Monday, March 15, 2010

Kenya Power & Lighting Company Limited (KPLC) - Supply of Prepayment Static Meters for Active Energy

The Kenya Power & Lighting Company Limited (KPLC) invites tenders from interested Bidders for the supply of the following Items:

TENDER NO: KPLCI/IOAA-3/PT/10-09/10
DESCRIPTION OF GOODS: Supply of Prepayment Static Meters for Active Energy
TENDER CLOSING DATE: 15.04.2010

The Tender Documents detailing the information may be obtained from the Office of the Chief Manager, Supplies, Stores & Transport, situated on 3d Floor, Stima Plaza, Kolobot Road, Nairobi on normal working days from 15th March 2010 between 9.30 a.m. to 12.30 p.m. and 2.00 p.m to 4.30 p.m.

The Tender Document 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, Nairobi, 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 Document should be addressed and delivered to:

The Company Secretary
The Kenya Power & Lighting Co. Ltd.
Stima Plaza, Kolobot Road, Parklands
P0 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 dosing date shown above and Bidders or their representatives are welcome 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 dosing 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.

Kenya Polytechnic University College - Proposed Vertical Extension of ‘C’ Block

TENDER NO. KPUC/ T14 / 2009/2010
Proposed Vertical Extension of ‘C’ Block

The Kenya Polytechnic University College invites tenders from registered contractors for Tender Number KPUC / T14 /2009/2010: THE PROPOSED VERTICAL EXTENSION OF ‘C’ BLOCK at the Kenya Polytechnic University College, Main Campus.

Interested Contractors who are registered with the Ministry of Public Works (proof of registration required) in Category F and above can obtain complete Tender Documents from the Procurement Office in person or against written application upon payment of a non-refundable fee of Kenya Shillings Three Thousand (Ksh. 3,000) payable in cash or bankers cheque to the Kenya Polytechnic University College.

All payments are to be made to the Cashier, the Kenya Polytechnic University College, during normal working hours.

Interested bidders should note that only those meeting the criteria specified here below and supported by relevant documents will be considered.
  1. Proof of works of similar magnitude and complexity undertaken in the last five (5) years.
  2. Adequate equipment and key personnel for specified type of works.
  3. Sound financial standing and adequate access to bank credit facilities.
  4. Litigation history of the company (relevant court and arbitration cases).
  5. Confidential business questionnaire.
  6. Tax Compliance Certificate.
  7. Copy of P.I.N Certificate.
  8. Bid Bond of Ksh. 175,000.00 (Kenya Shillings one hundred seventy five thousand only) from a reputable bank or insurance company.
Further, tenders from the following tenderers shall be treated as non-responsive and therefore subject to automatic disqualification.

a. A tender from a tenderer whose on-going project(s) is / are behind schedule and without any approved extension of time.

b. A tender from a tenderer who has been served with a default notice on on-going project(s).

Bidders may view architectural plans of the project at the Procurement Office during normal working hours. Tenders in plain sealed envelopes, marked Tender No. KPUC/ T14 /2009/2010 and bearing no indication of the tenderer should be addressed to:

The Principal,
The Kenya Polytechnic University College,
P.O. Box 52428-00200,
Nairobi

Tender documents should be placed in the “Tender Box” at the Administration Block, 1st Floor, or sent by post so as to be received not later than Tuesday, 6th April, 2010 at 12.00 hrs. Submitted bids will be opened in the Conference Room immediately on the same day after the closing time in the presence of the tenderers or their representatives who choose to attend.

Late bids will not be considered. Prices quoted must remain valid for sixty (60) days from the opening date of the tender.

The Kenya Polytechnic University College reserves the right to reject any tender without giving reasons for the rejection and does not bind itself to accept the lowest or any tender.

The Principal
The Kenya Polytechnic University College.
http://www.kenyapolytechnic.ac.ke

City Council of Nairobi supply and delivery of accountable documents

The City Council of Nairobi invites sealed bids from eligible bidders for the supply and delivery of accountable documents.

Interested legible bidders may inspect and purchase a complete set of tender documents from the office of the Director of Procurement, First Floor Room 105, City Hall Annex upon payment of a non - refundable fee of Kenya Shillings five Thousand (5000/=) only per set.

The complete tender documents in a sealed envelope clearly bearing only the tender number and title of the contract should be deposited in the Tender Box placed at the corridor of 1st floor City Hall Annex Room 105 or if sent by post be addressed to:-

TOWN CLERK
CITY COUNCIL OF NAIROBI
P.O. Box 30075 – 00100
NAIROBI.

So as to reach him on or before 11.00a.m. on 9th April, 2010. The tenders will be opened soon thereafter at the Procurement Board Room, City Hall, 1st Floor in the presence of bidder’ representatives who choose to attend.

Tenders must be accompanied by Tender Security in the form and amount specified in the tender documents.

Tenderers are requested to strictly abide by the requirements to avoid disqualification.
City Council of Nairobi is not bound to accept the lowest or any tender.

