Friday, October 14, 2011

ITT for the construction and completion of the PROPOSED MEDIA STUDIO (8th November 2011)

CHUKA UNIVERSITY COLLEGE

Telephones: 020 2310512, 020 2310518, Fax Line: 020 2310302

INVITATION TO TENDER

Chuka University College, a constituent University College of Egerton University, invites tenders for the construction and completion of the PROPOSED MEDIA STUDIO from the under listed categories of Contractors.


 

TENDER No.

DESCRIPTION OF WORKS

MINISTRY Of PUBLIC WORKS REGISTRATION

AMOUNT BID BOND (Kshs)

TENDER DOCUMENT (Kshs)

CUC/TENDER/Vol.6/2011-2012

General Building Contractor (Main Builders Works)

Category E and above

300,000.00

3,000.00


 

Interested Contractors may obtain Prequalification and Tender Documents from the office of the Procurement Officer at Chuka University College, situated along the Embu-Meru highway during working hours (8.00 am - 5.00 p.m) upon payment of the stipulated charges for the Bid Document.

Prospective contractors who wish to be considered MUST provide the following:

  1. Proof of at least two projects of similar magnitude and complexity undertaken in the last Five (5) years.
  2. A bid bond in form of Bank Guarantee from a reputable Commercial Bank or such Insurance Company Guarantee as may be approved by Public Procurement Oversight Authority, PPOA.
  3. Proof of adequate Equipment and Personnel to handle the job.
  4. Certified Audited Financial Accounts for the last three years.
  5. Evidence of access to credit lines from reputable Commercial Banks and/or Financial Institutions.
  6. A copy of Registration Certificate or Certificate of Incorporation.
  7. Copies of PIN and VAT certificates
  8. A copy of a valid Tax Compliance certificate
  9. Attendance of a MANDATORY pre-tender Site Visit on Tuesday 25th October, 2011 at the site situated at Chuka University College main Campus.

Completed Prequalification and Tender documents sealed in plain envelopes marked with the relevant TENDER No and NAME should be addressed to:

THE PRINCIPAL

CHUKA UNIVERSITY COLLEGE

P. 0. Box 109—60400, CHUKA

Or deposited in the Tender Box provided at the Chuka University College administration offices located along the Mew - Embu highway or sent by post so as to reach the above address not later than 8th November, 2011 at 12 noon.

Submitted Bids will be opened publicly soon after the above stated closing date and time in the Conference Hall in the presence of the Bidders and/or their representatives who choose to attend.

Chuka 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

CHUKA UNIVERSITY COLLEGE

ReEOI for Consultancy Services for the Judicial Service Commission (15 November 2011)

REPUBLIC OF KENYA

THE JUDICIAL SERVICE COMMISSION

EXPRESSION OF INTEREST


 

The Constitution of Kenya focuses on values of integrity, efficiency and effectiveness in work performance, citizen-centered and results-focused service delivery. In fulfillment of its constitutional mandate as provided under article 159 and responding to the high public expectations and demands for improved performance, the Judiciary has developed an Integrated Comprehensive and Institutional Transformation Framework.


 

This Framework will enable the Judiciary to adopt a holistic approach that is built on sector-wide collaboration, strategic and technical partnerships and benchmarked on emerging national, regional and global smart practice.


 

To provide a resource framework the Judiciary with the Judicial Service Commission (JSC) providing overall policy direction and oversight, has established the following implementation arrangements; The Leadership Committee chaired by the Chief Justice, the Transformation Steering Committee chaired by the Deputy Chief Justice and a Technical Secretariat comprising Internal and External Team of Experts led by the Chief Registrar.


 

To expand its technical capacity to implement the Integrated Comprehensive Strategic Framework, the Judiciary wishes to request for Expression of Interest for the following consultancy services:


 

  

Expression of Interest Reference Number

Description of Consultancy

1

JUD/9/2011-2012

Provision of Financial Management consultancy services;

2

JUD/10/2011-2012

Provision of Human Resources Management consultancy services

3

JUD/11/2011-2012

Provision of Property Management consultancy services

4

JUD/12/2011-2012

Provision of ICT consultancy services

5

JUD/13/2011-2012

Provision of Architectural and related consultancy services

6

JUD/14/2011-2012

Provision of Legal consultancy services

7

JUD/16/2011-2012

Provision of Publicity and Events Management consultancy services


 

The prospective consulting individuals/firms must meet the following criteria;

1. Must meet the relevant statutory requirements.

2. Must give a list of 5 other clients to whom similar services were offered. Proof of the aforementioned must be provided.

3. Must submit a copy of the audited accounts for the previous 3 years. (Applicable to firms only)

4. Must submit copies of the following documents:


 

(i) PIN Certificate

(ii) Tax Compliance Certificate

(iii) VAT Certificate where applicable

(iv) Certificate of Registration/Incorporation


 

5. Must attach a detailed firm profile including CVs for all the Senior Company Management staff showing qualification and years of experience. Copies of academic and other certificates must be attached.

Complete Expression of Interest documents in plain sealed envelopes with Expression of Interest Reference No. indicated on the envelope should be sent to the address below or placed in the tender box situated at the main gate (public entrance), Supreme Court of Kenya Building, City Hall Way, Nairobi.


