CONTRACT NO. SU/QT/557N/14

Size: px
Start display at page:

Download "CONTRACT NO. SU/QT/557N/14"

Transcription

1 KENYA PIPELINE COMPANY LIMITED TENDER FOR THE ENGINEERING DESIGN, PROCUREMENT AND CONSTRUCTION (EPC), TESTING AND COMMISSIONING OF A 10 (TEN INCH) 122 KM OIL PIPELINE FROM SINENDET PS (26) TO KISUMU (PS 28), TOGETHER WITH TIE IN FACILITIES AT PS28 FOR THE FUTURE KISUMU- BUSIA PIPELINE CONTRACT NO. SU/QT/557N/14 EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 1 of 92

2 SECTION I - INVITATION TO TENDER Tender No. Tender Name: SU/QT/557N/14 The Engineering Design, Procurement and Construction (EPC), testing and commissioning of a 10 (TEN INCH) 122 KM oil pipeline from Sinendet PS (26) to Kisumu (PS 28) together with tie in facilities at PS28 for the future Kisumu- Busia Pipeline. 1.1 Kenya Pipeline Company Limited invites tenders from eligible bidders for The Engineering Design, Procurement and Construction (EPC), testing and commissioning of a 122 KM 10 (TEN INCH) oil pipeline from Sinendet PS (26) to (Kisumu) PS 28, together with tie in facilities at PS28 for the future Kisumu - Busia Pipeline. 1.2 Interested bidders tenderers may obtain further information and inspect the tender documents at the address given below: Procurement Manager Kenya Pipeline Company Limited P.O. Box Nairobi, Kenya 1.3 Interested eligible applicants may obtain the Tender Documents from the office of the Procurement Manager, Kenya Pipeline Company Ltd, Nairobi Terminal situated in Industrial Area, between 0800 hours and 1700 hours during weekdays, on payment of a non-refundable fee of Ksh.1, (Kenya Shillings) payable in cash or in form of a Bankers Cheque drawn in favour of Kenya Pipeline Company Limited. The tender documents can also be viewed and downloaded from the website at no cost. Bidders who download the tender document from the website will be required to their detailed contact information to opentender@kpc.co.ke for recording, further clarifications and addenda. 1.4 Mandatory requirements are as given below, these shall be placed in a separate and sealed envelope marked mandatory requirements:- a) Certificate of Incorporation of the company/business registration for both foreign and local partner b) Valid KRA Tax Compliance Certificate (for local/kenyan firms) EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 2 of 92

3 c) Original Tender Security of USD. 350, issued by a bank operating in Kenya or an Insurance Company approved by The Public Procurement Oversight Authority, Kenya (PPOA) d) National Construction Authority (NCA) Certificate for those firms proposed to carry out engineering works. e) Certificate of Tenderer s Site Visit f) All foreign tenderers participating in this tender shall source at least 40% of their supplies from Citizen contractors. An agreement between the tenderer and the local company must be submitted. The agreement may be in the form of Joint Venture (JV) or a subcontract agreement 1.5 Prices quoted should be inclusive of all taxes and in United States Dollars (USD) or/and Kenya Shillings and shall remain valid for 120 days from the closing date of tender. 1.6 Completed tender documents are to be enclosed in plain sealed envelopes marked with the Tender name and reference number and deposited in the Tender Box at the ground floor at Kenpipe Plaza or addressed to: The Managing Director, Kenya Pipeline Company Limited, Sekondi Rd, off Nanyuki Rd, Industrial Area P. O. Box , Nairobi, Kenya. So as to be received on or before 8 th October 2014 at 10.00am. 1.7 Tenders will be opened immediately thereafter in the presence of the tenderers or their representatives who choose to attend at Kenpipe Plaza, Sekondi Rd, off Nanyuki Rd, Industrial Area. All tenders received after the closing date set out in paragraph 1.6 hereinabove shall not be considered and shall be returned to the bidders. 1.8 In the event that there arises any conflict or contradiction between the public advertisement of the tender and the tender document, the tender document shall at all times prevail. 1.9 Tender documents are not transferable. Procurement Manager, FOR: MANAGING DIRECTOR EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 3 of 92

