Wednesday, January 6, 2010

Establishment of the El Fashir Compound, El Fashir, North Darfur, Sudan: Louis Berger Group, Inc (LBG)

Invitation to Apply for Prequalificatio: Establishment of the El Fashir Compound, El Fashir, North Darfur, Sudan

The Louis Berger Group, Inc (LBG) is an international engineering company implementing the USAID funded Sudan Infrastructure Services Program (SISP).

One of the SISP projects includes the Establishment of the El Fashir Compound.

The project activities will include the construction of office and residential buildings,
installation of a water treatment and distribution system for the buildings, installation
of all electrical wiring and conduit, installing power generation for the compound,
constructing security measures, access roadway and a sheltered parking area.

LBG intends to prequalify interested firms who performed services similar in complexity and uniqueness of construction under projects of similar scope and magnitude.

Interested bidders may obtain a complete set of prequalification documents on the
SISP website at www.sisp-sudan.com or from LBG at the addresses noted below.

Complete prequalification documents shall be submitted to:

The Louis Berger Group, Inc.
ATTN: Kara P. Dixon, Contracts and Procurement Manager
kdixon@louisberger.com
AFEX River Camp
Juba, Southern Sudan

Attention: Contracts Office

Copies shall be sent to:
The Louis Berger Group, Inc.
ATTN: Andrew V. Bailey II
2445 M Street NW, 4th Floor
Washington, DC 20037

Completed prequalification documents are due Not Later Than 1600 hrs
(East Africa Time) on 11 January 2010.

Rehabilitation and Expansion of Wau Water Treatment Plant in Wau, Southern Sudan: Louis Berger Group, Inc (LBG)

Invitation to Apply for Prequalification

Rehabilitation and Expansion of Wau Water Treatment Plant in Wau, Southern Sudan

The Louis Berger Group, Inc (LBG) is an international engineering company implementing the USAID funded Sudan Infrastructure Services Program (SISP).

One of the SISP projects includes the Urban Water and Sanitation Program, of which one of the current project includes the rehabilitation and expansion of the Wau Water Treatment Plant in Wau, Sudan.

The improvements to the Wau water treatment system will include rehabilitation of existing structures and treatment systems as well as the construction of new pipe works, water treatment systems and reinforced concrete structures.

LBG intends to prequalify interested firms who performed services similar in complexity and uniqueness of construction under projects of similar scope and magnitude.

The following scope of work specifies the anticipated elements to the expansion and rehabilitation of the water treatment plant.

There is potential for a second phase of this project which will include the expansion of the Water treatment Plant and the distribution system throughout the city.

The subcontractor will be responsible for the procurement, installation and construction of the specified scope of work, including, electrical and mechanical installation of equipment.

Civil site work will be required to stabilized disturbed ground and establish a stable drainage ditch from the site.

Environmental control measures will be installed and implemented throughout the project to ensure there is no degradation to the surrounding environment or the river Jur.

The subcontractor will be responsible for the commissioning and operation of the water treatment system for several months after the completion of construction to ensure the components are operating properly.

Interested bidders may obtain a complete set of prequalification documents on the SISP website at www.sisp-sudan.com or from LBG at the addresses noted below.

Completed prequalification documents shall be submitted to:

The Louis Berger Group, Inc.
ATTN: Kara P. Dixon, Contracts and Procurement Manager
kdixon@louisberger.com
AFEX River Camp
Juba, Southern Sudan
Attention: Contracts Office

Copies shall be sent to:
The Louis Berger Group, Inc.
ATTN: Andrew V. Bailey II
2445 M Street NW, 4th Floor
Washington, DC 20037

Completed prequalification documents are due Not Later Than 1600 hrs (East Africa Time) on 08 January 2010

Ngong II Wind Power Project Tender: Kenya Electricity Generating Company Ltd (KenGen)

Kenya Electricity Generating Company LTD (KenGen)

Tender Ref. No.: NGONG II/ 001 EPC

Tender Name: Ngong II Wind Power Project

The Republic of Kenya has received from the Kingdom of Spain a concessional loan for
a maximum amount of Euro 20 million, the proceeds of which will be utilized towards the financing of the Ngong II Wind Power Project.