 

The Judiciary,

Aft: Chief Registrar,

RO BOX 30041 -00100,

NAIROBI, KENYA.

Tel No: (+254) (020) 2221221

Deadline for submission of Expression of Interest is 15th November 2011 at 1000hrs.


 

This request for Expression of Interest does not constitute a solicitation. The Judiciary reserves the right to change or cancel the requirements at any time during the EOl and or tendering process. Submission of a reply to this EOl does not automatically guarantee that such individual/firm will be considered to be invited to Tender. Only individuals/ firms deemed qualified upon completion of an objective evaluation of their submitted documentation will be invited to Tender.


 

Chief Registrar of the Judiciary

Republic of Kenya

TENDER NOTICE (RFP) FOR ERP SYSTEM (1st November 2011)

SIMLAW SEEDS COMPANY LIMITED

TENDER NOTICE (RFP)

ERP Proposal SSC.P/ITSOFTWARE (1)

Simlaw Seeds Company limited is in the process of procuring an ERP system .For this purpose the company requests for technical and financial proposals from eligible experienced and competent firms, consortia or individuals that are legally registered.


 

Proposal documents detailing the requirements and the scope of the project may be obtained from Simlaw Seed Company, procurement office, Kijabe Street, Nairobi during normal working hours upon payment of non refundable fee of Kshs 5,000 either in cash or bankers cheque payable to Simlaw Seeds Company limited.


 

Submission

Completed technical and financial proposals sealed in two different envelopes must be delivered in one plain sealed envelope clearly marked 'ERP Proposal SSC.P/ITSOFTWARE (1)" on top of the envelope addressed to


 

General Manager

Simlaw Seeds Company limited

P.O. Box 40042 00100

Nairobi

Alt: Snr. Procurement Officer


 

Or deposited in the tender box available at the company's head office, reception area, Kijabe Street Nairobi so as to be received on or before 1st November 2011

The company reserves the right to accept or reject any proposal in whole or in part. Tenders not submitted in the above format may be rejected during the opening

GENERAL MANAGER

ITT Tender for Transporting Title 11 Commodities in Jonglei State, South Sudan (21 October 2011)

CRS

CATHOLIC RELIEF SERVICES

South Sudan Program

INVITATION TO TENDER

Tender Ref: CRS-S-SUDAN- 10-11

Catholic Relief Services South Sudan Program invites sealed bids from eligible applicants to Tender for Transporting Title 11 Commodities in Jonglei State, South Sudan, which is funded by USAID/Food for Peace (FFP).

CRS is a nonprofit international relief and development organization working with localpartners and serving more than 80 million people in over 100 countries in five continents. The mission of CRS is to assist impoverished and disadvantaged people, working in the spirit of Catholic Social Teaching to promote the sacredness of human life and the dignity of the human person. Although the mission is rooted in the Catholic faith, CRS's operations serve people based solely on need, regardless of their race, religion or ethnicity. Over 94 percent of the Agency's resources are allocated to programs that help people in need.

Title

Tender for Transporting Title 11 Commodities in Jonglei State, South Sudan.

General information

The complete set of tender documents will be available for collection at our offices in Jubo and Nairobi between Monday, October 17th, 2011 and Friday, October 21st, 2011 from 10:00am to 4:00pm.

The CRS South Sudan Liaison Office is located at St. Augustines' Court (Block B), Karuna Close, behind Lion Place Building,Westland's and the CRS South Sudan Office is near Palica, behind Paradise Hotel, Juba, South Sudan.

The request for tender documents should he submitted in writing on the company's letterhead signed and stamped by the head of the company. The request should either be sent by DHL to CRS South Sudan in Palica, Juba, South Sudan or the scanned copy by email to tenders@crssudan.org with "Request for tender documents # CRS-S-SUDAN-10-11" in the subject line. Any request for tender documents will not be accepted after 4:00pm October 21st, 2011

The working language of this tender is English

Bids Submission/Opening

The bids should be submitted in a sealed envelope via DHL addressed to "Tender Committee, Tender No.: CRS5-SUDAN-b-il, Catholic Relief Services, Palica, Juba, South Sudan, or the signed, stamped and scanned copies via email (Send only scanned copies of the following sections: Tender Receipt, Qualifications Summary, Declaraton of Eligibility and Bid Form) to tenders@crssudan.org with Tender submission CRS-S-SUDAN-10-11 line the subject line.

The deadline for bids submission is Monday, November 7th, 2011 at 4:00 p.m. Bids received after this deadline will not be considered at bid opening time.

All Bids received will be opened on November 8th, 2011 at 1000a.m. at the CRS South Sudan Juba Office.

ReEOI CARRYING OUT STUDIES ON IMPACT OF WATER RESOURCES USERS’ ASSOCIATIONS (WRUAS) ACTIVITIES IN THE MANAGEMENT OF WATER CATCHMENTS AND WATER RESOURCES (28 October 2011)

WATER RESOURCES MANAGEMENT AUTHORITY

EXPRESSION FOR CONSULTANCY SERVICES ON CARRYING OUT STUDIES ON IMPACT OF WATER RESOURCES USERS' ASSOCIATIONS (WRUAS) ACTIVITIES IN THE MANAGEMENT OF WATER CATCHMENTS AND WATER RESOURCES

EOI NO: WRMA/HQ/EOI/1/2011-2012

BACKGROUND


 

In recognition of the important role that communities are expected to play in the management of water catchments and water resources, the Water Act 2002 provided the legal framework through which communities can formally be involved in the management of water catchments and water resources through the Water Resources Users Associations (WRUAs).