4 SECTION II - BACKGROUND AND PRELIMINARY INFORMATION BACKGROUND Kenya Pipeline Company (KPC) Limited was incorporated on 6th September 1973 under the Companies Act and started commercial operations in The Company is 100 percent owned by the Government of Kenya. The Company operates and maintains a cross-country pipelines system of various sizes with the associated storage and distribution facilities. The pipeline system currently consists of 450 km of Line 1 (14 inch) running from the port of Mombasa to Nairobi, 325 km of Line 2 (8 inch) from Nairobi to Eldoret, 324 km of Line 4 (14 inch) from Nairobi to Eldoret and 121 km of Line 3 (6 inch) from Sinendet to Kisumu (off Line II) making a total of 1,220 km. KPC also owns and operates several pumping stations and depots between the above mentioned stations. The depots are located at Kipevu (PS 14), Moi International Airport (PS12), Embakasi (PS9), Nairobi Terminal (PS10), Nakuru (PS25), Eldoret (PS27) and Kisumu (PS28). In addition, the company operates common-user road and rail tanker loading facilities at Nakuru, Eldoret and Kisumu. KPC is currently employing about 1600 personnel who are spread over the company s installations. PRELIMINARY INFORMATION To match the rising demand for refined petroleum products locally and regionally, KPC has been upgrading its systems to achieve this objective. Kisumu Depot PS 28 continues to receive product from the existing 6 line which has been noted to have significant capacity constraints resulting to frequent product stock outs. The proposed pipeline will address the capacity constraints, and optimise the use the existing facilities. OBJECTIVES The objectives of the proposed project are: i) To construct an approximately 122 km 10 (TEN INCH) long oil pipeline from PS 26 to PS 28 to meet projected demand up to year 2044 as determined by KPC. ii) To optimise operational flexibility availed by Line 4 iii) Allow for future connection to a future pipeline from Kisumu to Busia PROJECT SCOPE The project scope shall include and not limited to the following:- i) Designing, Procuring and Construction of a 10 (TEN INCH) Pipeline from PS26 (Sinendet) to PS 28 (Kisumu) along the existing pipeline route. This pipeline will transport white oil products namely Automotive Gas Oil (AGO), Motor Spirit Gasoline (MSP), Dual Purpose Kerosene (DPK). The EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 4 of 92

5 DPK will be split into Illuminating Kerosene (IK) and JET A1 at the receiving stations but usually transported as one batch. The pipeline will be constructed along an existing ROW, therefore no land will be acquired. ii) In addition to i) above, the EPC contractor is expected to take into account surge relief facilities, tank vent valves at PS28, injection facilities, dump tank, etc in the design. iii) Prepare Operation Philosophy for the project iv) Carrying out Tie-ins at PS26 and PS28 to existing facilities including modifications in the tank farm for PS28 to suit. v) Allow a provision to extend the pipeline to Busia at Kisumu (PS28) including the necessary valve chamber and fittings vi) Carrying out Environmental and Social Impact Assessment and obtain NEMA approvals vii) Seeking of all necessary statutory approvals viii) Attendance of defects during maintenance period ix) Supply, installation and commissioning of a SingleMode 96 strand fibre optic cable along the entire pipeline length, from Sinendet (PS26) to Kisumu (PS28 x) Training of Client s staff xi) Provide documentations such as Manuals, As-Built, etc, upon completion of the project. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 5 of 92

6 SECTION III - INSTRUCTIONS TO TENDERERS GENERAL 3.1 Definitions (a) Tenderer means any person or persons, partnership, Joint venture, consortium or company submitting a tender for the project acting directly or through a legally appointed representative (b) Accepted tenderer means the tenderer who is approved by KPC (c) Procuring entity means Kenya Pipeline Company (KPC) Limited 3.2 Eligibility and qualification of tenderers To be eligible and qualified the tenderer shall provide evidence satisfactory to KPC of its eligibility, capability and adequacy of resources to effectively perform the subject contract. To this end, the tenderer shall be required to submit a technical proposal which will include the following information. i. Details of experience and past performance of works of similar nature as per clause herein. ii. iii. iv. The qualifications and experience of key personnel proposed for administration and execution of the contract both on and off site. Major items of construction plant and equipment proposed for use in the performance of the contract. Details of subcontractors to whom it is proposed to sub-contract any portion of the contract and for whom authority will be required for such subcontracting in accordance with the conditions of contract. v. A draft programme of works in the form of a Gantt chart which shall form part of the contract if the tender is accepted. Any change in the programme or schedule shall be subject to the approval of KPC. vi. vii. Details of any current litigation or arbitration proceedings in which the tenderer is involved as one of the parties. Financial capability as detailed in the Technical Evaluation criteria Local Participation Foreign firms must submit their bids in association with local firms. The participation for the local firms shall be at least 40% of the contract value. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 6 of 92