NB:

Do you know that the following are unlawful?
  1. Using signage/ advertising in your building /car without paying necessary fees
  2. Operating a business without a Single Business Permit
  3. Destruction of Council property like manhole covers, traffic street lights, fire hydrants
  4. Obstructing / blocking the flow of traffic
  5. Failure to observe Zebra crossing
  6. Dumping garbage in under designated areas
  7. Parking vehicles in pavement and footpaths
  8. Conducting business in premise without a fire clearance certificate
  9. Hawking or buying goods from hawkers at under designated places
  10. Handling food for sale without certificate
PHILIP M.A. KISIA, MBS, FKIM
TOWN CLERK

Customer care Tel: 0725 624 489, 0735 825 383 or 020 344 194
Blog: http://blog.ideasfornairobi.org
www.nairobicity.go.ke

VSF- Belgium Tender Notice for Purchase of a Toyota Landcruiser

VSF- Belgium is an International NGO working with disadvantaged communities to increase their standards of living and improve food security through animal health and
animal production in East Africa and the Great Lakes.

We hereby invite tenders for the supply and delivery of a Toyota Landcruiser for the EVSP project in Southern Sudan.

Tender documents with detailed specifications of the said Complex, Chaka Road, Nairobi, Kenya before 1st April 2010.

The vehicle must be collected from VSF-B offices upon payment of a non-refundable fee of Ksh 2,000. Tender bids in sealed envelopes and clearly marked “supply and delivery of a Toyota Landcruiser for the EVSP project in Southern Sudan” to be addressed to the Regional Procurement & Logistics Manager, must be dropped at the VSF-Belgium tender box on 3rd floor, Titan

Developing values and ethics for National Unity, Cohesion and Integration in Kenya - National Multi-Media Campaign

The National Cohesion and Integration Commission(NCIC) in partnership with GTZ in support of a national unity cohesion and integration agenda in Kenya seeks the services of a media firm for a national multi-media advocacy campaign on the Agenda Four theme, in creating an informative platform for exchange in stimulating discussions
that prompts public debate.

Agenda Four appreciates that consolidating national cohesion and unity is a crosscutting task that will require the efforts of all stakehoLders including government ministries, civil society and all Kenyans.

The National Cohesion and Integration Commission (NCIC) is established under the National Cohesion and Integration Act 2008 enacted after the 2007 post elections violence and the subsequent political negotiations.

The object and purpose for which the Commission is established is to facilitate and promote equality of opportunity, good relations, harmony and peaceful co-existence between persons of the different ethnic and racial communities of Kenya, and to advise the Government on all aspects thereof.

To effectively achieve this, the public debate platform should therefore

i) percolate to the local/grass-root level for active participation

ii) ensure an inclusive participation from representative cadres of the Kenyan society

iii) engage with relevant stakeholders in a bid to tackling the issues and finding suitable solutions

iv) present a forum for linking and elevating issues identified to the national level

The media consulting firm shall be expected to-
  • Develop a well researched program, in a series of weekly episodes, to be rolled out country-wide on the Agenda Four theme of national cohesion and integration, that engages and stimulates the public in discussion and debate and that includes input from key stakeholders and experts in the governance sector
  • Ensure production of the program - in the series of weekly episodes on specific topics agreed upon in line with the Agenda Four theme
  • Engage a renowned, popular and well respected media personality/moderator with the relevant experience to rally the public on issues of unity and national cohesion and integration; moderate the debates articulating key issues arising and identification of relevant stakeholders to participate
  • Engage in mobilisation of the participating public, key stakeholders
  • Broadcast countrywide - at a prime time both on Television and on Radio
  • Develop a method of receiving feedback from the wider public on the topics discussed per episode broadcast
If interested please submit a proposal - technical and financial - for such a program, with specific indications on:
  • Time required for production of such a series of episodes
  • Number of participants estimated for the debates
  • Extent of network coverage country wide and viewership at prime time
  • Detailed profile of the media personality
If interested please submit your proposal by COB - Wednesday 23rd March, 2010 to:

GTZ Kenya - Governance Support Project
Riverside, Westlands
Off Riverside Drive, Opp Prime Bank
P.O. Box 41607-00100, Nairobi

Monday, March 8, 2010

Transaction Advisory Services for Implementation of the Privatization Programme

The Privatization Commission is a body corporate established under the Privatization Act, 2005 to implement Kenya’s Privatization Programme.

As part of the implementation of the programme approved by the Cabinet in December 2008, the Commission is inviting Expressions of Interest (EOI’s) for transaction advisory
services for the privatization of the following two (2) parastatals:
  1. East African Portland Cement Company Limited
  2. Kenya Electricity Generating Company Limited.
The Consultant, which should be a firm or consortium of firms will be required to assemble a team of highly qualified Kenyan and or international specialists with relevant expertise and recent experience in providing transaction advisory services, overall management of privatization transactions in the respective sectors, transaction structuring and commercial and legal advisory services.

A firm that does not have all the expertise for the assignment in-house may associate with another firm to provide the full range of the required expertise. However, any associating firm can associate with one firm only (i.e. be a member of only one consortium). Expressions of Interest from a firm associating with more than one firm/consortium will be rejected.

For each of the transactions, the consultant will be required to:
  • Carry out financial, legal, technical and strategic direction due diligence for the respective company;
  • Recommend the most appropriate privatization strategy for each of the companies;
  • Undertake business valuation of the respective company;
  • Facilitate discussions between the Commission, the shareholders and the key stakeholders;
  • Facilitate procurement of other consultants required to implement the transaction and coordinate their activities;
  • Advise the Commission on all the requirements to implement the recommended privatization strategy;
  • Prepare any documents that may be required to implement the approved privatization strategy;
  • Organize and participate in road shows; and
  • Provide any other service as may reasonably be required of a Transaction Advisor.
Interested consultants must provide information indicating their qualifications; capabilities and details of past experience especially in transaction advisory services
(brochures; short description of up to three (3) similar assignments undertaken in
the last five (5) years and the names and contacts of clients; experience in similar
conditions and availability of appropriate skills among staff).