A WRUA is an association of water users, riparian land owners, or other stakeholders who have formally and voluntarily associated for the purposes of co-operatively sharing, managing and conserving a common water resource. A number of WRUAs have been formed in various parts of the country and over the last three years they have been collaborating with WRMA in management of water catchments and water resources.

Water Resources Management Authority is seeking to recruit a consultancy firm to conduct a survey on Impact of Water Resources Users' Associations activities in the management of water catchments and water resources.


 

OBJECTIVES OF THE ASSIGNMENT


 

The objectives of the study will be to:

  1. Determine the impact of involvement of WRUAs in the management of water catchments and water resources in their areas of operation in comparison to areas without WRUAs
  2. Determine the interventions required to strengthen community participation in water resources management both where WRUAs exist and where they do not exist
  3. Assess the level of community awareness on WRUA concept in the study areas
  4. Assess the level of knowledge of water resources management problems by the communities


 

SCOPE OF WORK


 

1.1 Determine the level of community awareness on WRUA Concept:

Establish the awareness status of the community

1.2 Determine the Knowledge of water resources management problems:

Establish the extent to which Water Resources Management problems are known within the area:

1.3 Determine the role WRUA has played in water use conflict resolution:

Establish whether there are or have been any Water use conflicts and role played by WRUA in resolution

1.4 Determine the level and nature of WRUA participation in the development of Sub catchment Management Plan (SCMP):

1.5 Determine the Knowledge of mandate of WRUAs as in the Water Act 2002:

Establish whether WRUA members! community know the WRUA mandate

1.6 Determine existence of evidence for any improvement in Water resources management that can be attributed to WRUA involvement:

1.7 Identify the Challenges faced by WRMA1WRUAs in working together: Establish the challenges faced by each.


 

METHODOLOGY


 

For comparison, two Sub-catchments will be selected in each of the six regions. One where a WRUA exists and another one without a WRUA. The survey will be undertaken by the consultant in collaboration with WRUAs and WRMA staff. However, the overall responsibility of executing the surveys solely rests with the consultant. The work will comprise of both office and fieldwork.


 

QUALIFICATION AND EXPERIENCE OF THE CONSULTANT


 

The consultant firm should have personnel with qualifications in integrated water resources management, community mobilization, Participatory Rural Appraisal and statistical analysis.

Key staff should have at least five years of relevant practical field experience in water resources management and community mobilization in addition to possession of academic qualifications at University degree level in the field of water resources management and community development (Sociology)

A consultant will be selected on the basis of Registration status, Past relevant experience, and Qualifications of key staff.

Interested consultants with queries may seek clarification at the address below during office hours 08.00 A.M. to 05.00 PM. local time.

Expression of interest bearing the EOI No. and the EOl description must be delivered to the tender boxes located at the address given below on or before 28th October, 2011 at Noon.


 

The Chief Executive Officer

Water Resources Management Authority

NHIF Building, 10th Floor Wing B

P.O. Box 45250-00100 NAIROBI-KENYA

Tel 254202729048/9, 25420 2732291Fax +254202729950

Attention: Eng. J.M. Kinyua

Email: wrma@wrma.or.ke


 

Accounting for every drop!

TENDER NOTICE Supply of SF6 Gas (11 November 2011)

Kenya Power
INVITATION TO TENDER

Kenya Power invites tenders from interested suppliers (Bidders) for the provision of the following services:

TENDER NO. & NAME

DESCRIPTION OF GOODS

TENDER SALE COMMENCEMENT DATE

PRE-BID MEETING

TENDER CLOSING DATE

KPLC/9AA-3/PT/07/11-12

Supply of SF6 Gas

14.10.2011

11.11.2011

KPLC/9AA-3/PT/07/11-12


 

Tender documents detailing the requirements may be obtained from the Chief. Manager Supplies, Stores and Transport, Kenya Power on the 3rd Floor, Stima Plaza, Kolobot Road, NaIrobi, on normal working days beginning on Thursday 13" October, 2011 between 9.00 a.m. to 12.30 p.m. and 2.00 p.m. to 4.30 p.m. upon payment of a non-refundable fee of Kenya Shillings Three Thousand Shillings Only (KShs.3,000/) or the equivalent amount in United States Dollars (USD) using the selling exchange rate ruling at the date of the tender document purchase provided by the Central Bank of Kenya (See Central Bank of Kenya website-www.centralbank.go.ke). Payment Shall. be made in Cash or by Bankers Cheque on the V' Floor, Costing Office, Stima Plaza, Kolobot Road, Nairobi, Kenya. Prospective bidders may also download the tender document from Kenya Powers website (www.kplc.co.ke). At the time of submitting the completed tender document, such tenderers shall be required to enclose a copy of the receipt or payment slip evidencing payment of a non-refundable fee of Kenya Shillings Two Thousand Shillings Only (KShs.2,000/) or the equivalent amount in United States Dollars (USD) using the selling exchange rate mentioned above. Upon downloading and payment of the fee of KShs.2,000/ or the equivalent amount in United states Dollars (USD) bidders are required to immediately send/e-mail their names and contract details to:

