Pages

Friday, February 27, 2009

UNDP Invitation for Pre-Qualification

Invitation for Pre-Qualification: For IT and LAN Equipment
Ref Number: UNDP/IFP/09-003

This announcement relates to Invitation for Pre-qualification for the following ICT Equipment:

Lot I: Computer Equipment and Accessories
Lot II: Printers and Consumables
Lot III: Local Area Network Equipment

UNDP Somalia, Southern Sudan and Kenya offices invite potential suppliers to express their interest in supplying the above mentioned equipment based on Long Term Agreements.

The Invitation for Pre-qualification should specify the Lot(s) of interest, UNDP reference number IFP/09-003 and must be received no later than Friday 20th March 2009.

The Invitation for Pre-qualification must include the following documentation:
  • Company profile indicating number of staff, core areas of expertise and experience, number of years in business.
  • Audited financial reports for the last three years
  • Certificate of Authorization from the manufacturer of representation in Nairobi, Kenya for the equipment indicated in each Lot.
  • Proof of after-sales and warranty services in Nairobi, Kenya for the equipment indicated in each Lot or free of charge back to base services.
  • Proof of Registration in the country of operation.
  • Reference of Corporate, NGO's or UN Agencies worked with for the past 2 Years.
  • Proof of Product Quality Assurance, National or International Standard.
Only potential suppliers submitting the above documentation will be considered for Pre-qualification prior to issuance of the bidding document which will include the deadline for submission of bids.

The subsequent bidding document and awarded Long Term Agreement will be issued in accordance with the Financial Regulations and Rules of UNDP.

Interested potential suppliers should forward their response including above documentation to the following address:

Registry Office
UNDP Somalia
P.O Box 28832-00200
Off Lower Kabete Road, Behind Spring Valley Police Station Nairobi - Kenya.
OR Email (max 3.5MB) to procurement.s o @undp.org

This Invitation for Pre-qualification does not entail any commitment on the part of UNDP, either financial or otherwise. UNDP reserve the right to accept or reject any or all responses without incurring any obligation to inform the affected applicants of the grounds.

Interested parties may obtain further information at the below address:
Contact: Procurement Unit
Telephone / Fax: +254 4255000
E-Mail: registry.so @ undp.org

Invitation for Pre-Qualification: For Office Equipment
Ref Number: UNDP/IFP/09-004

This announcement relates to Invitation for Pre-qualification for the following Office Equipment:

Lot I: Overhead and LCD Projectors
Lot II: Smart Boards
Lot III: Photocopiers and Multifunctional Machines
Lot IV: Fax Machines

UNDP Somalia, Southern Sudan and Kenya Offices invite potential suppliers to express their interest in supplying the above mentioned equipment based on Long Term Agreements The Invitation for Pre-qualification should specify the Lot (s) of interest, UNDP reference number IFP/09-004 and must be received no later than Friday 20th March 2009.

The Invitation for Pre-qualification must include the following documentation:
  • Company profile indicating number of staff,
  • core areas of expertise and experience, number of years in business.
  • Audited financial reports for the last three years
  • Certificate of Authorization from the manufacturer of representation in Nairobi, Kenya for the equipment indicated in each Lot.
  • Proof of after-sales and warranty services in Nairobi, Kenya for the equipment indicated in each Lot or free of charge back to base services
  • Proof of Registration in the country of operation.
  • Reference of Corporate, NGO's or UN Agencies worked with for the past 2
Years.
  • Proof of Product Quality Assurance; National or International Standard
  • Only potential suppliers submitting the above documentation will be considered for Pre-qualification prior to issuance of the bidding document which will include the deadline for submission of bids.
The subsequent bidding document and awarded Long Term Agreement will be. issued in accordance with the Financial Regulations and Rules of UNDP.

interested potential suppliers should send their response including above documentation to the following address:

Registry Office
UNDP Somalia
P.O Box 28832-00200
Off Lower Kabete Road, Behind Spring Valley Police Station Nairobi - Kenya.

OR Email (max 3.5MB) to procurement.so @ undp.org

This Invitation for Pre-qualification does not entail any commitment on the part of UNDP, either financial or otherwise. UNDP reserve the right to accept or reject any or all responses without incurring any obligation to inform the affected applicant/s of the grounds.

Interested parties may obtain further information at the below address:

Procurement Unit +254 4255000 registry.so @ undp.org

Invitation for Pre-Qualification: For Office Furniture
Ref Number: UNDP/IFP/09-005

This announcement relates to Invitation for Pre-qualification for the following Office Furniture:
  • Executive Desks
  • Round meeting Tables with Chairs Individual and Multiple Work Stations
  • Conference Tables and Chairs
  • Executive High Back Chairs
  • Executive Medium Back Chairs
  • Filing Cabinets
  • Bookshelves with lockable compartments
UNDP Somalia, Southern Sudan and Kenya Offices invite potential suppliers to express their interest in supplying the above mentigped office furniture based on Long Term Agreements. The Invitation for Pre-qualification should specify the Lot (s) of interest, UNDP reference number IFP/09-005 and must be received no later than Friday 20'" March 2009.

The Invitation for Pre-qualification must include the following documentation:
  • Company profile indicating number of staff, core areas of expertise and experience, number of years in business.
  • Audited financial reports for the last three years Proof of after-sales services. Proof of Registration in the country of operation.
  • Reference of Corporate, NGO's or UN Agencies worked with for the past 2 Years.
  • Proof of Product Quality Assurance; National or International Standard
Only potential suppliers submitting the above documentation will be considered for Pre-qualification prior to issuance of the bidding document which will include the deadline for submission of bids.

The subsequent bidding document and awarded Long Term Agreement will be issued in accordance with the Financial Regulations and Rules of UNDP.

Interested potential suppliers should send their response including above documentation to the following address:

Registry Office UNDP Somalia P.O Box 28832-00200
Off Lower Kabete Road, Behind Spring Valley Police Station Nairobi - Kenya.
OR Email (max 3.5MB) to procurement.so @ undp.org

This Invitation for Pre-qualification does not entail any commitment on the part of UNDP, either financial or otherwise. UNDP reserve the right to accept or reject any or all responses without incurring any obligation to inform the affected applicant/s of the grounds.

Interested parties may obtain further information at the below address:

Procurement Unit +254 4255000 registry.so@undp.org

Invitation for Pre-Qualification: For Conferencing Facilities
Ref Number: UNDP/IFP/09-006

This announcement relates to Invitation for Pre-qualification for Provision of Accommodation and Conferencing Facilities for 3 and 5 star standards only in the following Regions -

Lot I: Nairobi
Lot II: Naivasha
Lot III: Mombasa

UNDP Somalia, Southern Sudan and Kenya Offices invite potential service providers to express their interest in providing the above services based on Long Term Agreements. The Invitation for Pre-qualification should specify the Lot (s) of interest, UNDP reference number IFP/09-006 and must be received no later than Friday 20'thMarch 2009.

The Invitation for Pre-qualification should specify the various conference facilities offered which include (but not limited to;) the following:-
  • Confirm that both accommodation and conferencing is available including capacity
  • Confirm that Conference Equipment (i.e Audio Visual including translation equipment) is available or can be made available
  • Specify Conference Facilities (e.g Air conditioner, type and style of conference rooms and writing material)
The Invitation for Pre-qualification must include the following documentation:
  • Company profile indicating number of staff, core areas of expertise and experience, number of years in business.
  • Audited financial reports for the last three years
  • Proof of Registration in the country of operation.
  • Proof of rating (3 or 5 star)
Reference to Corporate, NGO's or UN Agencies worked with for the past 2 Years.
Only potential service providers submitting the above documentation will be considered for Pre-qualification prior to issuance of the bidding document which will include the deadline for submission of bids.

The subsequent bidding document and awarded Long Term Agreement will be issued in accordance with the Financial Regulations and Rules of UNDP.

Interested potential suppliers should send their response including above documentation to the following address:

Registry Office
UNDP Somalia
P.O Box 28832-00200
Off Lower Kabete Road, Behind Spring Valley Police Station Nairobi - Kenya.
OR Email (max 3.5MB) to procuremerit.so @ undp.org

This Invitation for Pre-qualification does not entail any commitment on the part of UNDP, either financial or otherwise. UNDP reserve the right to accept or reject any or all responses without incurring any obligation to inform the affected applicant/s of the grounds.

Interested parties may obtain further information at the below address:

Contact: Procurement Unit
Telephone / Fax: +254 4255000
E-Mail: registry.so. @ undp.org
Invitation for Pre-Qualification

For Conferencing Facilities in Kampala and Entebbe (Only Service providers offering 3 Star and Above)

Ref Number: UNDP/IFP/09-007

This announcement relates to Invitation for Pre-qualification for Provision of Accommodation and Conferencing Facilities for 3 Star and above standards only in Kampala and Entebbe.