7 Details to be submitted for the local firm are indicated in the Appendix to instruction to Tenderers Joint venture Tenders submitted by a joint venture of two or more firms as partners shall comply with the following requirements: (a) (b) (c) (d) (e) (f) The tender and in case of a successful tender, contract form shall be signed so as to be legally binding on all partners. Each of the partners must satisfy the mandatory requirement set out in clause 1.4 hereinabove One of the partners shall be nominated as being lead contractor, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners. The lead contractor shall be authorized to incur liability and receive instructions for and on behalf of any and all the partners of the joint venture and the entire execution of the contract including payment shall be done exclusively with the lead contractor. All partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms, and a relevant statement to this effect shall be included in the authorization mentioned in (b) above as well as in the form of tender and the contract form (in case of the accepted tender). A copy of the contract entered into by the joint venture partners shall be submitted with the tender Kenya Pipeline Company employees, committee members, board members and their relatives (spouse and children) are not eligible to participate in the tender A tenderer who gives false information in the tender document about its qualification or who refuses to enter into a contract after notification of contract award shall be disqualified and /or recommended for debarment from participating in future public procurement. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 7 of 92

8 3.3 Cost of tendering The tenderer shall bear all costs associated with the preparation and submission of its tender and KPC will in no case be liable for those costs, regardless of the conduct or outcome of the tendering process The price to be charged for this tender document shall be KES. 1, for hardcopy and free for downloaded copies KPC shall allow the tenderer to view the tender document free of charge before purchase. 3.4 Site visit The tenderers are advised to visit and examine the site and its surrounding and obtain for themselves on their own cost and responsibility all information that may be necessary for preparing the tender and entering into a contract. KPC shall organize a site visit at a date to be notified. A representative of KPC will be available to meet the visiting tenderers. Tenderers must provide their own transport The tenderers and any of their personnel or agent will be granted permission by KPC to enter upon premises and lands for the purpose of such inspection, but only upon the express condition that the tenderer, its personnel or agents, will release and indemnify KPC from and against all liability in respect of and will be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, costs and expenses however caused, which but for the exercise of such permission, would not have arisen The representative will not be available at any other time for site inspection visits other than the stated date and announced to the bidders Non-attendance of the site visit will cause disqualification of a bidder. The bidders who choose to attend the site visit will be issued with a site visit certificate. 3.5 Contents of tender document This document constitutes the complete tender for this project The tenderer is expected to examine carefully all instructions, conditions, forms, terms specifications and drawings in the tender documents. Failure to comply with the requirements for tender submission will be at the EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 8 of 92

9 tenderer s risk. Pursuant to clause 3.23 of Instructions to tenderers, tenders which are not substantially responsive to the requirements of the tender documents will be rejected All recipients of documents for the proposed contract for the purpose of submitting a tender (whether they submit a tender or not) shall treat the details of the documents as private and confidential. 3.6 Inquiries by tenderers A tenderer making an inquiry relating to the tender documents may notify KPC in writing by fax or at KPC s mailing address indicated in the invitation to tender. KPC will respond in writing to any request for clarification which is received earlier than 7 days prior to the deadline for the submission of tenders. Written copies of KPC s response (including the inquiry but without identifying the source of the entity) will be sent to all respective tenderers who have purchased the tender documents. If a candidate sends an inquiry after the stated days, KPC shall have the option of responding to the inquiry and extension of the date of submission of tenders or ignoring it The tender evaluation committee shall evaluate the tender within 15 days from the date of opening the tender KPC shall reply to any clarifications sought by the tenderer within 3 working days of receiving the request to enable the tenderer to make timely submission of its tender, provided that Clause hereinabove shall apply 3.7 Amendment of tender documents At any time prior to the deadline for submission of tenders KPC may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective tenderer, modify the tender documents by issuing Addenda Any Addendum will be notified in writing or by cable, telex or facsimile to all prospective tenderers who have purchased the tender documents and will be binding upon them In order to allow prospective tenderers reasonable time in which to take the Addendum into account in preparing their tenders, the employer may, at its discretion, extend the deadline for the submission of tenders. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 9 of 92

10 PREPARATION OF TENDERS 3.8 Language of tender The tender and all correspondence and documents relating to the tender exchanged between the tenderer and KPC shall be written in the English language. Supporting documents which are printed literature furnished by the tenderer with the tender may be in another language provided they are accompanied by an appropriate translation of pertinent passages in the above stated language. For the purpose of interpretation of the tender, the English language shall prevail Documents comprising the tender The Forms, Bills of Quantities and Schedules submitted with the tender documents shall be used without exception (subject to extensions of the schedules in the same format and to the provisions of clause regarding the alternative forms of tender security) Tender prices All the insertions made by the tenderers shall be made in indelible INK and the tenderer shall clearly form the figures. The relevant space in the Form of Tender shall be completed accordingly without interlineations or erasures except those necessary to correct errors made by the tenderer in which case the erasures and interlineations shall be initialled by the person or persons signing the tender This is a fixed rate Lump Sum Contract. A price or rate shall be inserted by the tenderer for every item in the Bills of Quantities whether the quantities are stated or not, items against which no rate or price is entered by the tenderer will not be paid for by KPC when executed and shall be deemed covered by the rates for other items and prices in the Bills of Quantities. The prices and unit rates in the Bills of Quantities are to be the full [allinclusive] value of the work described under the items, including all costs and expenses which may be necessary and all general risks, liabilities and obligations set forth or implied in the documents on which the tender is based. All duties and taxes and other levies payable by the tenderer under the Contract or for any other cause prior to the deadline for the EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 10 of 92