1. Chief Manager Supplies, Stores and Transport - jombul@kplc.co.ke

2. Procurement Manager - agatukui@kplc.co.ke

For bidders downloading the document, payment shall be made to the following Kenya Power's designated accounts:

For local currency (KShs)

For foreign currency (USD)

A/c Name: The Kenya Power & Lighting Co. Limited

A/c No: 01120069019800

Bank/Branch: Co-operative Bank of Kenya Limited/

Stima Plaza

A/c Name: The Kenya Power & Lighting Co. Limited

A/c No: 8704074121601

Bank code: SCBLKENXAXXX

Bank/Branch: Standard Chartered Bank/Harambee Avenue


 

Completed tender documents in plain sealed envelopes clearly marked "Tender Name and Tender Description" should be addressed and delivered to:

The Company Secretary

Kenya Power

7th Floor, Stima Plaza, Kolobot Road, Parklands

P 0 Box 30099 - 00100

Nairobi, Kenya.


 

So as to be received not later than 10.00 a.m. on tender closing date indicated above

Tenders will be opened promptly after closing and Bidders or their representatives are welcome to witness the opening in the Stima Plaza Auditorium.

Save when responding to Kenya Power request for a clarification, bidders shall not contact or discuss any aspect of their tender with Kenya Power 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.

CHIEF MANAGER

SUPPLIES, STORES & TRANSPORT

www.kenyapower.co.ke

ReEOI: CONSULTANCY SERVICES ON ENVIRONMENTAL IMPACT ASSESSMENT OF BIOSAFETY LEVEL 3 (BSL 3) LABORATORY PROJECT UNDER THE PROPOSED COASTAL DISEASE-FREE ZONE PROGRAMME AT THE CENTRAL VETERINARY LABORATORIES KABETE (CVL) (7 November 2011)

REPUBLIC OF KENYA

MINISTRY OF LIVESTOCK DEVELOPMENT

TENDER NOTICE

TENDER NO: MLD/DVS/ 167/ 2011 /2012, FOR CONSULTANCY SERVICES ON ENVIRONMENTAL IMPACT ASSESSMENT OF BIOSAFETY LEVEL 3 (BSL 3) LABORATORY PROJECT UNDER THE PROPOSED COASTAL DISEASE-FREE ZONE PROGRAMME AT THE CENTRAL VETERINARY LABORATORIES KABETE (CVL)


 

The Ministry of Livestock Development invites sealed bids from eligible candidates to offer Consultancy Services on Environmental Impact Assessment of Biosafety Level 3 Laboratory Project under the proposed Coastal Disease-Free Zone Programme. The laboratory will provide capacity for diagnosis of level 3 bacteria and virus as part of the surveillance, diagnosis and certificate of trade-sensitive diseases.

A complete set of tender documents may be obtained by interested candidates upon payment of non-refundable fee of KShs. 2,000.00 in cash or banker's cheque payable to the Permanent Secretary, Ministry of Livestock Development at the cash office Kilimo House - Lower ground floor.

The original and two copies of the Technical proposal shall be placed in a sealed envelope clearly marked "TECHNICAL PROPOSAL" , and the original and Iwo copies of the financial quotation be placed in a sealed envelope duly marked "FINANCIAL QUOTATION. Both envelopes shall be placed in an outer envelope and sealed clearly marked "DO NOT OPEN before, 7th November 2011, at 10.00 a.m. (East African Time)

Interested eligible candidates may obtain further information at the office of the Senior Assistant Director, Supply Chain Management, Ministry of Livestock Development, Kilimo House Annex, P 0. Box 34188-001 00 Nairobi, during normal working hours (8.00a.m. to 1.00p.m. and 2.00p.m. to 5.00p.m.) East African Time.

Completed tender documents enclosed in plain sealed envelope marked with tender reference Number, MLD/DVS/167/2011-2012 and bearing no indication of the tenderer, must be deposited in the Tender Box situated at the Ground floor, Kilimo House, Cathedral Road P 0. Box 34188-001 00 Nairobi, or to be mailed to:


 

The Permanent Secretary

Ministry of Livestock Development,

P. 0. Box 34188 - 00100,

NAIROBI

So as to be received on or before 7th November 2011 at 10.00 a.m. East African Time.

Tenders will be opened immediately thereafter at the Ministry's Committee Room situated on the 6th Floor, Kilimo House. Tenderers or their designated representatives are free to attend the tender opening exercise at the stipulated location and time.

The Government of the Republic of Kenya reserves the right to accept or reject any tender without assigning reasons for its decision thereof.

