Monday 25 August 2014

MERU COUNTY ASSEMBLY


TENDER NOTICE
PRE-QUALIFICATION FOR SUPPLY /PROVISION OF GOODS, WORKS AND SERVICES FOR FINANCIAL YEARS 2014-2016
The Meru County Assembly invites applications from interested eligible bidders for the supply of the under listed goods, works and services for the period ending 30th June 2016. Bidders are informed that goods, works and services will be procured on “As and when required basis”.
CATEGORY A: TENDER
1. MCA/ONT/001/2014-2016   -
Provision of staff and MCAs Group Personal Accident
Insurance, Medical, Group Life Insurance, Work Injury
Benefit Insurance (WIBA) and building insurance.
2. MCA/ONT/002/2014-2016   -
Provision of air ticketing and travel services(IATA
registered)
CATEGORY B: PRE- QUALIFICATION
3. MCA/ONT/003/2014-2016   -
Provision of hotel accommodation, catering and
conference Facilities
4. MCA/ONT/004/2014-2016   -
Supply and delivery of fuel, oil, lubricants and gas.
5. MCA/ONT/005 /2014-2016 -
Provision of consultancy, training and capacity building
services
6. MCA/ONT/006/2014-2016   -
Supply and delivery of office furniture, equipment,
Furnishings (Curtains, Carpets, cabinets, shears and
blinders)
7. MCA/ONT/007/2014-2016   -
Supply and delivery of general office supplies
(Cartridges, tonners, Printing papers, pens)
8. MCA/ONT/008/2014-2016   -
Supply and delivery of computers, laptops, U.P.S,
Printers, photocopiers and scanners
9. MCA/ONT/009/2014-2016   -
Supply and delivery of journals, magazines and
Periodicals
10. MCA/ONT/010/2014-2016 -
Supply and delivery of cleaning materials and
detergents-
11. MCA/ONT/011/2014-2016 -
Supply and delivery of motor vehicle tyres,batteries and
spare Parts.
12. MCA/ONT/012/2014-2016 -
Supply and delivery of fresh milk, sugar and beverages
13. MCA/ONT/013/2014-2016 -
Supply and delivery of staff uniforms and sport items
14. MCA/ONT/014/2014-2016 -
Supply and delivery of bottled water
15. MCA/ONT/015/2014-2016 -
Provision of sanitary services
16. MCA/ONT/016/2014-2016 -
Provision of laundry services
17. MCA/ONT/017/2014-2016 -
Provision for advertising, printing, publishing and asset
tagging services.
18. MCA/ONT/018/2014-2016 -
Supply and delivery of electrical equipment and fittings
19. MCA/ONT/019/2014-2016 -
Supply and delivery of building and maintenance
materials.

Prequalification documents, containing detailed terms and conditions of tendering, should be downloaded from the County Assembly website, www.assemblymeru.go.ke  at no cost.
Note -                   special groups comprising of youth, women and people with disability who are duly registered     with the directorate of public procurement at the national treasury are encouraged to apply and will be given preference.
Completed tender documents in plain sealed envelopes clearly marked: “PREQUALIFICATION AND TENDER FOR SUPPLY/PROVISION OF GOODS, WORKS AND SERVICES” PREQUALIFICATION / TENDER NO.……………………………………………………… And addressed to:
THE CLERK
MERU COUNTY ASSEMBLY
P. O. BOX 3-60200
MERU
Should be deposited in the TENDER BOX situated at the County Assembly building so as to be received not later than 2nd September, 2014 at 1000am in line with amendments of public procurement regulations section 24(4) as per legal notice No 109. The PREQUALIFICATION/ TENDER documents will be publicly opened immediately thereafter in the presence of bidders/representatives of bidders who may choose to attend in the County Assembly premises. Results of the pre-qualification process will be posted in the County Assembly Website.
NB - The shortlisted firms for 2013-2014 financial year must also re-apply for the prequalification.
The Meru County Assembly reserves the right to accept or reject a tender in part or whole without giving reasons thereof.

Senior Procurement Officer,

FOR CLERK, MERU COUNTY ASSEMBLY

NATIONAL OIL CORPORATION OF KENYA


TENDER NOTICE

National Oil Corporation of Kenya (National Oil) hereby invites sealed tenders from interested and eligible candidates from Kenya (citizen contractors) to tender for:
Tender Ref No.
Tender Name
NCA (Building works)
Mandatory Site Visit Date & Time (East Africa Time)
Closing Date & Time
(East Africa Time)
NOCK/PRC/03(918)
Proposed   Re-Construction   of
Service Station and Construction of a Commercial Block at National Oil Service Station in Magongo Mombasa
1,2,3 or 4
29 August 2014 at
1400hrs
10th September 2014
at 1100hrs
NOCK/PRC/03(922)
Tender for proposed Construction of National Oil Service Station at Kenyatta
University-Unicity
1,2,3 or 4
N/A
10th September 2014
at 1500hrs

