent in a freely convertible currency and be delivered to the Kenya Anti-Corruption Commission on or before 10.00 am East African time on Thursday 30th April, 2009. They will be opened in the presence of bidders representatives who choose to attend at Integrity Centre 1st floor open foyer immediately thereafter.

Completed bid documents in plain sealed envelopes clearly marked "Tender No. KACC/ADF1/ 08-09: Procurement of Brochures, Bookmarks and Bags" or "Tender No. KACC/ADF2/08-09: Procurement of T- Shirts & Caps" should be addressed to:

The Director/ Chief Executive
Kenya Anti-Corruption Commission
Milimani/Valley Road Junction
P.O. Box 61130-00200
NAIROBI

And should be deposited in the Tender box situated on Ground Floor marked "TENDER BOX". Late bids will be returned unopened.

Any form of canvassing will lead to automatic disqualification. DIRECTOR/ CHIEF EXECUTIVE

Communications Commission of Kenya (CCK) Tender Notice (Extension)

The Communications Commission of Kenya (CCK) is the independent regulatory authority for ICT industry in Kenya with responsibilities in telecommunication, broadcasting and postal services.

CCK wishes to inform interested bidders of the extension of the deadline for submission of bids for the following tenders from 1st April 2009 to 15th April 2009:

No:1
Reference no: CCK/2 1/2008-2009
Tender Description: Tender for supply, delivery, installation and commissioning of computer hardware, software and Local Area Network (LAN) for ICT centres for Persons with Disabilities.

No: 2
Reference no: CCK/22/2008-2009
Tender Description: Tender for provision of Internet connectivity for ICT centres for Persons With Disabilities.

No: 3
Reference no: CCK/23/2008-2009
Tender Description: Tender for Supply, delivery and installation of furniture for ICT centres for Persons with Disabilities.


Eligible bidders may obtain detailed tender documents from the Procurement Unit at the CCK Centre along Waiyaki Way, Nairobi, on weekdays during working hours between 9.00 a.m. and 4.00 p.m. upon payment of non-refundable fee of Kshs. 2,000 (Two Thousand) only. This amount is payable to the Communications Commission of Kenya in cash or bankers cheque.

Duly completed tender documents should be submitted in a plain, sealed envelope, bearing the relevant tender reference number and item description. The documents should be deposited in the tender box on the ground floor of the CCK Centre or sent to the address given below, so as to reach on or before 15th April, 2009 at 2.30 p.m.

Bids shall be opened soon thereafter in the 1st floor meeting room in the presence of bidder(s) who choose to attend.

Secretary Tender Committee
Communications Commission of Kenya
P.O Box 14448, Nairobi 00800 Tel: 4242000,
Fax: 4242335
Email: info@cck.go.ke
www.cck.go.ke


National Aids Control Council (NACC) Request for Applications (RFA) for Operations Research Round 1

Office of the President
National Aids Control Council (NACC)


Re-ADVERTISEMENT

Request for Applications (RFA) for Operations Research Round 1

Introduction

The National AIDS Control Council established KARSCOM (Kenya HIV and AIDS Research Coordinating Mechanism) to coordinate research on HIV and AIDS in accordance with the Kenya National HIV and AIDS Strategic Plan (KNASP) 2005/06 to 2009/10.

KARSCOM has developed and is implementing the HIV and AIDS Research Strategy, and part of the resources to implement it have been mobilized through World Bank funded Total War against HIV and AIDS (TOWA) Project Component 1. This RFA therefore relates to implementation of priority research through the TOWA Project.

The goal of this RFA is to promote evidence-based programming through operational researches emanating from Joint HIV and AIDS Programme Reviews.