The Ministry of Energy, which is the implementing agency for generation capacity expansion has delegated to KenGen the responsibility of selecting a Contractor for implementing the project.

The Kenya Electricity Generating Company Limited [KenGen] invites sealed tenders from
eligible candidates for the design, manufacture, supply, delivery, erection, testing and
commissioning of: 10Mw Ngong II Wind Power Project

Bidding is open to all firms from the Kingdom of Spain being the eligible source country.

Interested firms who are prepared to submit complete and comprehensive Tenders for
timely completion of the works as detailed in the attached Specification may obtain further information from and inspect the tender documents at:

Supply Chain Manager
Kenya Electricity Generating Company Limited
Ground Floor Stima Plaza, Phase III
Kolobot Road, Parklands
P.O. Box 47936-00100
Nairobi, Kenya

e-mail: pkimemia@kengen.co.ke
cc. ckiara@kengen.co.ke; dkagiri@kengen.co.ke and cmaende@kengen.co.ke

during normal working hours.

All correspondence shall be addressed to the above office.

A complete set of tender documents may be obtained by interested candidates upon payment of non-refundable fees of KShs. 5,000 (Kenya Shillings Five Thousand) or the equivalent amount in foreign currency in cash or Bankers cheque payable to Kenya Electricity Generating Company Limited.

This amount does not include postage or courier charges for the tender document.

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

Bidders who download the tender document from the website will be required to pay a reduced fee of KShs. 3,000.00 (Kenya Shillings Three Thousand).

Bidders who download the tender document from the website should immediately notify the Supply Chain Manager and furnish their contact and address for the purpose of issuing clarifications or tender addendum.

Prices quoted should include duties and taxes and other levies payable by the Contractor under the Contract and must be in Euro and shall remain valid for 120 days from the closing date of the tender.

One (1) original and three (3) copies of the tender documents must be submitted in sealed envelopes clearly marked as follows:

“NGONG II WIND POWER PROJECT- NGONG II/ 001 EPC”

All tenders must be accompanied by a tender security for Euro 200,000 (Euro Two Hundred Thousand) or KShs. 20,000,000 (Kenya Shillings Twenty Million) and must be delivered to the following address:

The Company Secretary, Legal & Corporate Affairs Director
Kenya Electricity Generating Company Limited
7th Floor, Stima Plaza
Kolobot Road, Parklands
P.O. Box 47936-00100
NAIROBI, KENYA

Tel: +254 20 3666708

so as to be received not later than 2.00 p.m. on Tuesday 16th March 2010.

Tenders will be opened immediately thereafter in the presence of the candidates or their
representatives who choose to attend at The Executive Committee Meeting Room on 7th Floor of KenGen Stima Plaza offices.

A site visit will be held on Tuesday 9th February 2010.

Bidders are strongly advised to attend or sent their nominated representatives.

SUPPLY CHAIN MANAGER

Erection and Completion of 1 No. 750 students Hostel Block: Narok University College

Tender No. NUC/02/2009-10

Closing and Opening Date: Monday 25th January 2010

Time: 12 Noon

Tenders are invited from qualified contractors who should be registered by the Ministry of Public Works from Class B and above for the above project.

1. In summary the scope of the works entails: Erection and completion of a four storeyed block of hostels area of approximately 7120m2.

2. The tender documents with detailed plans, drawings and Bills of Quantities (BoQ’s) can be obtained from Senior Procurement and Supplies Officer’s Office, Narok University College upon payment of non refundable fee of Ksh 5,000.00 in cash, bankers cheque or money order in favour of Narok University College at cash office before 4 pm during normal working hours.

3. Tenderers are required to Provide a bid Security at the time of submitting their tenders equivalent to 1.5% of the Tender Sum.

4. Only Contractors meeting the criteria below, that must be demonstrated by producing relevant evidence at the time of submitting the tender will be considered.