UNDP Somalia invite potential service providers to express their interest in providing the above services based on Long Term Agreements. The Invitation for Pre-qualification should specify the Lot (s) of interest, UNDP reference number IFP/09-007 and must be received no later than Friday 20th March 2009.

The Invitation for Pre-qualification should specify the various conference facilities offered which include (but not limited to;) the following:-
  • Location (Kampala or Entebbe)
  • Confirm that both accommodation (Full board and Half Board) and conferencing is available including capacity
  • Be approved by UN Security
  • Confirm that Conference Equipment (i.e Audio Visual including translation equipment) is available or can be made available
  • Specify Conference Facilities (e.g Air conditioner, type and style of conference rooms and writing material)
  • The Invitation for Pre-qualification must include the following documentation:
Company profile indicating number of staff, core areas of expertise and
experience, number of years in business.

Audited financial reports for the last three years
  • Proof of Registration in the country of operation.
  • Proof of rating (3 Star and above standard)
  • Reference to Corporate, NGO's or UN Agencies worked with for the past 2 Years.
Only potential service providers submitting the above documentation will be considered for Pre-qualification prior to issuance of the bidding document which will include the deadline for submission of bids.

The subsequent bidding document and awarded Long Term Agreement will be issued in accordance with the Financial Regulations and Rules of UNDP.

Interested potential suppliers should send their response including above documentation to the following address:

Registry Office
UNDP Somalia
P.O Box 28832-00200
Off Lower Kabete Road, Behind Spring Valley Police Station Nairobi-Kenya.
OR Email (max 3.SMB) to procurement.so @ undp.org

This Invitation for Pre-qualification does not entail any commitment on the part of UNDP, either financial or otherwise. UNDP reserve the right to accept or reject any or all responses without incurring any obligation to inform the affected applicant/s of the grounds.

Interested parties may obtain further information at the below address:
Contact: Procurement Unit
Telephone / Fax: +254 4255000
E-Mail: registry.so. @ undp.org

Appointment of Distributors for MIWA Sugar

Bellur Commodities Ltd is a packer of quality sugar in 250grams, 5OOgrams 1 kg and 2kgs packets in good quality laminated plastic bags.

We are looking for distributors in Nairobi and other major towns in Kenya.

The company intends to partner with entrepreneurs located in above places to ensure that MIWA sugar products are available to all wananchi at affordable prices in the region.

We will offer excellent returns on your investments.

The applicants must meet the following requirements:

1) Have storage facilities of Approximately 1000 sq ft. in your area of operation easily accessible.

2) Have appropriate pick up transport from Nairobi Warehouses to be delivered to your area of operations on a daily basis.

3) Your sales expertise in selling to retail outlets and covering your entire region.

4) Ability to commit an initial working capital of Kshs 300,000 (Three hundred thousand) minimum for the above project.

Interested applicants should send their applications to the address below clearly indicating:

1) The proposed area of operations.

2) The amount of initial working capital available proof required.

3) The storage and transport facilities available.

4) Company Registration Certificate Company VAT Registration Certificate Company PIN Registration

5) Full contact details of the Manager/ Director including Telephone number and Mobile Numbers.

The Sales Director Bellur Commodities Ltd
P.O. Box 39410-00623
Fax: 254 20 2435384
Mobile: 0727 532034
Nairobi

The applications should be received by latest 12th MARCH, 2009.

Packed by
BELLUR COMMODITIES LTD

Wednesday, February 25, 2009

Supply of Computers

Republic of Kenya

Kenya National Assembly Parliamentary Service Commission
Tender Notice

Tender No. NA/10/2008-2009

Supply of 40 No. Computers

The Parliamentary Service Commission invites sealed bids from eligible suppliers for the supply of 40 NO. computers.

Interested bidders may obtain further information from and inspect tender documents at the Supplies Office on the Ground Floor, County Hall during normal working hours.

A complete set of tender documents may be obtained upon payment of a non-refundable fee of Kshs.2,000/- in cash or Banker's cheque payable to the Clerk of the National Assembly in the Cash Office in Room No. 126, 1st Floor, Main Parliament Buildings.

All bids must be accompanied by a BID BOND of 2% of the tender prices.

Completed tender documents should be enclosed in plain sealed envelopes marked with a Tender Number and will 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 Tuesday, 17th March 2009 at 11.00 am. Prices quoted should be net inclusive of all taxes in Kenya Shillings and should remain valid for 120 days from the closing date of the tender.

Tenders will be opened immediately thereafter in the presence of the candidates representative who choose to attend at the County Hall Conference Room on the 1 st Floor.

Patrick G. Gichohi, CBS
CLERK OF THE NATIONAL ASSEMBLY

Supply of TV Broadcast Equipment and Radio Broadcast

Republic of Kenya

Kenya National Assembly Parliamentary Service Commission
Tender Notice

Tender No. NA/09/2008-2009

Supply of TV Broadcast Equipment and Radio Broadcast

The Parliamentary Service Commission invites sealed bids from eligible suppliers for the supply of TV Broadcast Equipment and Radio Broadcast Equipment.

Interested bidders may obtain further information from and inspect tender documents at the Supplies Office on the Ground Floor, County Hall during normal working hours.

A complete set of tender documents may be obtained upon payment of a non-refundable fee of Kshs.5,000/- in cash or Banker's Cheque payable to the Clerk of the National Assembly in the Cash Office, Room No. 126, 1st Floor, Main Parliament Buildings.

All bids must be accompanied by a BID BOND of 2% of the tender prices.

Completed tender documents should be enclosed in plain sealed envelopes marked with Tender No. NA/09/2008-2009 and deposited in the Tender Box at the entrance of County Hall, on the Ground Floor and addressed to:-

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

So as to reach him on or before Tuesday, 17th March 2009 at 11.00am. Prices quoted should be net inclusive of all taxes in Kenya Shillings and should remain valid for 120 days from the closing date of the tender.

Tenders will be opened immediately thereafter in the presence of the candidates representative who choose to attend, at the County Hall, Conference Room, on the 1st Floor.

Patrick G. Gichohi, CBS
CLERK OF THE NATIONAL ASSEMBLY

Thursday, February 19, 2009

Water and Sanitation Service Improvement Project (WaSSIP) Consulting Services

Name of Project: Water and Sanitation Service Improvement Project (WaSSIP)
Credit No:4376-OKE

Request for Expression of Interest for Consultancy Services for Supervision of Expansion Works for Eldoret Treatment Plant and Transmission Mains Extension

Contract No. LVN/WaSSIP/EOI/SUPER/ELD/03/08-g

This request for Expression of interest follows the general procurement notice for this project that appeared in Development Business, issue No. 715 of 30 November 2007.

The Government of Kenya has received a credit from International Development Association (IDA), and intends to apply part of the proceeds under the Consultancy Services contract for Supervision of Construction of Expansion Works for Eldoret Treatment Plant and Transmission Mains Extension. Contract No. LVN/WaSSIP/ EOI/SUPER/ELD/03/08-9 under the Water and Sanitation Service Improvement Project (WaSSIP) in the Lake Victoria North Water Services Board.

The services required will include:
  1. Fulfill the role of the Engineer's Representative in the supervision of the construction works;
  2. Provide a detailed review of the design;
  3. Assist the tender evaluation process for the construction works;
  4. Supervise, in accordance with the conditions of contract, specifications and drawings, works carried out by the selected contractor;
  5. Provide the Employer with regular status reports and other reports as per the Terms of Reference; and
  6. Provide all related necessary technical assistance and professional advice to the Employer related to supervision of the construction of the said works.
The assignment is expected to take about 35.5 months.

The Lake Victoria North Water Services Board now invites eligible consultants to indicate
their interest in providing the services. Interested consultants must provide information
indicating that they are qualified to perform the services (brochures, description of similar
assignments, experience in similar conditions, availability of appropriate skills among staff,
etc).

Consultants may associate to enhance their qualifications.

A 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 Borrower, May 2004 (Revised October 1, 2006).

Interested consultants may obtain further information at the address below from 0800 to 1700 hours from Monday to Friday excluding public holidays.

Expression of interest must be sent/delivered to the address below by 3rd March 2009 at 12 noon local time

The Chief Executive Officer
Eng. Diru Magomere
Lake Victoria North Water Services Board
FORMER KEFINCO OFFICES
OFF KISUWIU KAKAMEGA ROAD
P.O. Box 673
Kakamega 50100

Tel: +254 (56) 30975
Fax:+254 (56) 31506

E-mail: info @ lvnwsb.go.ke

PETER BETT

KENGEN ICT Tender Notices

The Company invites sealed tenders for the following items:

TENDER NO: IT-049
DESCRIPTION: Tender for Implementation of Unified Messaging Using Existing MS Exchange 2007 Software
TENDER DOCUMENT FEE (KSHS): Kshs.3,000.00
SITE VISIT: 2nd & 3rd March 2009 10.00a.m.
CLOSING DATE: 19th March 2009 2.00 p.m.