Senior Assistant Director Supply Chain Management

FOR: PERMANENT SECRETARY

TENDER NOTICE MINISTRY OF AGRICULTURE (11 Nov 2011)

REPUBLIC OF KENYA

MINISTRY OF AGRICULTURE

TENDER

The Ministry of Agriculture now invites sealed tenders from eligible candidates for the provision of security/guard services and cleaning services for the period ending 31st December 2012


 

S/NO

TENDER NO

TENDER DESCRIPTION

TENDER DOCUMENT FEE (KSHS). NON REFUNDABLE

BID SECURTY AMOUNT(KSHS)

CLOSING DATE/ TIME

1

MOA/SCMD/05/2011-2012

Provision of Security & Guard Services

20,000

100,000

11th NOV, 2011 at 11.00 A.M

2

MOA/SCMD/06/201 1-2012

Provision of Cleaning Services

20,000

50,000

11th NOV, 2011 at 11.00 A.M


 

Candidates may obtain further information from and inspect the tender documents at the Ministry of Agriculture, Kilimo House, Supply Chain Offices 4th Floor, Room 4-4B during normal working hours.

Duly completed tender documents should be marked with the tender number and tender description and be deposited in the tender box marked "Ministry of Agriculture Tender Box" situated at the main reception of Kilimo House, or be addressed and posted to;

The Permanent Secretary,

Ministry of Agriculture

Kilimo House

P0. Box 30028

Nairobi

So as to be received on or before 11th November 2011 at 11.00 A.M.

Tenders will be opened immediately after the closing date/time in the presence of the tenderers representatives who choose to attend the opening at Ministry of Agriculture Headquarters, Kilimo House Conference Room 7th Floor.

The Tender Notice is also available in the Ministry's Website www.kilimo.go.ke

Head, Supply Chain Management

For: PERMANENT SECREFARY

IFP: FOR IDENTIFICATION OF PRODUCERS OF INFORMATION EDUCATION AND COMMUNICATION MATERIALS (28 October 2011)

United Nations Development Programme - Kenya


 

INVITATION FOR PREQUALIFICATION (IFP)

Ref. No. UNDP/IFP/001/2011

FOR IDENTIFICATION OF PRODUCERS OF INFORMATION EDUCATION AND COMMUNICATION MATERIALS


 

UNDP Kenya invites proposals for the design and production of communication materials and products, to support the implementation of art information, education and communication (IEC) strategy on public sector reforms currently being developed by the Performance Contracting Department (PCD) in the Office of the Prime Minister (OPM).

For the full information and requirements please visit UNDP Kenya's Website: http://www.ke.undp.org/index.php/procurements; UNDP HQ website http://procurement-notices.undp.org , and the UN Global Market Place: www.ungm.org/Notices/Notices.aspx .


 

Submission date and time:

Hard-copy submission:

Interested firms/organizations should submit I (one) copy of their requisite information

(Invitation for Prequalification) in sealed envelope clearly marked with:

"UNDP/IFP/001/2011: Identification of Producers of Information, Education and Communication materials (UNDP/PCD-OPM)"

on/or before Friday, 28 October 2011 at 11.00 AM Kenya time.


 

Submission address:

Deputy Country Director (Operations)

United Nations Development Programme Kenya,

Block N/3rd Floor, UNON Complex Gigiri,

P0 Box 30218, 00100 Nairobi, Kenya.

- Note: IFP envelope should be dropped in a box provided at the UN Security Gate.


 

Soft-Copy/esubmission:

Please send it to procurementbids.ken@undp.org same date & time as above. Following the Invitation for Prequalification, UNDP Kenya will issue a bidding document to qualified firms/organizations that submitted IFP's.


 

Only short4istéd firms will be contacted and UNDP reserves the rights to accept or reject the submission

TENDER NOTICE Agency for Technical Cooperation and Development (ACTED) (28th of October 2011)

ACTED

CALL FOR TENDER

The Agency for Technical Cooperation and Development (ACTED) invites interested contractors to submit their offers for supply of the following goods and services:

 

Description

1

Generator 10KVA, water-cooled diesel engine including spare parts and installation.

2

Generator 12KvA, water-cooled diesel engine including spare parts and installation.


 

The contractor/supplier should express their interest, clearly stating at what cost and within which delay they intend to provide ACTED with the above listed services.

Tender documents may be purchased at ACTED Nairobi, Chania Road, Opp LER Apartments, Kilimani, Next gate after KANU HO, for a non-refundable fee of 3,500 KES. The fee is payable at ACTED Nairobi Cash office.

The closing date for submission of the tender documents is Friday on 28 of October 2011. Completed tender documents in plain sealed envelopes clearly marked with the tender reference 27 DAYS 59 0 NBO -20111013-001 should be addressed to ACTED Nairobi, Chania Road, Opp LER apartment, next gate after KANU HQ. Kilimani. P O. Box 21217, 00505 Nairobi as to be received on or before the closing date at 5:00pm.

ReEOI Invitation to independent Consultants (4th November 2011.)

EXPRESSION OF INTEREST

Invitation to independent Consultants

A faith based agency that is involved in programmes aimed at uplifting the social economic welfare of its members, invites Expression of Interest from Independent Consultants with expertise in community based financial services development in Africa.

The successful consultant will be expected to conduct a feasibility study to enable the agency seek license to establish a nationwide fully-fledged deposit-taking, member-based microfinance organisation (MFO). The MFO is expected to deliver a wide range of pro-poor financial services to Kenyans. Apart from encouraging a saving culture, the MFO will provide low-cost credit facilities. The organisation will also provide pro-poor specialized products, including investment advice and entrepreneurship training to all its clientele without discrimination.

The Expression of Interest should be accompanied by detailed CV of the consult and proof of having undertaken similar assignment(s) in the recent past.