These include:

a. Must be registered with the Ministry of Public Works in Category B and above. Certificates must be attached.

b. Must have undertaken a minimum of at least three projects of a similar nature in the last five years

c. Must have adequate construction plant and equipment , key professional and technical personnel to undertake the works

d. Must provide proof of sound financial standing and the contractor’s ability to undertake the works which should be accompanied with a letter of reference from a reputable commercial Bank and should include:

i. Average annual turnover of not less than Ksh. 150Million (certified annual audited accounts for the period 2005- 2008)

ii. Access to liquid assets of not less the Ksh. 25million (cash in hand, credit lines etc with copies of supportive documents)

iii. Copies of certificate of registration/incorporation, VAT registration and PIN number.

The College reserves the right to reject any tender and is not bound to accept the lowest or any tender.

Completed tender documents in plain sealed envelopes and clearly marked with the respective “Tender Number NUC/02/2009-10” and bearing no indication of the Tenderer addressed to:

The Principal,
Narok University College,
P.O. Box 861, Narok.

Tel No. 050-23213

Or be deposited in the Tender Box located in the Learning Resource Centre, next to the Administration Block, Narok University College, so as to reach the above named address not later than 12.00 noon on Monday, 25th January, 2010.

Submitted bids will be opened in the Administration Board room soon after the closing time. Tenderers or their representatives who choose to attend are invited.

Late Bids shall be returned unopened. Canvassing, either directly or indirectly will result in automatic disqualification.

Environment Impact Assessment: Pharmacy and Posions Board

The PPB is established under Cap 244 of the laws of Kenya and is charged with the responsibility of regulating the trade in drugs and control of the profession of pharmacy.

The Pharmacy and Poisons Board is in the process of building an office Block due to increase in number of staff in order to effectively achieve its objectives and expectations of the stakeholders for improvement of service delivery

The Board invites interested firms for providing Environmental Impact Assessment services in relationship with the above project.

Interested and qualified firms are invited to submit an expression of interest (EOI) for the development of the above services.

The EOI must provide information indicating professional capabilities and experience of the firm as well as that of its staff in providing the above services.

As a minimum requirement interested firms MUST provide the following information:

1. Company profile, history, contacts, products/services etc…

2. Demonstration of experience in implementation of similar projects.

3. Evidence of statutory compliance, certificate of business registration, certificate of incorporation (for limited company), tax compliance certificate, VAT registration certificate ,PIN certificate and valid National Environment Management Authority (NEMA) certificate

4. Audited final accounts for the last two years.

All these documents MUST be attached.

Successful firms will be invited to buy documents for submission of bids.

Proposals for the Environmental Impact Assessment should be submitted in plain sealed envelopes clearly marked.

“ENVIRONMENTAL IMPACT ASSESSMENT”

Submission should be placed in the Pharmacy and Poisons Board Tender Box located at the offices on Lenana Road, Nairobi or mailed to the address below so as to be received on or before Tuesday,19th January 2010 at 4.30pm.

Delivery through email is not acceptable.

The Registrar,
Pharmacy and Poisons Board,
P.O BOX 27663-00506, Nairobi.

Development of a Communications Strategy: Pharmacy and Poisons Board

The PPB is established under Cap 244 of the laws of Kenya and is charged with the responsibility of regulating the trade in drugs and control of the profession of pharmacy.

In order to effectively meet expectations of the stakeholders, the board seeks to develop
Communication Strategy to facilitate improvement of service delivery.

Interested and qualified firms are invited to submit an expression of interest (EOI) for the development of the above services.

The EOI must provide information indicating professional capabilities and experience of the firm as well as that of its staff in developing Communication Strategies

As a minimum requirement, interested firms MUST provide the following information:
  1. Company profile, history, contacts, products/services etc…
  2. Demonstration of experience in implementation of similar projects.
  3. Evidence of statutory compliance, certificate of business registration, certificate of incorporation (for limited company), tax compliance certificate, VAT registration certificate and PIN certificate.
All these documents MUST be attached.

Successful firms will be invited to buy documents for submission of bids.

Proposals for the Communication Strategy should be submitted in plain sealed envelopes clearly marked.