TENDER NO: IT-050
DESCRIPTION: Tender to Supply & Commission Air Conditioner for ICT Data Centre
TENDER DOCUMENT FEE (KSHS):
SITE VISIT: Kshs. 3,000.00 2nd & 3rd March 2009 10.00a.m.
CLOSING DATE: 19th March 2009 3.00p.m.

Interested firms may obtain further information from the office of:

Supply Chain Manager
Kenya Electricity Generating Company Ltd.,
2nd Floor, Stima Plaza, Phase III,
Kolobot Road, Parklands
NAIROBI.

Where the tender document may be collected upon payment of a non-refundable fee of Kenya Shillings Three Thousand (Kshs.3,000.00) paid in cash or through a bankers cheque at any KenGen office. The document can also be viewed and downloaded from the website www.kengen.co.ke and the payment evidence be submitted with the tender document. Bidders who download the tender document from the website will be required to pay a reduced fee of Kenya Shillings Two Thousand (Kshs.2,000.00)

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

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

SUPPLY CHAIN MANAGER

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

Supply of Private Debt Collection Services: KPLC

The Kenya Power & Lighting Company Limited (KPLC) invites tenders for the supply of Private Debt Collection Services.

TENDER NO. KPLC 1/10B/PDC/0 1/09
DESCRIPTION OF GOODS Supply of Private Debt Collection Services
TENDER CLOSING DATE 10.03.09 at 2.00 p.m.

Tender Documents detailing the requirements may be obtained from the Office of Chief Manager, Commercial Services situated on the 3rd Floor, Stima Plaza, Kolobot Road, Nairobi, on normal working days from Wednesday 18th February, 2009 between 9.00 a.m. and 4.30 p.m. upon payment of a non-refundable fee of KShs.3,000.00. Payments shall be made in Cash or by Bankers'" cheque at Stima Piaza, 1st Floor, Costing Office.

Completed Tender Documents in plain sealed envelopes, clearly marked "KPLC1/10B/PDC/01/09 -TENDER FOR SUPPLY OF PRIVATE DEBT COLLECTION SERVICES" 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
PO Box 30099-00100
Nairobi, Kenya.

or deposited in the Tender Box situated on the Ground Floor, Stima Plaza, Nairobi so as to be received not later than 2.00 p.m. on the tender closing date shown above.

Tenders will be opened on the same day at 2.30 p.m. in the Stima Plaza Auditorium and tenderers or their representatives who wish to witness the opening are welcome to do so.

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

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

Procurement of Desktop Computers, Laptops, Un1nterruptable Power Supply (UPS) and Other ICT Infrastructure Equipment.

Tenders are invited for the supply, installation and commissioning of ICT Infrastructure Equipment. Tender No. KNEC/IT/09/01.

Tender documents with detailed specifications may be obtained from National Housing Corporation (NHC) Building, Aga Khan Walk, Nairobi Room 312 (3rd Floor) on payment of a Non-refundable fee of Kshs. 3000.00 per document by Bankers Cheque.

Bid security bond for 2% of the purchase value valid for 90 days from a reputable Bank should be submitted with the complete tender documents.

Tender bids in the plain sealed envelope, marked "KNEC/IT/09/01" on the right hand side corner and bearing no indication of the tenderers should be addressed to:

The Council Secretary/Chief Executive
Kenya National Examinations Council
P.O Box 73598 - 00200 NAIROBI

And placed in the Tender Box on 4th Floor of the NHC Building, Nairobi or sent by post so as to reach the above address not later than Monday 9th March 2009 at 10.00 a.m. All tenders must be accompanied with a bid security as specified.

Submitted documents will be opened publicly in the Conference Room on 4th Floor, NHC Building soon after the above stated closing date and time in the presence of the tenderers or their representatives who choose to attend. Late bids will be returned unopened.

The Kenya National Examinations Council reserves the right to reject any tender without giving reasons for the rejection and does not bind itself to the lowest or any tender.

COUNCIL SECRETARY/CHIEF EXECUTIVE

Kiambu County Council Invitation of Annual Tenders for the year 2009

Tenders are invited from interested and eligible bidders for the supply of the following items

LIST OF ANNUAL TENDER

1. CCK/2009/01 Supply of computer accessories
2. CCK/2009/02 Supply of fuel, oil, batteries, and Tyres
3. CCK/2009/03 Building and Hardware materials
4. CCK/2009/04 Electrical fittings and bulbs
5. CCK/2009/05 Provision of Insurance services
6. CCK/2009/06 Medical cover insurance policy
7. CCK/2009/08 Supply of soap and detergents
8. CCK/2009/09 Supply of staff uniforms and protective clothes
9. CCK/2009/11 Security services
10. CCK/2009/12 Cleaning of Githunguri Market

Tender documents may be obtained from the County Council Offices Room No. 3 on payment of a Non-Refundable fee Ksh 2,000.00

Complete tender documents in plain sealed envelope and marked Tender No..................... for
supply/Provision of....................should be addressed to the County Clerk or deposited in the
tender box next to County Treasurers Office (Room No.48) so as to reach him on or before 10th MARCH 2009

Conditions for Tendering
  • Prices quoted must be expressed in Kenya Shillings and Inclusive of VAT
  • Interested bidders or their representatives are invited to witness the opening of the tenders
  • The council reserves the right to accept or reject any tender without giving reasons thereof and does not bind itself to accept the lowest or any tender.
  • Interested bidders must attach copies of PIN certificate, Official receipt obtainable from council offices and Registration Certificate.
N.B. Opening of the tenders shall follow immediately thereafter in the Council chambers. Interested bidders or their representatives are invited to witness the opening of the tenders.

M. KIMANI JOSEPH
COUNTY CLERK

Supply, Implementation and Commissioning of Wide Area Network Connectivity and related items

Kenya National Audit Office

Invitation For Bids (IFB)

Supply, Implementation and Commissioning of Wide Area Network Connectivity and related items

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 Supply, Implementation and Commissioning of Wide Area Network Connectivity and related items.

2. The Kenya National Audit Office now invites sealed bids from eligible bidders for any one or more of the following tenders:

KENAO/KISGG/3/2008-09
Supply, Implementation and Commissioning of Wide Area Network Connectivity

KENAO/KISGG/4/2008-09
Procurement of Document Management system

KENAO7KISGG/5/20Q8-09
Procurement of IP -PBX Expansion

KENAO/KISGG/6/2008-09
procurement of Storage Area Network

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 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 3rd April, 2009. Bids must be accompanied by a bid security of Kshs. 300,000 per bid.

6. Bids will be opened in the presence of bidders' representatives who choose to attend, on 3rd April, 2009 at 10.30 a.m. at Anniversary Towers, University Way, in the 4th Floor Board Room.

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

Request for Proposal (RFP) for Consultancy Services for Re-Activation of Training Curriculum Development Activities at East African School of Aviation

Kenya Civil Aviation Authority
International Tender Notice

Request for Proposal (RFP) for Consultancy Services for Re-Activation of TrainAir Curriculum Development Activities at East African School of Aviation
KCAA/18/2008-09

The East African School of Aviation (EASA) is a Department of the Kenya Civil Aviation Authority (KCAA). The school is recognized by the International Civil Aviation Organization (ICAO) as a regional training centre in training for the civil aviation. The school aspires "to be a leading Centre of Excellence in Aviation Training" as espoused in its vision statement. EASA wants to produce high quality training packages for use nationally and regionally.

It is for this reason that EASA wishes to re-activate its TRAINAIR Course Development Activities to enable the school to have a vibrant Course Development Unit (CDU), with six instructors trained and approved by TRAINAIR as Course Developers. After the consultancy, the CDU will be able to prepare Standardized Training Packages (STP's) in conformity with the TRAINAIR methodology. The consultant will train six instructors so that they can be approved by TRAINAIR as Course Developers.

KCAA wishes to procure the services from individual consultants who meet the following:
  • A Bachelors degree or equivalent
  • Must be a qualified Instructor, TRAINAIR Course Developer, TRAINAIR Course Development Workshop Trainer
  • Must have worked in the Civil Aviation for at least five years
  • Must have developed at least two courses using TRAINAIR methodology in the last six years
  • Must have conducted on the job training successfully to at least six (6) trainee course developers to the extent that the trainees got certificates as qualified TRAINAIR Course Developers for the TRAINAIR Central Unit (TCU) in the last six years
Eligible candidates may obtain a detailed RFP document from KCAA Procurement Office room 37, on 1st floor, Kenya Airport Authority Complex Building, Jomo Kenyatta International Airport during normal working hours upon payment of a non-refundable fee of three thousand Kenya shillings (KShs 3, 000) in cash or bankers cheque payable to Director General, Kenya Civil Aviation Authority after filling the application forms at the procurement office. The RFP document will be available on the KCAA website, www.kcaa.or.ke.