The Privatization Commission will prepare a short list of firms to whom the request for proposals (RFPs) will be distributed. Consultants will be selected in accordance with the public sector procurement procedures set out in the Public Procurement and Disposal Act (2005) and the Public Procurement and Disposal Regulations (2006).

The consultant may express interest in either one or both consultancies.

Expressions of interest which will include an original and 4 (four) copies must be received at the address below on or before 12.00 noon on Thursday 8th April 2010.

The Executive Director/CEO
Privatization Commission
11th Floor, Extelcoms House
Haile Selassie Avenue
Nairobi

Email: ed.ceo@pc.go.ke

The Privatization Commission is not bound to accept any Expression of Interest it
receives.

Solomon Kitungu
Executive Director/CEO

Prime agricultural farm land for sale in Tanzania

About 3,800 Ha (9,500 Acres), with Title, near a prominent town, well connected by metalled — roads, airport and port.

Being operational farm, the following facilities and resources are available

1) Farm Land : duly titled

2) Water rights

3) Functioning Infrastructure —
  • Electric connections : Gen Sets:
  • Housing for Managers, Staff and Labour
  • Factory and workshop buildings
  • Some Farm Equipment
4) Experienced Labour and staff.

5) And local networks that will assist projects

Interested Parties may kindly contact,

Group General Manager
Coaltail Enterprises Ltd,
P0 Box 117,
Tanga, Tanzania.

Cell : +255786873848
L/L +255 27 2646847
Fax +255 27 2644076
E Mail : ggm@agriafrica.co.tz;
operations@agriafrica.co.tz

Kenya Ports Authority Comprehensive Land Policy Development Tender

Invitation for Expression of Interest

Development of a Comprehensive Land Policy for Kenya Ports Authority

Tender No.KPA1036120091CS

Background

The Kenya Ports Authority (KPA) is a state corporation charged with the responsibility of maintaining, improving, regulating and managing the Port of Mombasa, amongst other
ports along Kenya’s coastline.

KPA owns diverse parcels of land, both freehold and leasehold for various purposes such
as; expansion of port related activities, construction of housing estates, provision of
learning institutions and development of Inland Container Depots.

Part of the land owned by KPA is vacant.

Objective of the assignment

KPA plans to engage a suitably qualified firm/consultant to DEVELOP A COMPREHENSIVE LAND POLICY whose main objective is to improve utility of its land
and adopt best land use practices.

The Authority intends to seek professional advice to develop a land use and management
policy which will ensure that its land and infrastructure are developed in a manner which
results in efficient port operations and maximizes the capacity of the port.

The policy will also identify additional resources to support future infrastructural investment programmes.

Scope of work

The scope of work will include:
  • Preparation of a comprehensive summary of existing leases on a standardized basis;
  • Analysis of any restrictions on KPA’s freedom of action resulting from the existence of the leases, in the context of the revised Port Master Plan;
  • Identification of existing leases requiring termination of re-negotiation;
  • Review of KPA’s existing procedures for assigning leases;
  • Summary of best international practices for the leasing of land and licensing of private sector activities within ports;
  • Development of a Land Policy that should provide the way forward as regards future port developments; and,
  • Recommendations on future KPA procedures for dealing with land leases, disposal and acquisition.
Eligibility

Qualifications necessary to be short-listed for the next stage of Request for Proposal
(REP) are as follows:.
  • Profile of the consultant to include company background, organization structure and registration with licensing and tax authorities;
  • A joint venture agreement clearly identifying the lead partner, where consultants have come together in a joint venture;
  • Firm’s registration with reputable professional bodies;
  • Demonstration of having conducted at least three assignments of similar nature as a lead consultant, individually or as part of a consortium, within the last three years. This must include a list of clients and brief description of similar projects carried out successfully, complete with references; and,
  • Evidence of technical capability to undertake the assignment. This should include but not be limited to appropriate tools, materials and process to deliver the project.
NOTE: Where consultants have come together in consortia, all parties should meet the
eligibility requirements.

Completed expression of interest documents in plain sealed envelopes must be received
by the Authority at the address below not later than Wednesday 17th March 2010, AT
0900 HOURS. marked as follows: KPA1036120091CS-EXPRESSION OF INTEREST FOR DEVELOPMENT OF A LAND POLICY FOR KENYA PORTS AUTHORITY

Addressed To:

The Secretary
Corporation Tender Committee
Kenya Ports Authority
P.O. Box 95246-801 04
Mombasa, Kenya

Alternatively, the completed expression of interest documents may be deposited at the
Tender Box 7 located at the BUS TERMINUS, Port main Gate No.10, Kilindini, Mombasa by Wednesday 17th March 2010, at 0900 HOURS.

Only short-listed candidates will be invited to submit proposals.