11 submission of tenders, shall be included in the rates and prices and the total tender prices submitted by the Tenderer. Each price or unit rate inserted in the Bills of Quantities should be a realistic estimate for completing the activity or activities described under that particular item and the tenderer is advised against inserting a price or rate against any item contrary to this instructions. Every rate entered in the Bills of Quantities, whether or not such rate be associated with quantity, shall form part of the Contract. KPC shall have the right to call for any item of work contained in the Bills of Quantities, and such items of work to be paid for at the rate entered by the tenderer and it is the intention of KPC to take full advantage of unbalanced low rates Currencies of tender and payment Tenders shall be priced either in US Dollars, Kenya Shillings or both Kenya Shillings and US Dollars Tenderers are required to indicate in the Statement of Foreign Currency Requirements, which forms part of the tender, the foreign currency required by them. Exchange rates The rate of exchange used for pricing the tender shall be the Central Bank of Kenya (CBK) mean rate ruling on the date thirty (30) days before the final date of submission of tenders Tenderers must enclose with their tenders, a brief justification of the foreign currency requirements stated in their tenders Tender Validity The tender shall remain valid and open for acceptance for a period of one hundred and twenty (120) days from the specified date of tender opening or from the extended date of tender opening (in accordance with clause 7.4 here above) whichever is the latter In exceptional circumstances prior to expiry of the original tender validity period, KPC may request the tenderer for a specified extension of the period of validity. The request and the responses thereto shall be made in writing or by cable, telex or facsimile. A tenderer may refuse the request without forfeiting his Tender Surety. A tenderer agreeing to the request will not be required nor permitted to modify his tender, but EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 11 of 92

12 will be required to extend the validity of his Tender Surety correspondingly 3.13 Tender Security- must be valid for 150 days from the closing date The tenderer shall furnish as part of his tender, a Tender Security in the amount of USD 350, in the form of Bank Guarantee or Bid bond issued by a Bank or Insurance Company approved by PPOA The Tender Security shall be valid for at least thirty (30) days beyond the tender validity period Any tender not accompanied by an acceptable Tender Security will be rejected by KPC as non-responsive The Tender Securities of unsuccessful tenderers will be returned as promptly as possible, but not later than twenty eight (28) days after concluding the Contract execution and after a Performance Security has been furnished by the successful tenderer. The tender security of the successful tenderer will be returned upon the tenderer executing the Contract and furnishing the required Performance Security The Tender Security may be forfeited: (a) (b) (c) if a tenderer withdraws his tender during the period of tender validity; or in the case of a successful tenderer, if he fails (i) to sign the Agreement, or (ii) to furnish the necessary Performance Security if a tenderer does not accept the correction of his tender price pursuant to clause No alternative offers The tenderer shall submit an offer which complies fully with the requirements of the tender documents unless otherwise provided for in the appendix. Only one tender may be submitted by each tenderer either by himself, his subsidiary, or as partner in a joint venture The tenderer shall not attach any conditions of his own to his tender. The tender price must be based on the tender documents. The tenderer is not required to present alternative construction options and he shall use without exception the Bills of Quantities as provided, with the EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 12 of 92

13 amendments as notified in tender notices, if any, for the calculation of his tender price. Any tenderer who fails to comply with this clause will be disqualified Pre-tender meeting If a pre-tender meeting is convened the tenderers designated representative shall be invited to attend at the venue and time stated in the Invitation to Tender. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that state The tenderer is requested as far as possible to submit any questions in writing or by cable, to reach KPC not later than seven days before the meeting. It may not be practicable at the meeting to answer questions received late, but questions and responses will be responded in an Addendum issued to all bidders.. Any modification of the tender documents listed in Clause 3.9 which may become necessary as a result of the pre-tender meeting shall be made by KPC exclusively through the issue of an Addendum pursuant to Clause 3.7 and not through the the pretender meeting. (a) (b) (c) Non-attendance at the pre-tender meeting will not be cause for disqualification of a bidder. The pre-bid meeting shall take place at PS28 (Kisumu) after the site visit Format and signing of tender The tenderer shall prepare his tender as outlined in this tender document and mark appropriately one set ORIGINAL and the other COPY The copy of the tender and Bills of Quantities shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the tenderer. All pages of the tender where amendments have been made shall be initialled by the person or persons signing the tender The complete tender shall be without alterations, interlineations or erasures, except as necessary to correct errors made by the tender, in EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 13 of 92