Payment by Consultants who shall download the document from the Internet should be received before the closing date and time

RFP documents must be submitted enclosed in plain sealed envelopes marked with the tender name and reference number and deposited in the tender box adjacent to the lifts at 1st floor, Kenya AIRPORT Authority Complex Building, Jomo Kenyatta International Airport or be addressed to The Secretary Tender Committee, Kenya Civil Aviation Authority, P.O Box 30163-00100, Nairobi so as to be received on or before Thursday 19th March 2009 at 11.00 am East African Time

Ag. Director General,
Kenya Civil Aviation Authority

Purchase of Garbage Truck: Town Council of Kangundo Tender Notice

TCK/02/08-09
Purchase of Garbage Truck

The Town Council of Kangundo invites sealed bids from eligible bidders for supply and delivery of a Garbage Collection Truck.

Tender documents may be obtained at the Town Hall upon payment of a non- refundable fee of Kenya shillings three thousand only (Ksh 3.000/-) in cash or bankers Cheque.

Interested bidders MUST comply with the following specifications:
  • Hard body - rust proof and tropicalised to meet Kenyan specifications.
  • 7 tonnes with a high layer body and a 6 cylinder engine.
  • Tipping equipment to be moulded on the chasis under the body
  • Heavy-duty reinforced suspension with independent front suspension
  • Power steering with pneumatic breaking system assisted with hydraulic braking system.
  • Direct injection with turbo intercooler
  • 5 speed manual transmission system
  • Assurance of availability of spare parts from Local market and agents
Duly completed tender document enclosed in plain sealed envelopes marked with tender reference number and name should be deposited in the tender box at the Town Hall or be addressed to:

TOWN CLERK
TOWN COUNCIL OF KANGUNDO
P.O. BOX 56
TALA

So as to be received not later than 9th March 2009 noon

Tenders will be opened thereafter in the presence of bidders and/or their representatives who choose to attend.

Bids MUST be accompanied by bid security of 2% of the Bid Sum from a reputable bank recognized by Town Council of Kangundo.

Prices quoted should be inclusive of all government taxes expressed in Kenya shillings.The council reserves the right to accept or reject The tender in whole or in part without giving reasons thereof,

TOWN CLERK
TOWN COUNCIL OF KANGUNDO

Communications Commission of Kenya (CCK) Tender Notice

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

CCK invites tenders/Request for Proposals (RFP) from interested and competent firms to tender for provision of the following services.

1. CCK/TC/19/2008-2009
Tender for provision of security services

2. CCK/RFP/04/2008-2009
Provision of consultancy services to carry out customer satisfaction and perception survey.

Eligible bidders may obtain detailed tender /RFP 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 only. This amount is payable to the Communkations Commission of Kenya in cash or banker's cheque.

Duly completed tender documents should be submitted in a plain, seated 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 llth March, 2009 at 2.30 p.m.

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

Secretary
Tender committee
Communkations commission of Kenya

P.O. Box 14448 Nairobi 00800
Tel: 4242000
Fax: 4242335
Email: info @ cck.go.ke

Communications Commission of Kenya
Website: www.cck.go.ke

Monday, February 16, 2009

Office of the Deputy Prime Minister and Ministry of Local Government Tender Notice

The Government of the Republic of Kenya through its internal funds intends to undertake the construction and completion of new markets as indicated below:-

The Office of the Deputy Prime Minister & Ministry of Local Government invites contractors registered with the Ministry of Roads and Public Works, Category D and above for both Civil and Building works for respective categories to bid for the following works.

1 Proposed Construction of a Modern Market for Municipal Council of Meru at Meru Town
2008-09/MoLG/MKT/MMC/UDD-WM

2 Proposed Construction of a Modem Market for Mwingi Town Council at Mwingi Town
2008-09/MOLG/MKT/MWTC/UDD-WM/3

3 Proposed Construction of a Modern Market for Kitui County Council at Kabati Town
2008-09/MOLG/MKT/MMC/UDD-WM/4

4 Proposed Re-Modelling of Jubilee Market Kisumu Phase I
2008-09/MoLG/MKT/Kisumu/MDD/1

5 Proposed Extension of Soko Mjinqa Market in Nyeri Town
2008-09/MoLG/MKT/Nyeri/MDD/2

6 Proposed Construction of a Modern Market for Sotik Town
2008-09/MoLG/MKT/Sotik/MDD/3

7 Proposed Extensions to Kongowea Wholesale Market for municipal council of Mombasa
2008-09/MoLG/MKT/Kongowea/MDD/4

8 Proposed Construction of Wakulima Market, Biashara Ward, Nakuru
2008-09/MoLG/MKT/Nakuru/MDD/5

9 Proposed completion of outstanding works on Rehabilitation/Reconstruction of Garissa Matatu/Bus Park (CLASS E & ABOVE) RE-ADVERTISEMENT
MOLG/STDP/UDD/GSA/2007-08/01

QUALIFICATION CRITERIA

Further to the above, only contractors meeting the criteria below as a minimum, which should be demonstrated by producing relevant evidence at the time of submission will be considered:
  1. Show proof of works or projects of similar magnitude and complexity previously undertaken in the last five years indicating the contract sums,
  2. A Bid bond equivalent to 2% of the Total Bid Sum. The ministry reserves the right to confirm the bid bonds from the issuing bank,
  3. Have adequate and proper equipment and trained key personnel for these types of works including their C.V.s and certified copies of testimonials certificates.
  4. Certificate of Incorporation, Tax compliance & VAT certificates.
  5. Proof of sound financial standing and minimum average annual turnover of Kshs. 10 million (for category D& E and above).
  6. Tenderers with more than two projects currently running with this ministry will not be considered.
Tender documents, with specifications, Bill of Quantities and Conditions of Contract, may be obtained from the Procurement Office, Jogoo House 'A' 2nd floor Room 254 upon payment of a Non- Refundable fee of Kshs. 5,000 in cash only payable at the Cash Office located on the first floor Jogoo House "A".. Bid Documents will be issued on production of payment receipt.

Interested bidders may obtain further information at that time.

Potential bidders must attend a compulsory site visit scheduled from 23rd February 2009 10.00 am at the respective Council Offices before tendering. Relevant drawings for the projects will be issued during these site visits. Bidders who are unable to make the site visit on the assigned date and time may make alternative arrangements with the respective town clerks for other dates before the closing date.

The bids, one original and one copy, in plain sealed envelopes bearing the name of the tender and number but without indication of Tenderer's name should be addressed to:

The Permanent Secretary
Office of the Deputy Prime
Minister & Ministry of Local Government
P. O. Box 3004-00100
NAIROBI

website: www.localgoverment.go.ke

All bids shall be placed into the Tender Box situated at the Main entrance of 1st floor-Jogoo House A not later than 9th March 2009 at 10.00 am.

Submitted bids will be opened in the Conference room Jogoo House A 1 st Floor on 9n March 2009 at 10.00 am soon after closing date and time, in the presence of Tenderers' who may wish to attend. All bids shall be valid for a period of 120 days after Bid opening and must be accompanied by Bid Security in the form described. Late Bids will be rejected and returned unopened. Canvassing will lead to automatic disqualification.

The Ministry reserves the right to accept or reject or accept any bid and is not bound to give reasons.

B. O. MISERA
FOR: PERMANENT SECRETARY

Ministry of Public Health & Sanitation Rural Health Project III Tender

Ministry of Public Health & Sanitation
Rural Health Project III

Tender No: ICB 03/MEDQUIP / RHP III/08/09/IS

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

2. The Government of the Republic of Kenya has received a loan from the African Development Fund of UA 1 7 . 18 million and a grant of UA6.00 million, OPEC loan of UA 5.42 million and the Kenya Government Contribution of UA3.52 million making a total of UA32.12 million towards the cost of the Rural Health Project II! and intends to apply part of She proceeds to cover eligible payments under the contracts for the supply of Medical Equipment to Dispensaries and Health Centres in the Project Districts, in three Lots as given under Paragraph 3 below. 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 Ministry of Public Health & Sanitation, through the Project Management Unit ( PMU), Rural Health Project III, now invites sealed bids from prospective bidders for any or all of the following lots;

Lot 1 Outpatient Medical Equipment
Lot 2 Delivery And Dressing Equipment
Lot 3 Vaccines, Refrigerators and Thermometers

4. Interested eligible bidders may obtain further information from and inspect the bidding documents at the office of the Project Manager Rural Health Project III at the address given in paragraph 8 below.