Yobesh Oyaro
Procurement and Supplies Manager
For: Managing Director

Eldoret Polytechnic Requests for Expression of Interests (EOIs)

The Eldoret Polytechnic invites parties (Teams/Organizations or Individuals) to
express their interest on the following assignment:

Part No. 1. Review of Strategic Plan

Part No. 2. Environment Impact Assessment

Part No. 3. Customer Care Training

Part No .4. Staff Academic Policy Development

Interested persons must meet the following minimum criteria:-
  1. Interested persons may submit their offer for any number of parts
  2. Demonstrate ability and capacity to undertake the assignment(s) – relevant documentary proves and references must be provided
  3. Experience in facilitating meetings with senior level stakeholders where applicable
  4. Submit detailed profile
  5. Submit copies of registration and Tax compliance certificates
  6. Provide physical address/contracts
The short listed persons /group will be issued with a request for proposal (RFP) document with specific terms of reference

The expression be submitted before or on 31st March 2010 in sealed envelopes addressed to:

The Principal
Eldoret Polytechnic,
P.O. Box 4461-30100
Eldoret

or deposited in the tender box situated at Eldoret Polytechnic Administration Block.

Rural Electrification Authority Environmental and Social Impact Assessments Tender

Tender No. REA/2010/RFP/001

Request for Consulting Services for Carrying Out Environmental and Social Impact Assessments of the Proposed Off-Grid Diesel Power Generating Stations and Associated Substations

Rural Electrification Authority intends to construct three (3) off-grid diesel power generating stations and associated substations in the following towns: Lokitaung and Lokori in Turkana North and Turkana East districts respectively and Faza Island in Lamu
district.

In compliance with the Environmental Management Coordination Act (EMCA), 1999, an Environmental and Social Impact Assessment needs to be carried out to determine among others the state of the environment before the projects, the impact of the projects to the environment during the construction, operation and decommissioning phases and mitigation measures of eliminating, minimizing/reducing adverse/negative impacts and/or maximizing social-economic benefits.

The outputs will be three (3) Environmental & Social Impact Assessment Reports duly approved by the National Environmental Management Authority (NEMA).

Interested consulting firms with the relevant qualifications and experience in conducting Environmental Impact Assessments are hereby invited to submit proposals for undertaking the study.

Consultants should also provide the following:
  • Company profile (a copy of registration certificate, tax compliance certificate, PIN Certificate and NEMA registration Certificate).
  • Relevant experience related to the assignment, track record and financial capability
  • Evidence of related jobs undertaken in the last three years
  • Qualification and competence of key staff proposed for the assignment
The Request for Proposal document is available for inspection and collection from the office of the Manager, Procurement and Supplies, Rural Electrification Authority at the Chancery, 6th Floor, Valley Road, morning hours from 9.00 a.m. to 12.30 p.m. and
afternoon hours from 2.00 p.m. to 3.30 p.m. on normal working days, upon payment of a non-refundable fee of Ksh 3,000 in cash or bankers cheque payable to Rural Electrification Authority.

Interested consulting firms must submit both the technical and financial proposals clearly marked as per the instructions in the tender document and bearing the TENDER REFERENCE NUMBER and DESCRIPTION addressed to

The Chief Executive Officer
Rural Electrification Authority
The Chancery, 8th Floor, Valley Road
P. O. Box 34585, 00100
Nairobi, Kenya

or be deposited in the Tender Box situated on 6th Floor, The Chancery so as to reach on or before 22nd March, 2010 at 12.00 Noon.

Tenders will be opened immediately thereafter in the presence of the candidates or their representatives who choose to attend.

Tea Board of Kenya Mark of Origin for Kenya Tea Tender

The Tea Board of Kenya

ISO 9001:2000 Certified

Expression of Interest

Implementation of the Mark of Origin for Kenya Tea

The Tea Board of Kenya (TBK) established under the Tea Act (Cap 343) of the Laws of Kenya, is charged with the responsibility of regulating and promoting the tea industry.

The Board intends to support the efforts of stakeholders of branding Kenya Tea by implementing the Tea industry’s “Mark of Origin”. The Mark will be used to identify and promote Kenya Tea in the Local and International Markets.

In this respect, the Board intends to engage the services of a Third Party Auditor to undertake a survey with the objective of reviewing the Mechanism (rules) that has been developed to govern the use of the Mark and to develop an instrument/system for traceability.

The Board therefore invites qualified Firms to express interest in carrying out the
consultancy.

General requirements

Interested firms MUST possess/demonstrate:
  1. Capacity and capabilities to undertake the task.
  2. Previous Experience in undertaking similar work.
  3. Familiarity with food safety management systems (ISO 22000, HACCP, BRCIOP)
  4. Certified copies of the Certificate of Incorporation/Registration,
  5. Proof of KRA tax registration/ Compliance
  6. Audited accounts for the last two years.
Interested bidders should submit their applications to the Tea Board of Kenya offices on Naivasha Road – off Ngong’ Road during working hours on or before 15th March 2010.

The Managing Director,
Tea Board of Kenya,
P.O. Box 20064 – 00200,
Nairobi.

info@teaboard.or.ke
www.teaboard.or.ke

Coast Water Services Board Calcium Hypochlorite 65% Tender

Country: Kenya

Project: Water and Sanitation Service Improvement Project (WaSSIP)

Credit No.: IDA 4376-KE

NCB Title: Supply and Delivery of Calcium Hypochlorite 65%

NCB No CWSBJWaSSIP/WC/G7/2010

1. This Invitation for Bids follows the General Procurement Notice for this Project that
appeared in Development Business, issue no. 715 of 30th November, 2007.

2. The Government of Kenya has received a credit from the International Development
Association (IDA) toward the cost of Water and Sanitation Service Improvement Project
(WaSSIP) and it intends to apply part of the proceeds of this credit to payments under
the Contract for Supply and Delivery of Calcium Hypochlorite 65%, Contract No.
CWSBIWaSSIPIWC/G7/2010.