Submission instructions:

Expressions of interest should be sent so as to be received at the address below no later than 4th November 2011.

DN/A.1125

P. O. Box 49010-00100

GPO, Nairobi

IFB Supply of Computers and accessories (7th December 2011)

KENYA NATIONAL HIGHWAYS AUTHORITY

NORTHERN CORRIDOR TRANSPORT IMPROVEMENT PROJECT (NCTIP)

PROJECT ID: P082615, CREDIT IDA 45710

Supply of Computers and accessories

1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this project that appeared in Development Business No. 615 (vol.26) of 301h September 2003 and updated on 16th February 2006 and 1161 July 2007.

2. The Government of Kenya has received a credit from the International Development Association toward the cost of the Northern Corridor Transport Improvement Project and it intends to apply part of the proceeds of this credit to payments under the Contract for Supply of computers and accessories.

3. The Kenya National Highways Authority now invites sealed bids from eligible and qualified bidders for Supply of Computers and accessories as below:

LOT

Description of Goods

Unit

Quantity

LOT 1

Standard Desktop Computers

No

110

Workstation Computers

No

16

Server_Racks/Accessories

Set

3

Computer Servers (Rack-mount type)

No

17

Tape Drives (Rack mout type)

No

3

Laptop Computers

No

20

Notebook Computers

No

50

LOT 2

Laserjet Printers (Heavy duty, light duty, color, b/w)

No

84

LCD Overhead Projectors

No

4

Scanners (Heavy duty, light duty)

No

90

Large-format Printer/Plotters

No

3

Large Format Scanners ..

No

4

Uninterruptible Power Supplies

No

134

LOT 3

Multifunction Photocopiers

No

3

Shredders

No

9

Fax machines

No

3


 


 

Bidders may bid for any or all lots. However, bidders are required to quote for ALL ITEMS in each lot for which they are bidding.

4. Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, Edition of May 2004 Revised October 1,2006 & May 1,2010, and is open to all Bidders from eligible source countries as defined in the Guidelines.

5. Interested eligible Bidders may obtain further information from the Kenya National Highways Authority and inspect the bidding documents at the address given below from 0800 to 1700 hours (excluding lunch hour from 1300 to 1400 hours) between Monday and Friday.

6. Qualifications requirements include:

(a) Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):

For Lot 1: Turnover of at least Kshs 60,000,000 per annum or an equivalent amount in a freely convertible currency as evidenced by audited accounts for each of the last five years

For Lot 2: Turnover of at least Kshs 75,000,000 per annum or an equivalent amount in a freely convertible currency as evidenced by audited accounts for each of the last five years

For Lot 3: Turnover of at least Kshs 5,000,000 per annum or an equivalent amount in a freely convertible currency, as evidenced by audited accounts for each of the last five years

The financial capability requirement for post qualification for more than one lot in this tender will be assessed as the sum of the respective financial capability requirements for the lots under consideration.

(b) Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s)

For Lot 1: 5 years experience in sales and support of computers and computer accessories in Kenya.

For Lot 2: 5 years experience in sales and support of printers, scanners and UPSs in Kenya.

For Lot 3: 5 years experience in sales and support of office equipment in Kenya. The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement as specified in the Technical Specifications.

A margin of preference for certain goods manufactured domestically shall not be applied Additional details are provided in the Bidding Documents

7. A complete set of bidding documents in English 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 KES 10,000 or an equivalent amount in a freely convertible currency. The method of payment will be a banker's cheque or certified cheque drawn in favour of the Kenya National Highways Authority. Bidding documents will be sent to the purchasers(s) or bidder(s) who so request, or can be collected by appointed representatives from First Floor, Blue Shield Towers, Hospital Road, Upper Hill, Nairobi. The cost of transmission of payment for purchase of bidding documents and delivery thereof by post or courier to the purchaser shall be borne by the purchaser. Kenya National Highways Authority shall not be held liable for non-delivery or incomplete delivery of bidding documents so transmitted.

8. Bids must be delivered to the address below on or before 7th December 2011 at 11.00 hours. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of Bidders' representatives who choose to attend in person at the address below at 11.30 hours on 7th December 2011. All bids must be accompanied by a Bid Security of:

For Lot 1 - Kenya Shillings Four hundred thousand

For Lot 2 - Kenya Shillings One hundred and fifty thousand

For Lot 3 - Kenya Shillings Fifty thousand

or an equivalent amount in a freely convertible currency


 

9. The address for bid submission is:

Secretary/Tender Committee

Kenya National Highways Authority

BlueShield Towers, Upper Hill, 1" Floor, Procurement Office

Hospital Road, P.O. Box 49712-00100, NAIROBI, KENYA

10. The address for clarifications is:

Attention: General Manager (Special Projects)

Street Address: Kenya National Highways Authority, BlueShield Towers, Hospital Road

Floor/Room Number: Second Floor

City: NAIROBI, KENYA

Telephone: +254 20 8013842, Fax No. 020 8042928

Email addresses: (1) dg@kenha.co.ke, (2) gmsp@kenha.co.ke (3) pttI@kenha.coke


 

Felix Koske

FOR: DIRECTOR GENERAL

ITN Manufacture supply, supervise, and installation/erection and commissioning of one Rotary vacuum mud filter (15th November 2011)

SOUTH NYANZA SUGAR COMPANY'LIMITED

RE-ADVERTISEMENT

INTERNATIONAL TENDER NOTICE

South Nyanza Sugar Company Limited invites sealed tenders from competent vendors for supply of the below listed item. Tenders are opened to all candidates meeting the eligibility criteria set in the tender document.