5. A complete set of bidding documents may be purchased by interested bidders on the submission, of a written application to the above and upon payment of a non refundable fee of Kenya Shillings five Thousand (Kes 5,000) or its equivalent in freely convertible currency, to the Cashier, Ministry of Public Health & Sanitation, Afya House, 2nd flr Room 218

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; Procurement of Goods

7. Bids must be delivered to the above office on or before 10,00am on Friday 17th April 2009 Local Time and must be accompanied by a bid security of Kenya Shillings Five Hundred Thousand per lot (Kes 500, 000) or its equivalent In any freely convertible currency, The bid shall be In the form of a bank guarantee or banker's cheque and must be from a reputable bank,

8. Bids will be opened in the presence of bidders' representatives who choose to attend at 10.30am on Friday 17th April, 2009 Local Time At the Conference Room of;

Rural Health Project III
ADB Block (Prefabricated)
Ministry of Public Health And Sanitation
Afya House, Cathedral Road
P.O. Box 30016 00100
Telephone: 254 020 2717542
Tel/Fax 254 020 2717954
Nairobi Kenya

9. Qualified domestic bidders may be eligible to receive a margin of 15% preference in bid evaluation,

1st Call for Proposals - Urban Project Cycle (UPC)

Water Services Trust Fund, Kenya
Financial Support for improved access to water and sanitation

1st Call for Proposals - Urban Project Cycle (UPC)

Water Services Trust Fund (WSTF), a corporate body under the Ministry of Water and Irrigation, and established under the Water Act, 2002 has developed a funding mechanism called the Urban Project Cycle (UPC) that promotes the Water Sector Reforms spirit of improving service provision through commercialization of water and sanitation services.

In this respect, the Water Services Providers (WSPs), who play a key role in the water and sanitation services provision in major urban areas, are expected to expand their coverage and invest in the low income urban areas under their jurisdiction.

The UPC mechanism is financed by the Government of Kenya, German Financial Cooperation (KfW) and European Commission (EU Water Facility)

Water Services Trust Fund intends to apply part of these funds to finance water and sanitation projects in informal settlements within major urban areas in Lake Victoria North Water Services Board area of jurisdiction.

In this 1st Call for Proposal, Water Services Trust Fund invites proposals from eligible Water Services Providers operating in Lake Victoria North Water Services Board jurisdiction to apply for funding for improvement of water service delivery in the informal settlements in their areas of operation.

A 2nd Call for Proposals shall be eligible to all Water Services Providers in the Country and is expected to be launched in July 2009.

Eligibility Requirements

To qualify for this funding, the Water Service Provider must meet the following minimum requirements:

a) Be duly registered under the Company Act and have a valid Service Provision Agreement with Lake Victoria North Water Services Board

b) Be registered by the Water Service Regulatory Board under Category I of the Water Services Providers

Purpose of the Funding

The funding is intended to achieve the following key objectives:

a) Improvement and or development of water supply infrastructure in the informal settlements

b) Contribute to regulation and commercialization of service provision in the informal settlements

c) Project the WSP image in low income urban areas

Application Procedures

a) Identification of project areas in line with Water Services Trust Fund Guidelines

b) Development of project proposal through filling in the standard application form and attaching all the necessary supporting documents

c) Each eligible WSP is encouraged to submit a maximum of three project proposals in this call

d) The application forms and other details can be obtained from Water Services Trust Fund Office or on email on request, or downloaded from the website 'www.wstfkenya.org'

e) The proposed project must be endorsed/approved by Lake Victoria North Water Services before submission to Water Services Trust Fund

f) The proposal shall be submitted in three hard copies and one soft copy to the address below and the envelope clearly marked "1st Call for Proposal-UPC:"

Water Services Trust Fund, Kenya
CIC plaza 1st floor, Mara road, Upper Hill
P.O. Box49699-00100
Nairobi.
Tel. 2720696/2720517
Email: info @ wstfkenya.org

NB
The Water Services Providers are expected to work closely with Lake Victoria North Water Services Board during this step of proposal development.

Submission Date
Only those proposals that shall have been received by the Water Services Trust Fund on or before 17th April 2009 shall be considered.

Expression of Interest for the Provision of On-Lending Services for the Women Enterprise Funds

Republic of Kenya
Women Enterprise Fund
Ministry of Gender, Children and Social Development

Expression of Interest for the Provision of On-Lending Services for the Women Enterprise Funds

The Women Enterprise Fund was set up by the Government as a strategic move towards addressing poverty alleviation through socio-economic empowerment of women. It is one of the flagship projects under the Social Pillar in Vision 2030.

One of the fund's core mandates is to provide money for on-lending to women entrepreneurs through partner financial intermediaries and directly to women through the Constituency Women Enterprise Scheme.

The fund now intends to recruit additional financial intermediaries as partners in the disbursement of funds to women. Expressions of interests are invited from entities with experience in micro-lending such as, commercial banks, Non-Government Organizations (NGOs), Savings and Credit Societies (SACCOS), Micro-Finance Institutions, Faith Based Organizations, Community Based Organizations (CBOs), etc.

Your submission for expression of interest should include but not limited to the following: -

1. Certificate of registration/incorporation
2. Minimum 3 years of operations and audited accounts for the last three years.
3. Current tax compliance certificate from KRA
4. Outstanding performing portfolio- Women & Men
5. Evidence of the current number of borrowers - Men & Women
6. Good corporate governance
7. Country wide outreach
8. Good portfolio performance & technology for loan tracking.

Existing partners interested in further funding should also indicate their desire to do so. Firms operating in "hard-to-reach" areas are encouraged to apply.

The successful firms will enter into lending agreement with the fund.

Submitted application should be in plain sealed envelops clearly marked. "Expression of interest for the provision of on-lending services" addressed to:

The Chief Executive/Director,
Women Enterprise Fund
P. O. Box 16936 - 00100,
NAIROBI.

Or be deposited in the tender box situated on the 13th floor, NSSF building, Eastern Wing so as to reach us on or before 10th March 2009 at 10.30 a.m.

The opening of expression of interest will be done immediately thereafter and those who wish to witness are invited. Late submissions will not be accepted.

"You empower a women, you have empowered a family & a whole nation"

Supply of Fuses Tender

The Kenya Power & Lighting Company Limited (KPLC) invites tenders from interested suppliers (Bidders) both Local and International for the supply of the following items. Supply shall be on Delivered Duty Paid basis to KPLC Stores.

TENDER NO: KPLC1/1C/5/3/10/09
DESCRIPTION OF GOODS: Supply of Fuses
TENDER CLOSING DATE: 16.03.09

The Tender Documents detailing the information may be obtained from the Office of the Chief Manager, Supplies, Stores & Transport, situated on 3rd Floor, Stima Plaza, Kolobot Road, Nairobi on normal working days from Monday 16th February, 2009 between 9.00 a.m. and 4.30 p.m.

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

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

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

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

Tenders will be opened at 10.30 a.m. on the 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 tender with KPLC after closing date before receipt of notification of award of tender or letters of regret, as applicable. Any such contact shall lead to disqualification of the tenders.

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

City Council of Nairobi Invitation to Tender

The City Council of Nairobi invites sealed bids from eligible bidders for the following tenders:-
  1. CCN/DOE/T/051/2008-2009 - Solid waste collection, transportation and disposal - Central Business District (CBD) Zone
  2. CCN/DOE/T/052/2008-2009 - Solid waste collection, transportation and disposal - Langata Zone
  3. CCN/DOEAT/053/2008-2009 - Solid waste collection, transportation and disposal - Embakasi
  4. CCN/DOEA7054/2008-2009 - Solid waste collection, transportation and disposal - Kasarani Zone
  5. CCN/DOE/T/05252008-2009 - Solid waste collection, transportation and disposal - Westlands Zone
  6. CCN/DOEAT7056/2008-2009 - Solid waste collection, transportation and disposal - Stahere Zone
  7. CCN/DOE/T/057/2008-2009 - Solid waste collection, transportation and disposal - Makadara Zone
  8. CCN/DOE/T/058/2008-2009 - Solid waste collection, transportation and disposal - Kamukunji Zone
  9. CCN/DOE/T/059/2008-2009 - Solid waste collection, transportation and disposal - Dagoreti Zone
  10. CCN/DOE/T/074/2008-2009 - Solid waste collection, transportation and disposal - Muthurwa Market Zone
  11. CCN/DOE/T/075/2008-2009 - Hire of heavy equipments and plant
  12. CCN/DOE/T/076/2008-2009 - Supply and delivery of 3 No. street sweepers.
  13. CCN/DOE/T/080/2008-2009 - Request for proposal on improvement, closure and decommissioning of Dandora waste disposal site
Interested eligible bidders may inspect and purchase a complete set of tender documents from the office of the Director of Procurement, First Floor, City Hall Annex, upon payment of a non-refundable fee of Kenya Shillings Five Thousand (Kshs 5,000/=) only per set.

The complete tender document in a plain sealed envelop 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 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 12.00 noon 6th March, 2009 The tenders will be opened soon thereafter at the Procurement Board Room, City Hall, 1st Floor in the presence of bidders representatives who choose to attend. Tender 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

G.K. NJAMURA
For: TOWN CLERK

Monday, February 9, 2009

Request for Expression of Interest: Consultancy Services For Training Needs Assessment (TNA)

SMALLSCALE HORTICULTURE DEVELOPMENT PROJECT (SHDP)

TENDER MoA/SHDP.T/006/08-09

1. Request for expression of interest follows the General Procurement Notice (GPN) for this project that appeared in the Development Business, Issue No. 728 of 15th June 2008.