3. The Coast Water Services Board, a state corporation in the Ministry of Water and
Irrigation (MW&l), now invites sealed bids from eligible and qualified bidders for Supply
and Delivery of Calcium Hypochlorite 65% as detailed below:

Description of the Goods: Calcium Hypochlorite 65%
Quantity (Kg): 122,176

4. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IDA Credits
published by the Bank in May 2004 and revised in October 2006, and is open to all
bidders from Eligible Source Countries as defined in the Bidding Document.

5. Interested eligible bidders may obtain further information from the address below:

Chief Executive Officer
Coast Water Services Board
Mikindani Street —off Nkurumah Road
P.O Box 9041 7-801 00
Mombasa, Kenya.

Fax 254-041-2316471
Email: - info@cwsb.go.ke

Website: - www.cwsb.go.ke

and inspect the Bidding Documents at the address given below from 0800 hours to
1630 hours local time from Monday to Friday, except during lunch hour (1230 hours to
1400 hours), during weekends and public holidays.

6. A complete set of Bidding Documents in English language may be purchased by
interested bidders on the submission of a written application to the address below and
upon payment of a non-refundable fee of Ksh. 5,000.00 per set (or equivalent in freely
convertible currency). The method of payment will be cash or bankers cheque from a
reputable bank in Kenya. The Bidding Documents will be collected from the address
below upon production of a purchase receipt.

7. Bids must be delivered to the address below at or before 1200 hours East Africa time
on (date to be inserted). Electronic bidding shall not be permitted. Late bids will be
rejected. Bids will be opened physically in the presence of the bidders’ representatives
who choose to attend in person at the address below at 1205 hours East Africa time on
30th March 2010.

8. The bid shall be accompanied by a Bid Security - Kshs. 315,000 (Kenya Shillings Three Hundred and Fifteen thousand only) or equivalent amount in freely convertible currency.

9. The address referred to above is:

Coast Water Services Board
Mikindani Street —off Nkurumah Road
Mombasa, Kenya.

Kenya Sugar Board Financial Services Tender

Tenders are invited from interested and competent firms to run a scheme for provision of Direct Lending services to Individual Sugarcane Farmers within the Sugar Industry.

Firms interested in being considered to operate this scheme should collect tender documents upon payment of a non- refundable fee of Kshs. 2000.00 per set of documents from the office of the Purchasing Officer, Kenya Sugar Board Headquarters, Sukari Plaza, Upper Kabete off Waiyaki Way during working hours i.e. Monday to Friday between 8.00 a.m. – 1.00 p.m. and 2.00 p.m. - 5.00 p.m.

Those who had earlier purchased the tender document may collect fresh document free of charge

Interested eligible firms may obtain further information from the office of the SDF-Portfolio Manager, Kenya Sugar Board, P. O. Box 51500, Nairobi. Tel: 20-8018750/3 or 020-2023316/9, Email: info@kenyasugar.co.ke

Completed Tender Documents should be deposited in the Tender box situated at the reception of Kenya Sugar Board Headquarters so as to reach on or before 7th April, 2010 at 11.00 Noon.

Bulky Tender documents, which cannot go through the slot of tender box, should be delivered to the office of the Procurement Officer, Ground Floor before the above stipulated time.

Tenders should be submitted with a Tender Security of Ksh 1,000,000.00

Late Tenders shall be rejected.

Tender will be opened at 11:30 a.m. the same day in the KSB Boardroom.

Tenderers or their representatives may attend the opening.

Kenya National Audit Office - Procurement of Document Management System and IP-PBX Expansion

1. The Government of Kenya has received a grant from the African Development Bank in the amount of U.A 5.52 million towards the cost of Kenya Institutional Support for Good Governance Project.

It is intended that part of the proceeds of this grant will be applied to eligible payments under the contracts for Procurement of Document Management System and IP-PBX

2. The Kenya National Audit Office now invites sealed bids from eligible bidders for the following:

IFB No: KENAO/KISGG/4/2009-10
Description of Bid: Procurement of Document Management System

IFB No: KENAO/KISGG/5/2009-10
Description of Bid: Procurement of IP –PBX Expansion

3.
Interested eligible bidders may obtain further information from and inspect the Bidding Documents at the office of Controller and Auditor General, Anniversary Towers University Way, 9th Floor, Room 902. P. O. Box 30084-00100 Nairobi. Telephone No. +254 020 342330, Fax No. +254 020 311482.

4. A complete set of Bidding Documents (separate for each procurement package) may be purchased by interested eligible bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Kshs.2,000 (per set) in cash or in Banker’s cheque payable to the Controller and Auditor General to be paid at the cash office at the address given above during official working hours.

5. Bids addressed to:

The Controller and Auditor General
P. O. Box 30084 - 00100, Nairobi

Attention: Deputy Director of Audit (Finance and Administration) and bearing the correct IFB Number and Description should be delivered to the office in (3) above OR be deposited in the Tender Box located on 8th Floor, Anniversary Towers on or before 10.30 a.m. (East African Time) on 9th April, 2010. Bids must be accompanied by a security of Kshs.300,000 per bid.