14 which case such corrections shall be initialled by the person or persons signing the tender. SUBMSSION OF TENDERS Sealing and marking of tenders- this is a 3 envelope tender The tenderer shall seal the Mandatory documents, Technical Proposal and Financial Proposal of the tender in separate envelopes duly marked mandatory, technical proposal and financial proposal. The envelopes shall then be sealed in an outer envelope. a) The mandatory documents shall be as listed in the instruction to tender. b) The Technical Proposal shall constitute the following documents i) Tender Submission letter ii) Tender Questionnaire iii) Methodology for carrying out the assignment iv) Financial capability (Audited Account) v) Schedule of Plant and Equipment vi) Details of contracts of similar nature vii) Schedule of on-going projects viii) Key personnel with assigned tasks ix) Detailed signed CV s of proposed technical staff x) Litigation history xi) Power of Attorney xii) Details of sub-contractors xiii) Declaration forms duly filled xiv) Programme of works xv) List of documents and reports to be submitted to the Client. These shall be proposed by the EPC contractor and shall contain deliverables expected from the EPC contractor to the Employer. c) The Financial Proposal shall constitute i) Form of Tender ii) Priced Bills of Quantities/Schedule of rates Any indication of prices in the technical bid shall amount to disqualification of the bidder. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 14 of 92

15 The inner and outer envelopes shall be addressed to KPC at the address stated in the Appendix to Instructions to Tenderers and bear the name and identification of the Contract stated in the said Appendix with a warning not to open before the date and time for opening of tenders stated in the said Appendix The inner envelopes shall each indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared late, while the outer envelope shall bear no mark indicating the identity of the tenderer If the outer envelope is not sealed and marked as instructed above, KPC will assume no responsibility for the misplacement or premature opening of the tender. A tender opened prematurely for this cause will be rejected by KPC and return to the tenderer Deadline for submission of tenders Tenders must be received by KPC at the address and on the date and time specified in the invitation to tender. Tenders delivered by hand must be placed in the tender box provided in the office of KPC. Proof of posting will not be accepted as proof of delivery and any tender delivered after the above stipulated time, from whatever cause arising will not be considered. Bulky tenders which cannot be placed in the tender box will be received by KPC as indicated in the Appendix to instructions to tenders KPC may at its discretion, extend the deadline for the submission of tenders through the issuance of an Addendum in accordance with clause 3.7, in which case all rights and obligations of KPC and the tenderers previously subject to the original deadline shall thereafter be subjected to the new deadline as extended Any tender received by KPC after the prescribed deadline for submission of tenders will be returned unopened to the tenderer. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 15 of 92

16 3.19 Modification and withdrawal of tenders The tenderer may modify or withdraw his tender after tender submission, provided that written notice of the modification or withdrawal is received by KPC prior to the prescribed deadline for submission of tenders The tenderer s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions for the submission of tenders, with the inner and outer envelopes additionally marked MODIFICATION or WITHDRAWAL as appropriate No tender may be modified subsequent to the deadline for submission of tenders No tender may be withdrawn in the interval between the deadline for submission of tenders and the period of tender validity specified on the tender form. Withdrawal of a tender during this interval will result in the forfeiture of the Tender Surety Subsequent to the expiration of the period of tender validity prescribed by KPC, and the tenderer having not been notified by KPC of the award of the Contract or the tenderer does not intend to conform with the request of KPC to extend the period of tender validity, the tenderer may withdraw his tender without risk of forfeiture of the Tender Surety. TENDER OPENING AND EVALUATION 3.20 Tender opening KPC will open the tenders in the presence of the tenderer s representatives who choose to attend at the time and location indicated in the Invitation to Tender. The tenderers representatives who are present shall sign a register evidencing their attendance Tenders for which an acceptable notice of withdrawal has been submitted, pursuant to clause 3.19 will not be opened KPC will examine the tenders to determine whether they are complete, whether the requisite Tender Securities have been furnished, whether the documents have been properly signed and whether the tenders are generally in order. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 16 of 92