KARSCOM is accepting proposals to undertake priority operational researches on the topics identified through the Joint HIV and AIDS Programme Review (JAPR) and by specific Monitoring and Coordination Groups as listed below:

1. Prevention of New Infections operational research priority areas

1.1 Abstinence and character formation among the youth; a situation analysis among the Faith Based Croups in Kenya. [The best one proposal will be funded]

2. Improvement of Quality of Life of people infected and affected by HIV and AIDS operational research priority areas

2.1 Determine the impact of ART on Health Delivery Systems including reduction of HIV and AIDS related bed occupancy. [The best one proposal will be funded]

3. Mitigation of Social and Economic Impact operational research priority areas

3.1 Conduct a situation analysis on HIV and AIDS among the elderly and their role in care giving. [The best one proposal will be funded]

3.2 Conduct a situation analysis on HIV and AIDS among the widows and widowers. The best one proposal will be funded]

3.3 Conduct a situation analysis on HIV and AIDS among the People with Disabilities (PWDs).[ The best one proposal will be funded]

3.4 Conduct a study on Female Genital Mutilation (FGM) and other forms of gender based violence and determine their influence on HIV transmission among adolescents and youth. [The best one proposal will be funded]

3.5 Conduct a situation analysis on HIV and AIDS status in the private sector. [The best one proposal will be funded]

Application Process, Review and Funding

The applicant (individual researchers or research institutions) must submit proposals responding to the above research areas in line with the Guidelines for Management of Research Protocols and an addendum which has been incorporated to strengthen the proposal review process that can be accessed through the NACC website at http://www.nacc.or.ke or from the Division of Monitoring, Evaluation and Research of National AIDS Control Council.

Proposals to undertake the consultancies will be reviewed as outlined in the aforementioned document. The grant for each operational study is Ksh. 2 million and only the best one (1) proposal will be funded in each area. In addition, no individual researcher or research institution would be eligible for funding for more than one research proposal. The application processing fee is Ksh. 1000 Payable in cash at NACC accounts office but preferably by bankers cheque.

Applicants who had previously expressed their interest in the RFA are advised to refer to the aforementioned addendum to make an informed decision on whether or not to re-submit their proposals. Those applicants who wish to re-submit their modified proposals in line with the aforementioned addendum should collect their proposals from the Monitoring& Evaluation division, National AIDS Control Council.

Please be advised that those who had paid application fees of Ksh. 1000 will not be required to make another payment.

A photocopy of the receipt used for payment will however be required during re-submission.

Those who would not have collected or indicated willingness to collect their previously submitted proposals by April's, 2009 shall be deemed to have accepted that their proposal should proceed to the next level of evaluation Any questions may be submitted via email to bmundia@nacc.or.ke

Timelines and Deadline for Application for Operational research

The applications should reach the address below by close of the business on April 6, 2009. Please send your application to;

The Director,
National AIDS Control Council.
Landmark Plaza, Floor 9,
Argwings Kodhek Road,

P.O Box 61307-00200 Nairobi, Kenya.

Telephone; 2711261,2715144,

Fax 2711072,2711231

Please mark the envelop as follows: "Operational Research Proposal - Bound 1'

Moi University: Expression Of Interest To Provide Consultancy Services For Customer Satisfaction Survey

Moi University has embarked on a comprehensive undertaking of the improvement of its corporate image, with a view to enhancing service delivery to its customers, stakeholders and the general public. To realize this important goal, the University intends to enlist consultancy services to determine the level of satisfaction of its customers.

Moi University therefore invites Expression of Interest (EOI) from the consultancy firms to provide consultancy services for its customer satisfaction survey. The eligible firms should satisfy the following minimum conditions:
  1. Certificate of incorporation
  2. Accreditation/Affiliation certificate
  3. Trading license
  4. Company profile and qualification of key managers including Directors
  5. Audited accounts for the last 3 years
  6. Five major clients in the last 3 years
  7. VAT compliance
  8. Company brochures
The expression of interest (EOI) Documents/Bids should be submitted to: The Chief Administrative Officer, Moi University. P.O. Box 3900 - 30100 ELDORET.
The Expression of Interest (EOI) documents must be placed inside THE TENDER BOX IN RECEPTION DESK, SENATE & ADMINISTRATION BUILDING, GROUND FLOOR or its NAIROBI OFFICE, VIEW PARK TOWERS, NINTH FLOOR by 12.00 noon or before 8th April, 2009 at 12.00 noon.

Opening will be done the same day at 12.30 p.m. at the University Procurement Boardroom.

Moi University Reserves the right to accept or reject EOI in whole or in part and is not bound to give reasons whatsoever for its decision. Canvassing will lead to automatic disqualification.