 

S/No.

Tender Reference number

Description of the tender

1..

SNSC/027/2011/2012

Manufacture supply, supervise, and installation/erection and commissioning of one Rotary vacuum mud filter


 

The tender documents containing detailed information on the tenders can be obtained from the office of the Head of Procurement at SARE-AWENDO or Administrative Officer- Nairobi Office, Utalii House, 2nd floor North wing, NAIROBI or Kisumu office at Tivoli Centre 1 Floor upon payment of non-refundable fee of Kshs.3,000.00 for each complete set of documents payable in cash or bankers cheque.

Those who had bought the earlier tender document will not be required to pay again but will have to submit proof of payment before being issued with new documents.

Duly filled and completed tender documents clearly marked "Tender reference No. and Closing date" should be addressed to.

-The Managing Director,

South Nyanza Sugar Co. Ltd, Off Kisii-Migori Road.

RO.' Box 107-40405,

Sare-Awendo.

Tel no.020-8029204

Fax. no. 020-8029204

Email: procurement@sonysugar.co.ke

Website: www.sonysugar.co.ke

and deposited in tender box before 15th November 2011 at 2.00 P M. Tenders will be opened thereafter in the company's Boardroom in the presence of tenderers or their representatives who choose to attend.

Sonysugar reserves the right to accept or reject any application and is not bound to give any reasons thereof.

TENDER NOTICE UPGRADE AND COMMISSIONING OF LAN AT MINISTRY OF INFORMATION AND COMMUNICATIONS (3rd November 2011)

TENDER NOTICE

REPUBLIC OF KENYA MINISTRY OF INFORMATION AND COMMUNICATIONS

TENDER NO. MIC 10/2011-2012

UPGRADE AND COMMISSIONING OF LAN AT MINISTRY OF INFORMATION AND COMMUNICATIONS

  • The Ministry of Information & Communications invites sealed tenders from eligible candidates for Upgrade and Commissioning of Local Area Network (LAN) at Ministry of Information and Communications.
  • Interested eligible candidates may obtain further information from and inspect the tender documents at the Supply Chain Management Office, Room K8-2, Telposta Towers, Ministry of Information & Communications, P.O. Box 30025-00100, Nairobi during normal working hours.
  • A complete set of tender documents may be obtained by interested candidates upon payment of non- refundable fee of Ksh.3, 000 in cash or Bankers cheque payable to the Permanent Secretary, Ministry of
  • Information & Communications. V
  • Prices quoted should be net inclusive of all taxes, must be in Kenya Shillings and shall remain valid for 90 days from the closing date of the tender.
  • Completed tender documents bearing no identity of the tenderer are to be enclosed in plain sealed envelopes marked with the tender reference number, MIC 10/2011:2012 and deposited in the Tender Box situated at 8th floor, Ministry of Information & Communications, Telposta Towers, Kenyatta Avenue, Nairobi or to be mailed to:

The Permanent Secretary

Ministry of Information & Communications,

RO. Box 30025—00100,

NAIROBI

So as to be received on or before 3rd November, 2011 at 10.00 am.

Tenders will be opened immediately thereafter at 10.15 am. in the presence of the tenderers or their representatives who choose to attend at the Ministry's board room situated on 9th Floor, Telposta Towers. The tender document can also be downloaded from the Ministry's website www.information.co.ke but proof of purchase of the same will be required on return.

HEAD OF SUPPLY CHAIN MANAGEMENT SERVICES

FOR: PERMANENT SECRETARY

SMEP DEPOSIT TAKING MICROFINANCE LIMITED

KIRICHWA ROAD OFF ARGWINGS KODHEK ROAD RO. Box 64063-00620, NAIROBI.

Tel: 020 2055761, 3572799, 267332718, Cell: 0711 606900

TENDER NOTICE

Email: info@smep.co.ke

SMEP Deposit Taking Microfinance Limited, a Christian based MFI regulated by the Central Bank of Kenya invites tenders and applications from interested and qualified consultants/consultancy firms/ candidates for the following:-

A SMEP/MRW/10/2011 MARKET RESEARCH ON WATER SANITATION AND HYGIENE (WASH)

The consultant will be expected to conduct a market survey on water, sanitation, and hygiene practices in counties within the country. The consultant will advise on priority areas, design of viable financial products, and development of marketing strategies for penetration in areas identified.

B SMEP/MKT/10/2011 MARKETINGIPR AGENCY (Re Advert)

C. SMEP/CRD/10/2011 - SMEPICONTRACTORS FOR RENOVATION OF DTM HALLS

Eligible consulting firms are invited to provide expression of interest in providing the services by attaching supporting information. Detailed TOR can be obtained from our website, www.smep.co.ke/opportunities

Expression of Interest in plain sealed envelopes clearly marked with the Ref. No. should be sent on

or before the close of business on 21 October 2011 to:- -

The Tender Committee

SMEP Deposit Taking Microfinance Ltd.