6. Bids will be opened in the presence of bidders’ representatives who choose to attend, on 9th April, 2010 at 10.30 a.m. at Anniversary Towers, 9th Floor Conference Room, University Way, Nairobi

7. The Government reserves the right to accept or reject any tender without being bound to give reasons for doing so.

C.M.Warui
For: Controller and Auditor General

State Law OfficeServers, Computers, Printers, Ups and Other ICT Equipment Tender

Republic of Kenya
The State Law Office

Tender No. SLO/002/2009-2010

Supply and Installation of Servers, Computers, Printers, Ups and Other ICT Equipment


The State Law Office invites sealed tenders from eligible candidate to supply and install
servers, computers, printers, ups and other ICT equipment at the State Law Office.

Interested eligible candidate may obtain further information, and inspect the tender
documents at Sheria House, Harambee Avenue; P. O. Box 40112 - 00100 Nairobi on
ground floor room G28, G29 or G32 during normal working hours.

A complete set of tender documents may be obtained by interested candidates from Procurement Department upon payment of a non-refundable fee of Kenya Shillings Two Thousand (Kshs.2,000.00) per set of documents.

All completed Tender documents in plain sealed envelopes, clearly marked with tender
number as shown above should be deposited in the Tender box situated on the entrance
to Sheria House or addressed to:

The Solicitor General
Attorney General Chambers
P. O. Box 40112 00199
Nairobi

So as to reach him on or before Tuesday 23rd March, 2010 at 10.00 a.m.

The Tender opening will take place immediately thereafter in the Attorney General’s Chambers Conference Room on 1st Floor in the presence of Tenderer’s representatives who will choose to attend.

E. N. Matiru
For: Solicitor General

Kenya Agricultural Research Institute Freeze Drier and Incubator Tender

Kenya Agricultural Research Institute through Kenya Arid and Semi Arid Lands (KASAL) Project which is funded by the European Union invites sealed tenders from eligible and competent suppliers for the supply, installation and commissioning of Freeze Drier and Incubator.

Tender No. KARI/HQTS/017/2009-2010 Supply of Freeze Drier and Incubator.

Tender documents detailing the requirements may be obtained from Procurement Office KARI HQTS Ground Floor, Western Wing Room No. 151 – Kaptagat Road-Off Waiyaki Way, upon payment of the specified non-refundable fee of Ksh. 3,000/= (Three thousand shillings only) for each tender, payable to Director, KARI by cash or bankers cheque at the Cash office, ground floor Eastern Wing, KARI HQTS.

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 tender dossier and acquaint themselves with the stated requirements before purchase of the same.

Completed tender documents should be submitted in sealed outer envelope enclosing separately sealed envelopes (in original and copy) clearly marked tender number and Tender description as stated above and as per tender instructions and addressed to:

Director,
Kenya Agricultural Research Institute,
P.O. Box 57811 – 00200,
NAIROBI.

The same should be deposited in the Tender Box on the Ground Floor KARI HQTS, NAIROBI so as to be received not later than 23rd March, 2010 at 10.00 a.m.

The tenders shall be opened immediately thereafter in the presence of bidders’ or their representatives who choose to attend at the Boardroom on the second floor.

KARI reserves the right to accept or reject any bid either in part of in whole and does not bind itself to accept the lowest bid or give reasons for its decision.

County Council of Kirinyaga Strategic Plan Tender

Expression of Interest

Preparation of Strategic Plan For The Year 2011 – 2015

The County Council of Kirinyaga invites Expression of Interest (EOI) from qualified persons for the provision of consultancy services to prepare the council’s strategic plan.

Interested and eligible consultants must submit the following
  • CVs of key personnel proposed for the assignment, indicating Education background(s) relevant qualifications and relevant experience(s).
  • A list of at least three (3) completed similar assignments, experts involved their roles and contacts of the clients.
  • Photocopies of certificates of PIN and VAT.
  • Copy of the certificate of registration with their respective professional regulatory association.
  • The consultant must have not less than THREE (3) years post registration experience.
  • The consultant must submit his/her EOI independently and shall not associate with other consultants intending to submit an expression of interest.
Complete expression of interest documents in plain sealed envelopes marked EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES FOR PREPARATION OF STRATEGIC PLAN should be sent to the address below or be deposited in the tender box at the ground floor county Headquarters – Kerugoya on or before Thursday 25th March 2010 at 10.00 a.m.

The County Clerk
County Council of Kirinyaga
P. O. Box 55 – 10300
Kerugoya

The council is not bound to accept any of the expression of interest submitted.

Canvassing will lead to automatic disqualification

J.K. ARITHI
Clerk to Council

Kenya Medical Association Consultants Services for Mavoko Housing Estates Tender

Kenya Medical Association intends to build a housing estate of approximately 150 units in Mavoko Municipality and would like to engage the services of the following Consultants.
  1. Physical Planners
  2. Quantity Surveyors
  3. Civil / Structural Engineers
  4. Electrical / Mechanical Engineers
  5. Land Surveyors
KMA Housing Co-operative Society now invites eligible Consultancy firms to express their interest in providing services in their respective disciplines stated above.

Interested Consultants MUST provide all information below, clearly indicating
the services to be provided.
  • Company Profile with details of the firm’s capability of executing works of similar nature and magnitude
  • Audited financial statements for the last three (3) years
  • Proof of registration with relevant professional bodies
  • Certified PIN, VAT and Tax Compliance certificates
  • Certificate of firm registration
  • Details of firm ownership / directorship with respective shareholding and details of citizenship
  • Physical location of the firm
  • Letter of reference for satisfactorily completed projects for the last 10 years from at least three (3) Clients
  • Litigation History
  • List of projects costing over Kshs. 500 million handled in the last ten (10) years OR in case of Physical Planners and Land Surveyors, list of projects done on over 20 acres in the last 10 years.
  • Details of at least two (2) key personnel and their academic, professional and work experience (attach copies of their curriculum vitae).
Further clarification can be obtained from the Manager on Tel. 0733-753324.