“DEVELOPMENT OF COMMUNICATION STRATEGY”

Submission should be placed in the Pharmacy and Poisons Board Tender Box located at the offices on Lenana Road, Nairobi or mailed to the address below so as to be received on or before Tuesday,19th January 2010 at 4.30pm.

Delivery through email is not acceptable.

The Registrar,
Pharmacy and Poisons Board,
P.O. Box 27663-00506, Nairobi.

Development of Enterprise Resource Planning (ERP): Pharmacy and Poisons Board

The PPB is established under Cap 244 of the laws of Kenya and is charged with the responsibility of regulating the trade in drugs and control of the profession of pharmacy.

In order to effectively meet the expectations of the stakeholders, the Board seeks to develop and ERP for linking all the departments and facilitates for improvement of service delivery

Interested and qualified firms are invited to submit an expression of interest (EOI) for the development of the above services.

The EOI must provide information indicating professional capabilities and experience of the firm as well as that of its staff in developing of ERPS

As a minimum requirement, interested firms MUST provide the following information:
  1. Company profile, history, contacts, products/services etc…
  2. Demonstration of experience in implementation of similar projects.
  3. Evidence of statutory compliance, certificate of business registration, certificate of incorporation (for limited company), tax compliance certificate, VAT registration certificate and PIN certificate.
  4. Audited final accounts for the last two years.
All these documents MUST be attached.

Successful firms will be invited to buy documents for submission of bids.

Proposals for the ERP should be submitted in plain sealed envelopes clearly marked.

“DEVELOPMENT OF ENTERPRISE RESOURCE PLANNING”

Submission should be placed in the Pharmacy and Poisons Board Tender Box located at the offices on Lenana Road, Nairobi or mailed to the address below so as to be received on or before Tuesday, 19th January 2010 at 4.30pm.

Delivery through email is not acceptable.

The Registrar,
Pharmacy and Poisons Board,
P.O Box 27663-00506,
Nairobi.

Insurance Regulatory Authority (IRA) Expression of Interest No.EOI/01/2009-2010 for Provision of Consumer Education and Awareness Campaign

The Insurance Regulatory Authority (IRA) was established through the Insurance (Amendment) Act 2006 with the mandate to regulate, supervise and develop the insurance industry in Kenya.

The Authority is committed to providing leadership to the insurance sector and educating the public on the importance of insurance and the need to purchase insurance policies.

In this regard, the Authority intends to run a country-wide consumer education/public awareness campaign on the need and importance of purchasing insurance and the role of IRA in regulating and developing the insurance industry.

The Authority, therefore, invites Expressions of Interest from reputable firms to carry out ANY or ALL of the following activities:
  1. Develop and implement a media activation plan for the campaign (media buying).
  2. Develop and design educational materials and messages for various segments of the public (students and adults).
  3. Develop and produce advertising messages for the campaign (design and artwork).
  4. Develop and produce documentaries (design and artwork).
  5. Provide outdoor branding services.
Eligible firms should provide a covering letter and statement of qualifications.

They should also provide the following information:
  1. Names, qualifications and experience of key personnel likely to participate in the assignment.
  2. Details of company profile and a copy of the latest audited accounts.
  3. Details of similar activities undertaken in the last 3 years
Interested firms must ensure that they also provide a copy of certificate of registration, a copy of membership to Association of Practitioners in Advertising (where applicable), a copy of PIN certificate and VAT registration certificate.

After evaluation, successful firms will be invited to submit proposals for the service.

Expression of interest should be delivered in a plain sealed envelope clearly marked EOI/01/2009-2010 FOR PROVISION OF CONSUMER EDUCATION CAMPAIGN and be addressed to:

The Chief Executive Officer
Insurance Regulatory Authority
Ze-Pre Place, Longonot Road,
P.O. Box 43505 NAIROBI
Tel 4996000, Fax 2710126
www.ira.go.ke

and be deposited in the tender box situated on 6th floor Zep-Re Place so as to be received on or before 19th January 2010 at 11:00 a.m.

Late submissions will be returned unopened.