17 At the tender opening, KPC will announce the tenderer s names, total tender price, tender price modifications and tender withdrawals, if any, the presence of the requisite Tender Security and such other details as KPC may consider appropriate. No tender shall be rejected at the tender opening except for late tenders KPC shall prepare minutes of the tender opening including the information disclosed to those present Tenders not opened and read out at tender opening shall not be considered further for evaluation, irrespective of the circumstances. Any tender received after the deadline for submission of tender shall be returned to the tenderer unopened Process to be confidential After the public opening of tenders, information relating to the examination, clarification, evaluation and comparisons of tenders and recommendations concerning the award of Contract shall not be disclosed to tenderers or other persons not officially concerned with such process until the award of Contract is announced Any effort by a tenderer to influence KPC in the process of examination, evaluation and comparison of tenders and decisions concerning award of Contract shall result in the rejection of the tenderer s tender Clarification tenders To assist in the examination, evaluation and comparison of tenders, KPC may ask tenderers individually for clarification of their tenders, including breakdown of unit prices. The request for clarification and the response shall be in writing or by cable, facsimile or telex, but no change in the price or substance of the tender shall be sought, offered or permitted except as required to confirm the correction of arithmetical errors discovered by KPC during the evaluation of the tenders in accordance with clause No Tenderer shall contact KPC on any matter relating to his tender from the time of the tender opening to the time the Contract is awarded. If the tenderer wishes to bring additional information to the notice of KPC, he shall do so in writing. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 17 of 92

18 3.23 Determination of responsiveness Prior to the detailed evaluation of tenders, KPC will determine whether each tender is substantially responsive to the requirements of the tender documents For the purpose of this clause, a substantially responsive tender is one which conforms to all the terms, conditions and specifications of the tender documents without material deviation or reservation. A material deviation or reservation is one which affects in any substantial way the scope, quality, completion timing or administration of the Works to be undertaken by the tenderer under the Contract, or which limits in any substantial way inconsistent with the tender documents, KPC s rights or the tenderers obligations under the Contract and the rectification of which would affect unfairly the competitive position of other tenderers who have presented substantially responsive tenders Each price or unit rate inserted in the Bills of Quantities shall be a realistic estimate of the cost of completing the works described under the particular item including allowance for overheads, profits and the like. Should a tender be seriously unbalanced in relation to KPC s estimate of the works to be performed under any item or groups of items, the tender shall be deemed not responsive A tender determined to be not substantially responsive will be rejected by KPC and may not subsequently be made responsive by correction of the non-conforming deviation or reservation Correction of errors Tenders determined to be substantially responsive shall be checked by KPC for any arithmetic errors in the computations and summations. Errors will be corrected by KPC as follows; Where there is a discrepancy between the amount in figures and the amount in words, the amount in words will govern Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will prevail, unless in the opinion of KPC, there is an obvious typographical error, in which case adjustment will be made to the entry containing that error. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 18 of 92

19 The amount stated in the tender will be adjusted in accordance with the above procedure for the correction of errors and, with concurrence of the tenderer, shall be considered as binding upon the tenderer. If the tenderer does not accept the corrected amount, the tender may be rejected and the Tender Security may be forfeited in accordance with clause (c) Conversion to single currency For comparison of tenders, the tender price shall first be broken down into the respective amounts payable in various currencies by using the selling rate or rates of the Central Bank of Kenya ruling on the date thirty days (30) days before the final date for the submission of tenders KPC will convert the amounts in various currencies in which the tender is payable (excluding provisional sums but including Day works where priced competitively) to Kenya Shillings at the selling rates stated in clause Evaluation and comparison of tenders KPC will evaluate only tenders determined to be substantially responsive to the requirements of the tender documents in accordance with clause During financial evaluation, KPC will determine for each tender the evaluated tender price by adjusting the tender price as follows; (a) Making any correction for errors pursuant to clause 3.24, (b) Excluding Provisional Sums and provision, if any, for Contingencies in the Bills of Quantities, but including Day works where priced competitively KPC reserves the right to accept any variation, deviation or alternative offer. Variations, deviations, alternative offers and other factors which are in excess of the requirements of the tender documents or otherwise result in the accrual of unsolicited benefits to KPC, shall not be taken into account in tender evaluation. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 19 of 92

20 Price adjustment provisions in the Conditions of Contract applied over the period of execution of the Contract shall not be taken into account in tender evaluation If the lowest evaluated tender is seriously unbalanced and/or front loaded in relation to KPC s estimate of the items of work to be performed under the Contract, KPC may require the tenderer to produce detailed price analyses for any or all items of the bills of Quantities, to demonstrate the relationship between those prices, proposed construction methods and schedules. After evaluation of the price analyses, KPC may require that the amount of the Performance Security set forth in clause 3.29 be increased at the expense of the successful tenderer to a level sufficient to protect KPC against financial loss in the event of subsequent default of the successful tenderer under the Contract The tender evaluation committee shall evaluate the tender within 14 days of the date of opening the tender KPC may at any time terminate procurement proceedings before award and shall not be liable to any person for the termination KPC shall give prompt notice of the termination to the tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer Persons not officially involved in the evaluation of tender shall not attempt in any way to influence the evaluation Any person who has a conflict of interest with respect to the procurement shall not participate in the procurement proceedings. AWARD OF CONTRACT 3.27 Award Subject to clause KPC will award the Contract to the tenderer whose tender is determined to be substantially responsive to the tender and has the highest combined technical and financial score subject to possessing the capability and resources to effectively carry out the Contract Works. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 20 of 92