2.   The Government of the Republic of Kenya has received from the African Development Fund (ADF) a loan of UA 17.00 million and intends to apply part of the proceeds of these finances to cover eligible payments under the contract for the provision of consultancy services for the SHDP

3.   The service of the Consultant is required for carrying out a comprehensive training needs analysis in the nine project sites, analysis of existing public service training programme of the field staff, identification of skills gap, recommending appropriate course content, designing and developing appropriate curriculum for the target groups, proposing the training schedule for each target group, development of training modules and coordination of training for different groups

4.   Objectives of the project are to increase household incomes of small-holder horticultural producers through increased production of horticultural products and enhanced marketing. To achieve these objectives, the project will focus on the following components of which the consultancy services will be applied:-

Irrigation and Infrastructure Development Component Farmer Support Programme: with 2 sub-components (i) Horticultural Production and Marketing and (ii)Financial Services Support Project Coordination.

The project will be implemented over 6 years with the first irrigated blocks coming on stream in year 2 and the bulk of the construction work being finished by year 4.

5.    Project therefore invites eligible consultants to express their interest by submitting to the Permanent Secretary, Ministry of Agriculture a statement of capability and experience relevant to the upcoming assignment.

6.    Only shortlisted consultants will be contacted and request for proposal (RFP) sent. The selection of a firm or consortium of firms will be done in accordance with the African Development Bank's Rules of Procedure for the Use of Consultants.

7.    Expression of Interest documents in plain sealed envelopes clearly marked EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR THE SHOP should be deposited in the Ministry of Agriculture Tender Box, situated at the Ground Floor, Kilimo House or sent to the address below:-

Permanent Secretary
Ministry of Agriculture
Kilimo House, Cathedral Road
P. O. Box 30028-00100
NAIROBI 

Email: psagriculture @ kilimo.go.ke

8.    Deadline for submission of expression of interest is Friday March 27, 2009 at 1100 hrs local time.

Request for Expression of Interest: Consultancy Services On Community Mobilization

SMALLSCALE HORTICULTURE DEVELOPMENT PROJECT (SHDP)

TENDER MoA/SHDP.T/007/08-09

1.    This request for expression of interest follows the General Procurement Notice (GPN) for this project that appeared in the Development Business, Issue No. 728 of 15th June 2008.

2.    The Government of the Republic of Kenya has received from the African Development Fund (ADF) a loan of UA 17.00 million and intends to apply part of the proceeds of these finances to cover eligible payments under the contract for the provision of consultancy services for the SHDP

3.    The service of the Consultant is required to carry out a Rapid Participatory Appraisal (PRA) in the nine schemes, review the existing Water Users Associations (WUAs) and undertake institutional reforms to be in line with the new water Act (2002), provide guidance on and mechanisms for project implementation and community contribution, formation of 16 farmer groups per scheme, formulate leadership and organisational structure of the schemes, develop training programmes/modules for leadership and organization in each scheme and develop participatory monitoring and evaluation system for scheme operation and maintenance.

4.    Objectives of the project are to increase household incomes of small-holder horticultural producers through increased production of horticultural products and enhanced marketing. To achieve these objectives, the project will focus on the following components of which the consultancy services will be applied.-

Irrigation and Infrastructure Development Component Farmer Support Programme: with 2 sub-components (i) Horticultural Production and Marketing and (ii)Financial Services Support Project Coordination.

The project will be implemented over 6 years with the first irrigated blocks coming on stream in year 2 and the bulk of the construction work being finished by year 4.

5.    The Project therefore invites eligible consultants to express their interest by submitting to the Permanent Secretary, Ministry of Agriculture a statement of capability and experience relevant to the upcoming assignment.

6.    Only shortlisted consultants will be contacted and request for proposal (RFP) sent. The selection of a firm or consortium of firms will be done in accordance with the African Development Bank's Rules of Procedure for the Use of Consultants.

7.    Expression of Interest documents in plain sealed envelopes clearly marked EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR THE SHOP should be deposited in the Ministry of Agriculture Tender Box, situated at the Ground Floor, Kilimo House or sent to the address below:-

Permanent Secretary
Ministry of Agriculture
Kilimo House, Cathedral Road
P.O. Box30028-00100
NAIROBI 
Email: psagriculture @ kilimo.go.ke

8.    Deadline for submission of expression of interest is Friday March 27, 2009 at 1100 hrs local time.

Kenya Power & Lighting Company Limited (KPLC) Invitation to Tender

The Kenya Power & Lighting Company Limited (KPLC) invites tenders from interested suppliers (Bidders) both Local and International for the supply of the following items. Delivery shall be on Delivered Duty Paid basis to KPLC Stores.

KPLC1/1C/5/3/06/2009
Supply of Chargers Complete with Batteries
09.03.09

KPLC1/1C/5/3/07/2009
Supply of Cables
10.03.09

KPLC1/1C/5/3/08/2009
Supply of Conductors
11.03.09

Tender Documents detailing the information may be obtained from the Office of the Chief Manager, Supplies, Stores & Transport, situated on 3rd Floor, Stima Plaza, Kolobot Road, Nairobi on normal working days from Monday 9th February, 2009 between 9.00 a.m. and 4.30 p.m.

Tender Documents will be issued upon payment of a non-refundable fee of KShs.3,000.00 or equivalent in US$. Payment should be made in Cash or by Banker's Cheque at Stima Plaza, Nairobi, 1st Floor, Costing Office.
 
Completed Tender Documents in plain sealed envelope clearly marked with the "Tender No. and Tender Description" as more particularly described in the Tender Documents should be addressed and delivered to:

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

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

Tenders will be opened at 10.30 a.m. on the dates 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 closing date before receipt of notification of award of tenders or letters of regret, as applicable. Any such contact shall lead to disqualification of the tenders.
 
CHIEF MANAGER
SUPPLIES, STORES & TRANSPORT

Expression of Interest to offer Consultancy Service to the Ministry of Water and Irrigation on development of Land Reclamation Policy.

Ministry of Water and Irrigation

1.   Background
The Ministry of Water and Irrigation has been implementing Sector reforms following the launch of the National Policy on Water Resources management and development in 1999 and the enactment of the Water Act 2002. The Ministry wishes to deepen these reforms to cover other sub-sectors of the Ministry that were not covered during Water Policy formulation and review.

Consequently the Ministry wishes to hire the services of a consultant or consultancy firm to guide in the process of formulation of a Land Reclamation policy.

2.   Objectives
The overall objective of the consultancy is to assist the department complete the Land Reclamation Policy and strategies for the sub-sector.

3.   Scope of work
  • Review and align the draft Land reclamation policy document with related policies
  • Develop an action plan to facilitate the finalization of the Land Reclamation policy and strategies
  • Facilitate 3 stakeholders workshops geared towards development of a Land Reclamation policy and strategies.
  • Prepare a refined draft policy document after the stakeholder workshops and present the results in PowerPoint to the steering committee.
  • To advice /assist the steering committee in other related matters
4.   Approach

The consultant will be required to review existing relevant documents and make recommendations to a steering committee for the way forward in the formulation of an all inclusive and participatory policy development process.

The Consultant in consultation with the steering committee members will be responsible for drawing up the schedule of activities of the draft policy reviews, and organization of the whole process. 

The consultant will more specifically;-
  • Analyze the challenges of land Reclamation on national development
  • Analyze the challenges and impact of implementing the sub-sector activities and recommend institutional framework.
  • Analyze the linkages and likely impact the Land Reclamation Policy may have on other sectors and on the environment
  • Lead in at least 3 stakeholders consultative meetings /workshop Develop, refine and deliver a completed Land Reclamation policy draft document
5.   Timing
The consultant will be engaged on short term basis on an agreed action plan for a period not exceeding 40 days.

6.   Qualification and experience
The lead Consultant has a minimum of a Masters degree in a relevant field, be knowledgeable on land development and reclamation issues. Must have wide skills and experience in policy formulation, moderation in workshops and meetings. Be experienced in Land Reclamation and ASAL development as it relates to national development.

The expression of interest and availability to undertake the requested service at a short notice should include: a detailed CV of the Key consultants, time allocated details of previous experience for similar work and a financial proposal. This should be submitted in a plain sealed envelop clearly marked 'LRP formulation' to the: address below, so as to reach on or before 16th February 2009

Chief Procurement Officer 
Ministry of Water and Irrigation, 
P. 0. Box 49720-00100 
MAJI House, Ngong Rd 
NAIROBI


Request for Expression of Interest: Consultancy Services for Monitoring and Evaluation

Small-scale Horticulture Development Project (SHDP)
Tender MoA/SHDP.T/005/08-09

1. This request for expression of interest follows the General Procurement Notice (GPN) for this project that appeared in the Development Business, Issue No. 728 of 15th June 2008.