P0 BOX 64063 -00620 NAIROBI

Kirichwa Rd off Arwing Kodhek Rd

'Tel : 020-2055761, 0711-606900

D. WATER SANITATION AND HYGIENE OFFICERS — SENIOR CREDIT OFFICER AND 2 CREDIT OFFICERS

The officers will be responsible for driving the growth of a high quality WASH portfolio. Applicants must be outgoing and with background on WASH. The position involves intensive travel within the country. Experience in credit is an added advantage. (Please visit our website www.smep.co.ke/opportunities for the detailed job profiles and application procedure)

IFB NORTHERN CORRIDOR TRANSPORT IMPROVEMENT PROJECT (NCTIP) 30th November 2011

NORTHERN CORRIDOR TRANSPORT IMPROVEMENT PROJECT (NCTIP)

PROJECT ID: P082615, CREDIT IDA 45710

SUPPLY OF PORTABLE MODULAR STEEL BRIDGES AND CORRUGATED STEEL PIPE CULVERTS:

ICB NO: KENHA/364/2011

INVITATION FOR BIDS

This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this project that appeared in Development Business No. 615 (vol.26) of 30th September 2003 and updated on 16th February 2006 and 11th July 2007.

2. The Government of Kenya has received a credit from the International Development Association toward the cost of the Northern Corridor Transport Improvement Project and it intends to apply part of the proceeds of this credit to payments under the contract for Supply of Portable Modular Steel Bridges and Corrugated Steel Pipe Culverts (ICB No. KENHA/364/2011)

3. The Kenya National Highways Authority now invites sealed bids from eligible and qualified bidders for Supply of Portable Modular Steel Bridges and Corrugated Steel Pipe Culverts as below


 

ITEM NO.

Description of Goods

Quantity

Physical unit

Final Destination

LOT 1 

Portable Modular Steel bridges.

500 metres

165 Pieces

Nairobi, Kenya

LOT 2 

(a) Modular Corrugated steel pipe culverts (1524mm diameter)

1000 metres

1,000 Pieces

Nairobi, Kenya

LOT 3

(b) Modular Corrugated steel pipe culverts(1981 mm diameter)

1000 metres

1,000 Pieces

Nairobi, Kenya


 

Bidders may bid for any or both lots. However, bidders are required to quote for ALL ITEMS in each lot for which they are bidding.

4. Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, Edition of May 2004 Revised October 1, 2006 & May 1, 2010, and is open to all Bidders from eligible source countries as defined in the Guidelines.

5. Interested eligible Bidders may obtain further information from the Kenya National Highways Authority and inspect the bidding documents at the address given below from 0800 to 1700 hours (excluding lunch hour from 1300 to 1400 hours) between Monday and Friday.

6. Qualifications requirements include:

a) Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):

LOT 1 - Turnover of at least Kshs 450 million or USD 5,000,000 or an equivalent amount a freely convertible currency acceptable to the purchaser per annum, as evidenced by audited accounts for each of the last five years

LOT 2 - Turnover of at least Kshs 135 million or USD 1,500,000 or an equivalent amount in a freely convertible currency acceptable to the purchaser per annum, as evidenced by audited accounts for each of the last five years

(b) Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

10 years experience in sales and support of portable modular steel bridges and/or corrugated steel pipes in Kenya or countries of similar climatic conditions. Additionally the bidder must submit documentary evidence of successful completion of at least one (1) similar contract of minimum value USD 3,000,000 within the last five years.

(c) The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement: As specified in the Technical Specifications

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

7. A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of KES 10,000 or an equivalent amount in a freely convertible currency. The method of payment will be a banker's cheque or certified cheque drawn in favour of the Kenya National Highways Authority. Bidding documents will be sent to the purchasers(s) or bidder(s) who so request, or can be collected by appointed representatives from 1 Floor, Blue Shield Towers, Hospital Road, Upper Hill, Nairobi. The cost of transmission of payment for purchase of bidding documents and delivery thereof by post or courier to the purchaser shall be borne by the purchaser. Kenya National Highways Authority shall not be held liable for non-delivery, or incomplete delivery of bidding documents so transmitted.

8. Bids must be delivered to the address below on or before 30th November 2011 at 1100 hours. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of Bidders' representatives who choose to attend in person at the address below at 1130 hours on 30th November 2011. All bids must be accompanied by a Bid Security of Kenya Shillings 5,000,000 (Five Million Shillings) for Lot I and Kshs 2,000,000 (Two Million Shillings) for Lot 2 or an equivalent amount in a freely convertible currency.

The address for bid submission is:

Secretary/Tender Committee

Kenya National Highways Authority

Blueshield Towers, Upper Hill, 1st Floor, Procurement Office

Hospital Road,

RO. Box 4971 200100,

NAIROBI, KENYA


 

9. The address for clarifications is:

Attention: General Manager (Special Projects)

Street Address Kenya National Highways Authority

Blueshield Towers, Hospital Road

Floor/Room Number: Second Floor

City: NAIROBI, KENYA

Telephone: +25420 8013842, Fax No. 020 8042928

Email addresses: (1) dg@kenha.co.ke (2) gmsp@kenha.co.ke .(3) pttl@kenha.co.ke


 

Felix Koske

FOR: DIRECTOR GENERAL