21 KPC reserves the right to accept or reject any tender, and to annul the tendering process and reject all tenders, at any time prior to award of Contract, without thereby incurring any liability to the affected tenderers or any obligation to inform the affected tenderers of the grounds for KPC s action Notification of award and signing of the contract Prior to the expiration of the period of tender validity prescribed by KPC, KPC will notify the successful tenderer in writing that his tender has been accepted and at the same time notify the unsuccessful tenderers that their tenders have not been successful. This letter (hereinafter and in all Contract documents called Letter of Acceptance ) shall name the sum (hereinafter and in all Contract Notification of award shall not constitute the formation of a Contract until the parties sign a formal contract Within twenty eight (28) days of receipt of the contract form from KPC, the successful tenderer shall sign the form and return it to KPC together with the required Performance Security The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request Performance guarantee Within Twenty eight (28) days of receipt of the notification of award from KPC, the successful tenderer shall furnish KPC with a Performance Security in an amount stated in the Appendix to Instructions to Tenderers The Performance Security to be provided by the successful tenderer shall be an unconditional Bank Guarantee issued at the tenderer s option by an established and a reputable Bank approved by KPC and located in the Republic of Kenya Advance payment There shall be no advance payment in this project Corrupt or fraudulent practices KPC requires that tenderers observe the highest standard of ethics during the procurement process and execution of contract. A tenderer shall sign a declaration that he has not and will not be involved in corrupt and fraudulent practices. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 21 of 92

22 APPENDIX TO INSTRUCTIONS TO TENDERERS Instructions to Tenderers Reference Clause Particulars of Appendix to Instructions to Tenderers The tenderer shall provide the following information regarding this participation for the local partner: Full identity of the local firm. Certificate of Incorporation of the company/business Registration of the local firm. Valid KRA Tax Compliance Certificate of the local firm. Registration with National Construction Authority (NCA) for those firms proposed to carry out engineering works Registration with National Environment Management Authority (NEMA) for those firms proposed to carry out EIA Study. The local firm s undertaking to abide by the Public Procurement and Disposal Act, 2005 and the regulations thereto. A signed statement to confirm that the local firm is not limited or disqualified under the provisions of The Public Procurement and Disposal Act, 2005 and regulations, 2006 in force in Kenya. Sections of the work to be executed by the local firm. The local firm s relevant experience for the section of the works assigned by the main contractor. The local firm s financial capability. Attach audited accounts for the last three years to demonstrate financial capability for undertaking the project. The local firm s availability of Human Resources. The tenderer shall demonstrate availability of necessary staff with adequate qualifications, capability and experience to undertake the assignment. All the key personnel must be able to effectively communicate in the English language. The bidders to provide a list of staff with their qualifications and experience in a tabulated form. The local firm s availability of equipment. The local partner shall submit a list of the major equipment proposed for carrying out the assigned component of EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 22 of 92

23 Clause Clause Clause the works, including statement of ownership or hiring. Client s address: The Managing Director, Kenya Pipeline Company Limited, Sekondi Rd, off Nanyuki Rd, Industrial Area P. O. Box , Nairobi, Kenya Bulky tenders will be received at: The Procurement Manager s Office Kenya Pipeline Company Limited, Sekondi Rd, off Nanyuki Rd, Industrial Area P. O. Box , Nairobi, Kenya Performance Guarantee shall be: 10 percent of the contract price Technical Evaluation Criteria KPC will carry out technical evaluations of the bids first, which shall be scored based on the evaluation criteria given below. Only tenderers who pass the 80 percent overall mark and 50 percent of each evaluation criteria on the technical evaluation shall qualify to have their financial submissions opened and evaluated. Bidders are therefore requested to carefully read the qualification criteria and furnish authentic and complete information in response. Item Criteria Max Score 1 Experience and Past Performance 20 The bidder shall provide proof or references of successful design and construction of at least four cross country oil/gas pipeline in an EPC contract during the last 15 years. Each pipeline shall be of minimum distance of 100 km and of any diameter ranging from 6 to 48. a. Projects less than 100 km will not be scored even if references are provided b. A bidder who submits no references/proof will score 0 points c. A bidder who submits references/proof of four EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 23 of 92