The interested candidates are eligible to tender for only one of the above tenders as per their preference. Further, tenders from the following tenderers shall be treated as ineligible and will be automatically disqualified from the tender process.
·          A tender from a candidate with an ongoing similar project with National Oil (Construction of Service Station), regardless of the total value of the outstanding works.
·          A tender from a candidate who has tendered for both of the above referenced tenders.
Interested candidates may view/obtain/download the above tender documents at www.nationaloil.co.ke or at Procurement Department, National Oil Corporation of Kenya, AON Minet House, 7th Floor, Mamlaka Road, off Nyerere Road, Nairobi, Kenya.
Each tender document attracts a mandatory non-refundable fee KShs 1,000 which is payable before the closing date & time given for each tender, in form of cash deposited in the National Oil’s bank account(s) given in the tender document.
Tenders in plain sealed envelopes clearly marked with the given “Tender Name & Reference Number” with the instructions “Do not open before the closing date & time” (given for each tender), should be addressed to:
The Chief Executive Officer
National Oil Corporation of Kenya
AON Minet House, 7th Floor
Mamlaka Road, off Nyerere Road
P O Box 58567 – 00200, Nairobi
and deposited in the Tender Box located at AON Minet House, 5th Floor, Mamlaka Road, off Nyerere Road, Nairobi between 0800hrs and 1700hrs (East Africa Time), on or before the given closing date & time. Late submissions shall automatically be disqualified whatever the circumstances.
Tenders will be opened soon thereafter at National Oil Offices – Lounge, 5th Floor, AON Minet House, Mamlaka Road, off Nyerere Road, Nairobi, in the presence of tenderers and/or their representatives who may wish to attend.
The tender documents are not transferable.
National Oil reserves the right to accept or reject any or all tenders either in whole or in part.

For: CHIEF EXECUTIVE OFFICER

MINISTRY OF ENVIRONMENT, WATER AND NATURAL RESOURCES, TANATHI WATER SERVICES BOARD


PROCUREMENT NOTICE
N° KIAMB/II/02 – LOTs 1 - 3
“Tanathi Water Services Board” on behalf of “Ministry of Environment, Water and Natural Resources – State Department of Water”, plans to award a contract for “Executive design and completion of works, for rehabilitation of water and sanitation system of Kiambere basin, and capacity building”, funded by a soft loan from General Directorate for Development Cooperation of Ministry of Foreign Affairs of Italian Republic (MAE– D.G.C.S.).
This tender is divided into 2 lots:
Lot 1: Executive design and works, for maximum available budget of € 13,267,000.00 (€ 534,000.00 for executive design, € 12,733,000.00 for works (including € 254,660.00 for safety costs);
Lot 3: Technical supplies (capacity building) for maximum available budget of € 206,000.00.
Requirements:
Participation is open to Italian firms composed of single or joint, companies or consortia.

Tenderer must demonstrate:
Lot 1: Turn over, in the last 3 years, not less than € 12,733,000.00 for works, and not less than €1,068,000.00 for executive design; SOA certificate OG6 ( hydraulic works) OS1 (earth works) OS22 (treatment water plant); Turn over, in the last 3 years, not less than one work, in each category of this works.
Lot 3: Turn over, in the last 3 years, not less than € 412,000.00 for technical supplies; ISO 9001 certificate.
Enterprises which have been established for less than 3 (three) years may prove their economic and financial standing with any document which the Contracting Authority may deem appropriate. The tenderer should deliver the official financial statement document (art 41.b D.Lgs 163/2006 Italian Republic).
Tenderers must submit the signed declaration, included in the tender dossier, to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide to contract procedures for EU external actions.
Notice of contract is published on the website of the MAE:
The Tender dossier will be provided upon written request to the following addresses:
Embassy of Kenya in Italy
Viale Luca Gaurico, n. 205 - Roma (Italy)
or
Tanathi WSB
KIDP Building, Kalawa Road
Kitui (Kenya).

upon payment of a non-refundable fee of € 100,00, for each Lot required, which excludes delivery costs. The amount is to be paid by all tenderers for participation to the tender procedure.
Payment must be made by bank transfer to the bank account:
A/C name:          Tanathi Water Services Board Recurrent
A/C No:                1106061896
Bank:                     KCB, Kitui Branch
Swift code:         KCBLKENX
Clause:                 “Buy tender dossier for KIAMBERE - Executive Design, Works, Supplies. KIAMB/II/02”.
The deadline for submission of tenders is fixed at 12:00 noon (Kenya time) October 29, 2014. Tenders must be submitted exclusively to the Contracting Authority at the following address:
Tanathi Water Services Board
KIDP Building, Kalawa Road
Kitui (Kenya)
Tel/fax: +254 444422416/+254 444422108
Email: tanathiwsb@gmail.com