Expression of Interest documents should be submitted in plain sealed envelopes (in one original and one copy) all clearly marked:

“EXPRESSION OF INTEREST FOR ……………………….. SERVICES FOR THE PROPOSED HOUSING ESTATE IN MAVOKO MUNICIPALITY FOR KMA HOUSING CO-OPERATIVE SOCIETY LTD.”

and addressed to:-

The Chairman
KMA Housing Co-operative Society Ltd.
P.O. Box 48502 – 00100
NAIROBI

and deposited in our tender box located at KMA offices at Machera Court, Ground Floor on Komo Lane, off Wood Avenue, just immediately after Kobil Petrol Station opposite Yaya Centre building, on or before 12.00 noon on 18th March 2010.

Tender opening will be on the same day, same place just emmediately after receiving your applications.

Master Plan and Design Proposed Centre for Parliamentary Studies and Training in Mbagathi, Langata

Republic of Kenya
The Kenya National Assembly
Parliamentary Service Commission

Tender Notice
Tender No. NA/06/2009-2010

Consultancy Services for Preparation of a Master Plan and Preliminary Design of the Proposed Centre for Parliamentary Studies and Training in Mbagathi, Langata

The Parliamentary Service Commission intends to offer consultancy to a qualified bidder for preparation of a Master Plan and Preliminary Design of the proposed Centre for Parliamentary Studies and Training in Mbagathi, Langata.

Interested and eligible consultancy firms may obtain information and purchase tender document from Supplies Office at County Hall, Ground Floor during normal working hours upon payment of a non-refundable fee of Kenya Shillings Five Thousand (Kshs.5,000) per set of tender document to the Cashier, Room 126 on 1st Floor, Main Parliament Buildings.

Completed tender document in sealed envelope(s) clearly marked “TENDER NO. NA/06/2009-2010 – CONSULTANCY SERVICES FOR PREPARATION OF A MASTER PLAN AND PRELIMINARY DESIGN OF THE PROPOSED CENTRE FOR PARLIAMENTARY STUDIED AND TRAINING IN MBAGATHI, LANGATA” be deposited in the Tender Box at the entrance of County Hall on the Ground Floor and be addressed to:-

The Clerk of the National Assembly
P O Box 41842-00100
Nairobi

so as to reach him on or before Monday, March 29, 2010 at 12.00 noon.

The tender will be opened immediately thereafter in the presence of the candidates or their representatives who choose to attend at the County Hall Conference Room on the 1st Floor.

Patrick G. Gichohi, CBS
Clerk of The National Assembly

Norwegian Refugee Council Supply of 4wd Motor Vehicles

Request for bid reference: EC/01/2010

The office of the Norwegian Refugee Council invites your company to make a firm offer for the following:

Vehicle: Toyota Land Cruiser
Make/Model: Hardtop, HZJ78R-MRS
Qty: 1 Pc

Vehicle: Toyota Land Cruiser
Make/Model: Station Wagon, GXL 200
Qty: 2 Pcs

Delivery place:
  • Item 1: Bosasso, Puntland
  • Item 2: Hargeisa/Barbera, Somaliland.
Manner of Submission:

Bids should be submitted in a sealed envelope to the tender box at the Norwegian Refugee Council Offices at Chaka Place, 3rd Floor, Agwings Kodhek Road, by Mid-day, 15th March. 2010.

All offers should clearly indicate:
  • Total Delivered Duty Unpaid (DDU) price:
  • Net price after deduction of discounts:
  • Total gross/ net weight: and Total cubic dimensions:
  • Validity of the offer and Confirmed delivery date
  • Defects liability and guarantee period:
  • Detailed specifications (if different from given specifications):
  • Place of manufacture and Country of origin
Bidders are advised to collect tender documents at the NRC offices with a non refundable fee of Kshs. 2,000. Deadlines for the collection of tender documents will be the 12th
March 2010

Kenya Pipeline Company Limited (KPC) Security Services Tender

Invitation to Tender for Provision of Security Services for the Years 2010 - 2012

The Kenya Pipeline Company Limited (KPC) invites sealed tenders from eligible candidates for the Provision of Security Services for the period 2010 – 2012.

The Scope of Service

The scope of services shall include but not limited to the following:-
  1. Provide Security Services to KPC Installations.
  2. Provide radio communication HF & VHF deployment and routine check patrol vehicles, (provide details of motor vehicles) together with CCK radio communication licenses.
  3. Provide sound and effective security guarding dogs and dog handlers where applicable.
  4. Attend fire emergency situation /fire prevention, detection and control of spillages and vandalism.
  5. Provide literate and trained guards capable of using radios and modern equipment.
  6. Ability to control Industrial disputes /assembly control and riots
Mandatory Requirements:

The Tenderers must meet the following minimum requirements:-
  1. Must provide a copy of certificate of registration/incorporation.
  2. Must provide a tender security of Kshs.100,000.00 from a bank registered in Kenya.
  3. Must provide a copy of valid KRA Tax Compliance Certificate.
  4. Must provide Audited accounts for the last two years.
  5. Must provide (5) reference letters of contracts held over the last 3 years indicating value of each contract.
  6. Must provide a valid Communications Commission of Kenya radio frequency licences.
  7. Must provide a valid vaccination certificate for the dogs
  8. Must provide training program offered to the guards.
  9. Must provide a list of office and service equipment, including 4WD patrol vehicles, Motorcycles, Telephones, Computers Fax, email, HF/VHF Radio (proof of Ownership necessary)
Interested firms may obtain the tender documents from the Procurement Manager, Kenya Pipeline Company Limited, Nairobi Terminal situated at Industrial Area Sekondi Road, off Nanyuki Road upon payment of a non – refundable fee of Kshs 5,000.00 either in cash or in bankers Cheque, in favour of Kenya Pipeline Company Ltd.