2.   The Government of the Republic of Kenya has received from the African Development Fund (ADF) a loan of DA 17.00 million and intends to apply part of the proceeds of these finances to cover eligible payments under the contract for the provision of consultancy services for the SHDP

3.   The service of the Consultant is required for designing a participatory monitoring and evaluation system, installation of a suitable M&E software and train users on its operation, outlinining a feasible impact assessment approach to supplement the M&E system, recommending suitable professional M&E training and drawing of ToRs to carry out special studies/surveys as required.

4.   Objectives of the project are to increase household incomes of small-holder horticultural producers through increased production of horticultural products and enhanced marketing. To achieve these objectives, the project will focus on the following components of which the consultancy services will be applied:-

Irrigation and Infrastructure Development Component Farmer Support Programme: with 2 sub-components (i) Horticultural Production and Marketing and (ii)Financial Services Support Project Coordination.

The project will be implemented over 6 years with the first irrigated blocks coming on stream rn year 2 and the bulk of the construction work being finished by year 4.

5.   Project therefore invites eligible consultants to express their interest by submitting to the Permanent Secretary, Ministry of Agriculture a statement of capability and experience relevant to the upcoming assignment.

6.   Only shortlisted consultants will be contacted and request for proposal (RFP) sent. The selection of a firm or consortium of firms will be done in accordance with the African Development Bank's Rules of Procedure for the Use of Consultants.

7.   Expression of Interest documents in plain sealed envelopes clearly marked EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR THE SHOP should be deposited in the Ministry of Agriculture Tender Box, situated at the Ground Floor, Kilimo House or sent to the address below:-

Permanent Secretary
Ministry of Agriculture
Kilimo House, Cathedral Road
P. 0. Box 30028-00100
NAIROBI 
Email: psagriculture @ kilimo.go.ke

8.   Deadline for submission of expression of interest is Friday March 27, 2009 at 1100 hrs local time.

Kenya Forestry Research InstituteTender Notice

(A) Bids are invited for items mentioned below.

1.   TENDER NO. KEFRi/HQl/DU-15/2008-09. Tender for Supply, Installation and Commissioning of Distillation Unit complete with Titrator at KEFRI Muguga Regional Research Centre.

2.   TENDER NO. KEFRI/HQT/SMMB-16/2008-09. Tender for Supply, Installation, Testing, Training and Commissioning of Spindle Moulder Machine at KEFRI Karura Regional Research Centre.

3.   TENDER NO. KEFRI/HQT/MSS-17/2008-09. Tender for Supply, Installation, Testing and Commissioning of Mail Server Software at KEFRI Headquarters.

(B) BIDS FOR SALE OF BOARDED VEHICLES AND STORES

1.   TENDER NO. KEFRI/HQT/DMV-18/2008-09 Tender for Sale of Motor Vehicles and Cycles

2.   TENDER NO. KEFRI/HQT/DMS-19/2008-09. Tender for Sale of Miscellaneous Stores

Tender documents with details can be obtained from the office of the Senior Supplies Officer (KEFRI) during working hours i.e. Monday to Friday, upon payment of non- refundable fee of Kshs, 30007= per tender documents for: Distillation Unit, Spindle Moulder Machine and Mail Server Software and Kshs. 1,000/= for Sale of boarded Items. Payment should be made in cash or bankers cheque to the cashier, KEFRI.

Tenderer's for Distillation Unit, Spindle Molder Machine and Mail server Software are required to submit along with the Tender a Bid Bond from a reputable bank of 1.5% of the proposed total Bid Price.

Bidders interested in the purchase of Motor Vehicles will be required to pay a refundable deposit of Kshs. 5000/= per Vehicle, Kshs 10,000/= per Tractor, Kshs. 2000/= per Motorcycle/ Trailer and Kshs. 500/= per Lot for Miscellaneous Stores. The deposit form part payment of the sale price for successful bidders but will be refundable to unsuccessful ones.

 Successful bidders who will not honour their offer will forfeit their deposits

Any Tender that is not properly completed, addressed and does not fully comply with the requirements will be   disqualified.

All bids must be submitted in plain sealed envelopes and must bear the Tender Number but without the Tenderer's name and be addressed to: -

The Director Kenya Forestry Research Institute
P O BOX 20412 00200 City Square
NAIROBI

Or be delivered and placed in the Tender Box situated at the entrance to the Director's Office at KEFRI Headquarters, Muguga so as to reach him by 12.00 Noon, on or before 19th February, 2009.

Tenders will be opened in the KEFRI Boardroom at 12.30 p.m and bidders are invited to attend the opening if they so wish.

Viewing of all boarded items will be done at KEFRI HQTs, Muguga Centre, Kitui Centre in Kitui, Londiani Centre in Londiani, and Maseno Centre in Kisumu during normal working hours.

The Institute reserves the right to accept or reject any bid without giving reasons for the decision taken.

A. Omija (Mrs)
For: Director, KEFRI.

Request for Expression of Interest: Consultancy Services for Environmental Impact

TENDER MoA/SHDP.T/004/08-09

1. This request for expression of interest follows the General Procurement Notice (GPN) for this project that appeared in the Development Business, Issue No. 728 of 15th June 2008.

2.    The Government of the Republic of Kenya has received from the African Development Fund (ADF) a loan of UA 17.00 million and intends to apply part of the proceeds of these finances to cover eligible payments under the contract for the provision of consultancy services for the SHDP

3.    The service of the Consultant is required for preparation of site-specific Environmental and Social Impacts Assessment (ESIA) Studies and related Environmental and Social Management Plans (ESMP), preparation of ESIA's Terms of Reference, coordination of the ESIA Studies and ESMPs and ensuring their quality control and follow-up with NEMA for approval and delivery of licence, capacity building the District Project Coordination Committees (DPCC) and District/Division Agriculture Staff and preparation of annual workplans and monitoring plan and self-audits for the irrigation schemes.

4.    Objectives of the project are to increase household incomes of small-holder horticultural producers through increased production of horticultural products and enhanced marketing. To achieve these objectives, the project will focus on the following components of which the consultancy services will be applied:-

Irrigation and Infrastructure Development Component Farmer Support Programme: with 2 sub-components (i) Horticultural Production and Marketing and (ii)Financial Services Support Project Coordination.

The project will be implemented over 6 years with the first irrigated blocks coming on stream in year 2 and the bulk of the construction work being finished by year 4.

5.    Project therefore invites eligible consultants to express their interest by submitting to the Permanent Secretary, Ministry of Agriculture a statement of capability and experience relevant to the upcoming assignment.

6.    Only shortlisted consultants will be contacted and request for proposal (RFP) sent. The selection of a firm or consortium of firms will be done in accordance with the African Development Bank's Rules of Procedure for the Use of Consultants.

7.    Expression of Interest documents in plain sealed envelopes clearly marked EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR THE SHDP should be deposited in the Ministry of Agriculture Tender Box, situated at the Ground Floor, Kilimo House or sent to the address below:-

Permanent Secretary
Ministry of Agriculture
Kilimo House, Cathedral Road
P. O. Box 30028-00100
NAIROBI Email: psagriculture @ kilimo.go.ke

8.    Deadline for submission of expression of interest is Friday March, 27 2009 at 1100 hrs local time.

Provision of General Insurance Services for Year 2009-2010

Re-Tender Notice

The City Council of Nairobi invites sealed bids from eligible underwriting and brokerage firms for the following tender:-

Tender No. CCN/CT/TO37/2008/09 
Provision of General Insurance Services for Year 2009-2010

Interested eligible bidders may obtain the complete tender documents from the office of the Director of Procurement, City Hall Annexe, First Floor Room 105 after paying Kshs. 5,000 for those who did not participate in the first tender. Tender documents will be issued free of charge for those who participated in the first tender. 

The completed tender documents in a plain sealed envelope clearly bearing only the tender number and title of the contract should be deposited in the Tender Box, outside the Procurement office, City Hall Annexe 1st floor and if sent by post, be addressed to:-

Town Clerk
City Council of Nairobi
P.O. Box30075-00100
Nairobi.

So as to reach him on or before 10.00 A.M on TUESDAY, 3rd MARCH, 2009. The tenders will be opened soon thereafter at the Procurement Board Room, 1st Floor, City Hall Annexe, in the presence of the bidders' representatives who choose to attend. Tenders must be accompanied by tender security in the form and amount specified in clause 23 of the instructions to bidders.

The City Council of Nairobi is not bound to accept the lowest or any tender.

Request for Expression of Interest: Consultancy Services For Baseline Survey

Small-scale Horticulture Development Project (SHDP)

Request for Expression of Interest: 
Consultancy Services For Baseline Survey

1.    This request for expression of interest follows the General Procurement Notice (GPN) for this project that appeared in the Development Business, Issue No. 728 of 15th June 2008.