Contact: Mr Fredrick Tito MWAMATI

REPUBLIC OF KENYA, THE JUDICIARY



JUDICIAL PERFORMANCE IMPROVEMENT PROJECT (JPIP)
CREDIT No. 5181-KE, PROJECT ID 105269
REQUEST FOR EXPRESSION OF INTEREST
DESIGN AND SUPERVISION OF REHABILITATIONS OF COURT BUILDINGS AND ANCILLARY SERVICES NO
JPIP/EOI/01/2014-2015

The Government of Kenya has received financing from the World Bank toward the cost of the
Judicial Performance Improvement Project (JPIP), being implemented by the Judiciary of the Republic of Kenya, and intends to apply part of the proceeds toward payments under the Consultancy services for Design and Supervision of rehabilitations of Courts Buildings and Ancillary Facilities and Services.
The services will include condition survey of existing court buildings and services, designs and drawings of required rehabilitations including any extensions/modifications, preparation of detailed costs estimates of the proposed rehabilitation, preparation of bidding documents and supervision of construction works. Each assignment will consist of a cluster either 2 or 3 law courts.
The Judiciary now invites eligible Architectural Consulting Firms to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications, capacity and relevant experience to perform the services. The short listing criteria are:-
i)        The consulting firm should have at least 10 years’ experience in the provision ofArchitectural services, shall be registered with Board of Registered Architects and Quantity Surveyors (BORAQS) and have current practice license, should have a valid tax compliance certificate.
ii)       The firm should demonstrate experience in providing such services to specific Clients/ Projects.
iii)     Architectural Consulting firms applying for consideration may associate with other firms to enhance their qualifications and to enable them provide the full range of services.
The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s
Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits &
Grants] by World Bank Borrowers published in January, 2011 “consultant guidelines”, setting forth the World Bank’s policy on conflict of interest.
Consultant will be selected in accordance with the Least Cost selection method set out in the Consultant Guidelines
Further information can be obtained at the address below during office hours 08.00 – 13.00 hours and 14.00 -17.00 hours weekdays Monday to Friday exclusive of public holidays.
Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 10 September 2014.
 The addresses referred to above are:
(i) Address for obtaining further information
Integrated Fiduciary Agent (IFA),
Judiciary Performance Improvement Project,
7thFloor, Rahimtulla Tower, Upper Hill Road,
Nairobi, Kenya

(ii) Address where Expression of Interest will be delivered       .
Tender Box provided at the Judiciary’s Offices on Seventh Floor of Rahimtulla Tower, Upper Hill Road, Nairobi, Kenya
(iii) Address where Expression of Interest will be opened     .

4th Floor, Serengeti Room, Rahimtulla Tower, Upper Hill Road, Nairobi
The Chief Registrar of the Judiciary
P.O. Box 30041-00100,
Nairobi, Kenya
Tel: 020 2210116

REPUBLIC OF KENYA, THE JUDICIARY


INVITATION FOR BIDS
JUDICIAL PERFORMANCE IMPROVEMENT PROJECT (JPIP)
CREDIT No. 5181-KE, PROJECT ID NO. 105269
SUPPLY OF OFFICE FURNITURE AND ACCESSORIES
TENDER NO. JPIP/NCB/01/2014-2015
1.       The Government of Kenya has received financing from the World Bank toward the cost of the Judicial Performance Improvement Project (JPIP), (being implemented by the Judiciary of the Republic of Kenya, hereafter referred to as the Purchaser) and intends to apply part of the proceeds toward payments under the contract for Supply of Office Furniture and Accessories
2.       The Judiciary now invites sealed bids from eligible bidders for Supply of Office Furniture and Accessories
3.       Bidding will be conducted through the National Competitive Bidding procedures but will in all respects comply with the World Bank’s Procurement Guidelines for Procurement of Goods, Works and Non-Consulting Service (January 2011 Edition) and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
4.       Interested eligible bidders may obtain further information from the address below during office hours, 08.00 – 13.00 hours and 14.00 - 17.00 hours, Monday to Friday, exclusive of public holidays. Bidders can inspect the bidding documents at the address given below during office 08.00 – 13.00 hours and 14.00 - 17.00 hours, Monday to Friday, exclusive of public holidays.
5.       A complete set of bidding documents in English may be purchased and collected by interested eligible bidders at the address below and upon payment of a non-refundable fee of Kenya shillings 1,000.00 (One thousand shillings). Payments shall be made to the Judiciary Nairobi Court Fees Account at Kenya Commercial Bank, Moi Avenue Branch, Account No. 1116928477. Upon payment of the tender fee, bidders are required to obtain an official receipt from the Cash Office, Milimani Law Courts, Nairobi. Bidders may also obtain the tender documents from the Judiciary website at the following link www.judiciary.go.ke free of charge. Bidders who download the bidding documents are required to notify the Purchaser by email jpip.procurement@judiciary.go.ke  or jpipproject@gmail.com  with full contact details that they intended to participate, this will facilitate issuance of notifications by the Purchaser, to all bidders where necessary. No arrangements have been made for other methods of delivery of bidding documents.
6.       Bids (clearly marked with the tender number and name and no other markings) must be delivered to the address below on or before 26 September 2014 at 12.30 hours. Electronic bidding will NOT be permitted. Late bids will be rejected. Bids appropriately addressed will be publicly opened in the presence of the bidders or the bidder’s representatives who choose to attend in person at the address below.
7.       All bids must be accompanied by Bid Security in the amount and currency of the bid equivalent to 2% of the bid price.
8.       The addresses referred to above are:
                     i.            Address for obtaining further information, inspection or collection of the bidding documents
Integrated Fiduciary Agent (IFA),
Judiciary Performance Improvement Project,
7thFloor, Rahimtulla Tower, Upper Hill Road, Nairobi, Kenya
Tel: 020 2210116
                   ii.            Address where bids will be delivered      .
Tender Box located at the Judiciary’s Offices on 7th Floor, Rahimtulla Tower, Upper Hill Road, Nairobi, Kenya.
                  iii.            Address where bids will be opened     .
4th Floor, Serengeti Room, Rahimtulla Tower, Upper Hill Road, Nairobi