Tenders in plain sealed envelopes clearly marked: “SU/QT/116N/10 Tender for
Provision of Security Services year 2010 - 2012” addressed to:

The Managing Director
Kenya Pipeline Company Limited,
P.O. Box 73442-00200,
Nairobi

And be deposited in the Tender Box situated on the Ground Floor of the Kenpipe Plaza, Sekondi Road (Off Nanyuki Road), Industrial Area, Nairobi, so as to be received on or before 31st March, 2010 at 10.00am.

Tenders submitted later than this date and time shall automatically be disqualified.

Opening of the tenders will take place thereafter in the presence of the Tenderers or their representatives who choose to attend.

The tender documents are not transferable.

Kenya Pipeline Company Limited is not bound to accept or reject any tenders either in whole or in part.

Procurement Manager
For: Managing Director

Kenya Revenue Authority (KRA) Integrated Tax Management System (ITMS)

Provision of Consultancy Services for Review of Business and Technical Design, Development and Implementation of Phase Two (2) Modules of Integrated Tax Management System (ITMS)

1. Kenya Revenue Authority (KRA) is an autonomous body responsible for managing collection of central government taxes in Kenya. KRA operates on a function-based structure which eliminates duplication, provides for a single point of access for taxpayer enquiries, a common registration function, a single accounting framework, enforcement and audit across tax heads, dedicated information processing operations, and common support functions.

2. As part of the Revenue Administration Reform and Modernization Programme, KRA has launched an Integrated Tax Management System (ITMS) Project whose implementation covers three stages:

2.1. Business Process Review and Design
2.2. System Analysis and Design
2.3. System Development and Implementation

2.3.1 Phase 1: covering seven (7) modules supporting external facing Taxpayer Services.
2.3.2 Phase 2: development of eleven (I I) remaining modules.

Implementation of the ITMS project commenced in September 2007 and items 2.1,2.2 and 2.3.1 have been completed.

3. KRA is now inviting Expression of Interests (EOIs) from suitably qualified Consultants with appropriate experience in implementing integrated tax administration systems for development and implementation of Phase 2 modules of the ITMS.

4. The scope of required services includes the following:

4.1. Analysis of Business and Technical Design artifacts and Phase I products already developed to ensure seamless integration with Phase 2.

4.2. Development and implementation of the following eleven (II) modules:

4.2.1 TaxpayerAccount(TPA)
4.2.2 Work Flow Management (WFM)
4.2.3 Compliance Monitoring (C&M)
4.2.4 Audit (AUD)
4.2.5 Debt and Enforcement (D&E)
4.2.6 Tax Credits and Refunds (TCR)
4.2.7 Payment Plans Processing and Control (PPP)
4.2.8 External Information Management (ElM)
4.2.9 Management and Statistics Reports (MST)
4.2.10 Taxpayer Services (TPS)
4.2.11 Technical Support Services (TSS).

Site or location of works, place of delivery or performance is Nairobi, Kenya.

5. Please refer to the KRA website: www.kra.go.ke/ITMS, for Terms of Reference and supporting information, and details required for completion of Expressions of Interest (EQIs) including the required Application Form.

EQIs will be assessed against the Criteria outlined in the Application Form.

EQIs should be restricted to a Capability Statement of no more than ten (10) A4 pages.

In addition, abridged CVs of no more than two (2) pages for each of the proposed Key Personnel should also be submitted.

The Completed Expression of Interest and accompanying documents must be submitted in plain sealed envelopes and clearly marked “PROVISION OF CONSULTANCY SERVICES FOR REVIEW OF BUSINESS AND TECHNICAL DESIGN, DEVELOPMENT AND IMPLEMENTATION OF PHASE 2 MODULES OF THE KRA INTEGRATED TAX MANAGEMENT SYSTEM (ITMS)” and addressed to:

The Commissioner General,
Kenya Revenue Authority,
25th Floor, Times Tower, Haile Selassie Avenue
P0 Box 48240—00100 GPO, Nairobi.
Telephone: +254202817022
Fax: +25420313509

The deadline of expression of interest is Wednesday 31st March, 2010 at 12:00 Noon Kenya time and they will be opened in public immediately thereafter and in the presence of firms’ representatives who choose to attend in the Convention Centre on 5th floor, Times Tower Building.

Applications not received and not opened in the public opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Cost to be borne by the Respondents: All expenses required for preparation and submission of the response to this EQI including providing any additional information shall be entirely incurred and borne by the respondent.

This EQI does not entail any commitment on the part of KRA, either financial or otherwise. KRA reserves the right to accept or reject any or all EQIs without incurring any obligation to inform the affected applicant/s of the grounds.

Any canvassing or giving of false in formation will lead to automatic disqualification.