2.    The Government of the Republic of Kenya has received from the African Development Fund (ADF) a loan of UA 17.00 million and intends to apply part of the proceeds of these finances to cover eligible payments under the contract for the provision of consultancy services for the SHDP

3.    The service of the Consultant is required for assessing the socio-economic conditions as they prevail in the scheme areas prior to the project intervention, identification of the relationship between communities and/or their cohesion, provision of the socio-economic information required to effectively carry out the project activities to the PCU, Steering committee and implementing officers, provision of data and information to be used for impact assessment of the project after its completion and in designing of participatory monitoring and evaluation system.

4.    Objectives of the project are to increase household incomes of small-holder horticultural producers through increased production of horticultural products and enhanced marketing. To achieve these objectives, the project will focus on the following components of which the consultancy services will be applied:-

Irrigation and Infrastructure Development Component Farmer Support Programme: with 2 sub-components (i) Horticultural Production and Marketing and (ii)Financial Services Support Project Coordination.

The project will be implemehted over 6 years with the first irrigated blocks coming on stream in year 2 and the bulk of the construction work being finished by year 4.

5.    Project therefore invites eligible consultants to express their interest by submitting to the Permanent Secretary, Ministry of Agriculture a statement of capability and experience relevant to the upcoming assignment.

6.    Only shortlisted consultants will be contacted and request for proposal (RFP) sent. The selection of a firm or consortium of firms will be done in accordance with the African Development Bank's Rules of Procedure for the Use of Consultants.

7.    Expression of Interest documents in plain sealed envelopes clearly marked EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR THE SHDP should be deposited in the Ministry of Agriculture Tender Box, situated at the Ground Floor, Kilimo House or sent to the address below:-

Permanent Secretary
Ministry of Agriculture
Kilimo House, Cathedral Road
P. O. Box 30028-00100
NAIROBI Email: psagriculture @ kilimo.go.ke

8.    Deadline for submission of expression of interest is Friday March 27, 2009 at 1100 hrs local time.

Consultancy Services for Baseline Survey

Ministry of Water and Irrigation
Kenya Natural Resources Management Project
Request for Expression of Interest (EOI)
Consultancy Services for Baseline Survey

REF: EOI/NRM/MOW/02/2008-2009

Credit No. 4277-KE, Project ID No. P095050

Background
The Government of Kenya has received financial credit from the International Development Association (IDA) towards the implementation of the Kenya Natural Resource Management Project (KNRMP). It is intended that part of the proceeds of this credit will be applied to eligible payments under the contracts for provision of consultancy services on Baseline survey. 

The project is being implemented by three institutions: the Water Resources Management Authority (WRMA), the National Irrigation Board (NIB) and the Kenya Forest Service (KFS). The project has adopted a results-based implementation approach that entails monitoring the implementation of activities in various components and linking these with the outcome indicators and project development objective. 

This requires reliable baseline information that will help measure the progress and impact of the project with regards to natural resource health, livelihoods improvement and community participation in natural resources management. The Ministry of Water and Irrigation now invites eligible consultants to express their interests in providing services for baseline survey.

Objective
The objective of the survey is to determine the current status of communities in the intervention areas of Upper Tana and Lower Nzoia catchments respectively to:
  • Provide data and information on the relevant project outcome indicators
  • Increase ability to assess the management and livelihood status impact of the NRM project and
  • Improve the quality and effectiveness of project implementation
Scope of services
The scope of the services to be provided include assessment of socio-economic and other factors relevant to enhancing sustainable management of water and forest resources and establish baseline information that can be used for monitoring and evaluating changes in resource health and livelihood status over time.

Terms of reference

The highlights of terms of reference for consultancy covering three thematic areas are:

Water Resources Management
  • Assess the socio-economic status of the communities
  • Assess the communities' current land management practices and identify those contributing to sustainable land conservation and management
  • Assess the agro-economic benefits of improved land use practices as well as associated costs (increased operational costs, labour time, etc.) and identify possible obstacles for the smooth introduction of the practices
Irrigation
  • Conduct baseline survey on the participatory irrigation management (PIM) to understand the present status of existing user groups
  • Assess the socio-economic status of the communities in the existing and new irrigation schemes including cut-grower schemes
  • Compare status of head, mid and tail end farmers in the survey irrigation schemes and identify issues with each category of farmers
Forestry
  • Assess the socio-economic status of the forest adjacent communities
  • Assess the land use practices within the surrounding of forest areas and activities that
  • directly or indirectly affect forest conservation and management
  • Assess the forest adjacent communities' sustainable forest management opportunities and constraints
The Ministry of Water and Irrigation (the client) now invites eligible consulting firms to forward their Expressions of Interest (EOI) in providing these services. Interested consulting firms must provide relevant information and demonstrate; 

i.      Experience in conducting field level baseline surveys; 

ii.     Experience on qualitative and quantitative research 

iii.    Experience in spatial data systems (GIS, GPS and remote sensing); 

iv.     Knowledge and understanding of project implementation and management in a developing country context.

Request for Proposal (RFP) will only be issued to the shortlisted firms.

Interested consultants may obtain further information at the address below during office hours between 0900 - 1630 hours from Monday - Friday inclusive, except public holidays in Kenya, before the deadline for submission of Expression of Interest.

The completed expression of interest documents in writing in three (3) copies must be delivered to the address below or deposited in the Tender Box situated in the Main entrance, Ground Floor, Ministry of Water and Irrigation, Maji House, Ngong Road so as to be received on or before 23th February, 2009 at 1200 hours Kenyan Local time. The expression of interest must be in plain sealed envelopes and clearly marked "REF: EOI/NRM/MWI/02/2008-2009 - EOI FOR BASELINE SURVEY".

Project Coordinator-NRM
For: Permanent Secretary
Ministry of Water and Irrigation, Maji House, Ngong Road
P.O Box 49720-00100 Nairobi, Tel: 020-2717103 ext 269
NAIROBI

Thursday, February 5, 2009

National Housing Corporation Invitation to Tender

National Housing Corporation is a statutory body constituted under the Housing Act Cap 117 Laws of Kenya.

The Corporation invites tenders from eligible and registered Contractors in the categories shown below for the following works:

a) PROPOSED KAKAMEGA HIGHRISE HOUSING SCHEME PHASE I: TENDER NO NHC/TECH/265/2009

The Works involve construction of 80 no. two bedroom flats and related civil works. Contractors must be registered in the Ministry of Works category 'A' Building Contractors only. The Bid Bond for the works is Kshs 600,000.00.

b) PROPOSED KISII HIGHRISE HOUSING SCHEME PHASE I: "TENDER NO NHC/TECH/266/2009"

The Works involve construction of 40 no. two bedroom flats and related civil works. Contractors must be registered in the Ministry of Works category 'B' Building Contractors only.

The Bid Bond for the works is Kshs 400,000.00.

Interested Contractors who must be registered by the Ministry of Works and who appear in the current Building Contractors' Register (Proof of registration required) may obtain tender documents from the Contracts office 7th Floor- NHC House, upon payment of a non-refundable fee of Ksh.5,000.00 per set of documents evidenced by an official receipt.

Payments shall be made in bankers cheque payable to National Housing Corporation at the Cash Office on the ground floor anytime between 08.00am and 03.30pm on week days.

Interested bidders should note that the documents listed below are the minimum required and must be accompanied by supporting documents failure to which will render the Bid liable to automatic disqualification.

1) Proof of current and past works of similar magnitude and complexity undertaken in the last three years. Copies of award letters and practical completion certificates to be attached.

2) The Bid bond must be in form of a Bank guarantee only from a reputable Bank registered in Kenya and be valid for 150 days from the tender opening date.

3) Details of Adequate equipment and Key personnel for the works.

4) Proof of Sound Financial standing and adequate access to bank credit line (Please attach letters from your bankers indicating availability of and credit levels.

5) Particulars of tenderers shareholding Structure.

6) Valid Tax Compliance Certificate.

In addition, bids from the following tenderers shall be treated as non-responsive and will lead to automatic disqualification:

(i) A bid from a bidder whose on-going project (s) is/are behind schedule, and without any approved extension of time,

(ii) A bid from a bidder who has been served with a default notice from current project(s) or terminated previously

( iii) A bid from a bidder who is currently involved in more than one project with the Corporation

(iv) A bid from a bidder whose Bid Bond is discovered to be forged.

All Tender Documents in plain sealed envelopes with clearly marked tender number and bearing no indication of the bidder's name should be addressed to:

The Managing Director
National Housing Corporation
P.O. Box30257-00100
NAIROBI

and be deposited in the Tender Box located in 7th floor NHC House or sent by courier or registered Mail using the above address to be received on or before 26th February 2009 at 12.00pm.

Tenders will be opened immediately on the same day in the Conference room 10th floor NHC -House in the presence of bidders representatives who choose to attend. Any Bid received after 12.00pm will be returned unopened.