Chief Registrar of the Judiciary
Supreme Court, City Hall Way
P.O. Box 30041-00100, Nairobi, Kenya
Tel: +254 20 2221221

NAIROBITS



PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FOR VARIOUS GOODS AND SERVICES FOR 2014/2015

NAIROBITS intends to establish a database of qualified suppliers for various goods, works and services for the year 2014-2015. Interested eligible suppliers are invited to apply for pre-qualification, indicating the category of goods, works or services they wish to supply. Existing suppliers who wish to be retained must also reapply and resubmit up to date information requested in the prequalification document.

CATEGORY A: SUPPLY OF GOODS
ITEM CODE
DESCRIPTION
NAIROBITS/Preq/001/2014-2015
Supply of Promotion and Branded materials
NAIROBITS/Preq/002/2014-2015
Supply of Automobile accessories
NAIROBITS/Preq/003/2014-2015
Supply of Office Equipment and General Office Stationery
NAIROBITS/Preq/004/2014-2015
Supply of Computer Equipment, Photocopier Consumables Networking and Accessories
NAIROBITS/Preq/009/2014-2015
Supply of Office Furniture, fittings and furnishings
NAIROBITS/Preq/010/2014-2015
Supply of audio/visual digital equipment (video camera, still camera)
CATEGORY B: PROVISION OF SERVICES
ITEM CODE
DESCRIPTION
NAIROBITS/Preq/011/2014-2015
Repair and Service of Motor Vehicles
NAIROBITS/Preq/012/2014-2015
Service and Maintenance of Computers, PABX, Telephones, Photocopiers, Fax machine and Air conditioners and other Office Equipment
NAIROBITS/Preq/013/2014-2015
Provision of Transport and Taxi Services
NAIROBITS/Preq/014/2014-2015
Provision of Air Tickets and Airport Transfer services
NAIROBITS/Preq/015/2014-2015
Provision of Conference and Hospitality Services
NAIROBITS/Preq/017/2014-2015
Provision of Internet Services
NAIROBITS/Preq/018/2014-2015
Provision of Security Services
NAIROBITS/Preq/020/2014-2015
Provision of Outside catering
NAIROBITS/Preq/023/2014-2015
Bulk Photocopying and Binding Services
NAIROBITS/Preq/024/2014-2015
Provision of Audit services. (NGO experience a must)
NAIROBITS/Preq/025/2014-2015
Provision of audio/visual production services (photography and video
documentary production)

Interested candidates may obtain Pre-qualification/Registration of supplier’s documents from the Reception NairoBits office at the Godown Arts Centre, Dunga Road during office hours from 9.00am to 5.00pm.
Complete set of Pre-qualification/Registration document in plain sealed envelope clearly marked “Pre-qualification of Suppliers/Contractors/Consultants 2014/2015” and indicating item Ref. No NAIROBITS/Preq 2014-2015 should be addressed to:-
Procurement Review Committee,
NAIROBITS TRUST,
The Godown Arts centre, Dunga Rd,
P. O. Box 2778-00200,
Nairobi, Kenya.
Tel: 254-20-557635
A non-refundable fee of Kes.3000 per set of category applied.
The complete documents may be delivered at the Reception Nairobits office at Godown Arts Centre, Dunga Road.

The deadline for submission is 5th September 2014.