24 projects of at least 100 km each scores 5 marks per project. Each project to be accompanied by a reference letter, contract or any supporting document from Client as proof of engagement for it to be considered. 2 Pipeline System Design 15 The bidder shall provide preliminary design for the proposed pipeline system based on international standards to meet the project objective Bidders to provide:- a) Sample Hydraulic analysis based on i) Line Profile (2 Mark) ii) State software used (2 mark) iii) Sample calculation on head loss (2 Mark) iv) Determination of pipe thicknesses for the entire line (2 mark) b)sample Surge analysis (4 marks) c) Brief write up on Interface (mixed product) management at PS 28. Bidders to describe this with reference to existing Interface (mixed product) tanks at PS28 (3 Marks) 3 Financial Capability 5 The bidder shall provide proof in form of certified audited accounts for the last five (5) financial years Turnover i) A bidder who submits a combined turnover of less than US $ 20 million will not be scored. ii) A bidder who submits turnover for a period less than 5 years will not be scored. iii) A bidder who submits unaudited accounts will not be scored. iv) A bidder who submits an average combined turnover of more than US $ 20 million for the last 5 years will score 5 marks 4 Equipment from renown manufacturers 5 Source of key equipment to be installed in the project. The bidder shall provide a duly filled table confirming the equipment manufacturer as advised. a) A bidder who does not confirm that thay will source key equipment from the renown manufacturers 0 marks EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 24 of 92

25 b) A bidder who confirms that the source will be from the renown manufacturers provided will score 5 points. 5 Completion time 5 a) A bidder who offers to complete the works in 12 months or less gets 5 marks b) A bidder who offers to complete the works in more than 12 months but less than 18 gets 3 marks c) A bidder who offers to complete the works in more than 18 months gets 2 marks 6 Qualifications and Experience of Key Personnel 15 a) Project Manager (4 Marks) The bidder shall provide a detailed curriculum vitae of the proposed Project Manager who has designed and supervised the construction of Oil Pipelines. The candidate should be Registered/Chartered Engineers or Engineers affiliated to regulating body in country of origin and holders of a Bachelors Degree in Mechanical Engineering or equivalent. i) A bidder who provides staff with less than 10 years will not be scored. ii) A bidder who provides staff with years will score (3 marks) iii) A bidder who provides staff with more than 15 years will score (4 marks) b) Health, Safety and Environment (HSE) Officer (1 Mark) The bidder shall provide detailed curriculum vitae of the proposed HSE staff with internationally recognized certification and have at least 10 years experience in HSE matters in the oil /gas pipeline construction. (Attach copies of certificates) i) 1 Mark shall be awarded to the person who meets this requirement. ii) No marks shall be awarded to a person without HSE qualification. c) Civil Engineer (2 Marks) The bidder shall provide a detailed curriculum vitae of EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 25 of 92

26 the proposed Civil Engineer, Registered/Chartered Engineer affiliated to regulating body in country of origin. The Engineer shall be a graduate with a Civil Engineering Degree with a minimum of 6 years experience with at least 5 years in the Oil and Gas industry. i) A bidder who provides staff with less than 6 years will not be scored. ii) A bidder who provides staff with 6-10 years will score (1 mark) iii) A bidder who provides staff with more than 10 years will score (2 marks) d) Mechanical Engineer/Chemical Engineer (3 Marks) The bidder shall provide a detailed curriculum vitae of the proposed Mechanical/ Chemical Engineer, Registered/Chartered/ affiliated to regulating body in his country of origin. The Engineer shall be a graduate with Bachelors Degree in Mechanical Engineering or equivalent with a minimum of 10 years experience with at least 8 years in the Oil and Gas industry. i) A bidder who provides staff with less than 10 years will not be scored. ii) A bidder who provides staff with 10 years but at least 8 years in oil and gas will score 1 mark iii) A bidder who provides staff with more than 10 years and at least 8 years in oil and gas will score 3 marks e) Instrumentation and Controls Engineer (1 Mark) The bidder shall provide detailed curriculum vitae of the proposed Instrumentation and Control Engineer, Registered/Chartered affiliated to regulating body in country of origin. The Engineer shall be a graduate with Bachelors Degree in Electrical and Electronics or Telecommunication with a minimum of 6 years experience in control and process automation. i) A bidder who provides staff with less than 6 years will not be scored. ii) A bidder who provides staff with over 8 years will score (1 mark) EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 26 of 92

27 f) Electrical Engineer (1 Mark) The bidder shall provide a detailed curriculum vitae of the proposed Electrical Engineer, Registered/Chartered Engineer or Engineer affiliated to regulating body in country of origin. The Engineer shall be a graduate with Bachelors Degree in Electrical or its equivalent with a minimum of 8 years experience in electrical installations. i) A bidder who provides staff with less than 8 years will not be scored. ii) A bidder who provides staff with at least 8 years will score (1 mark) g) Corrosion Control Engineer (1 Mark) The bidder shall a detailed curriculum vitae of the proposed Corrosion Control Engineer certified by NACE. The Engineer shall be a graduate with a minimum of 8 years experience in Corrosion Control with at least 4 years experience in Oil and Gas Industry. i) A bidder who provides staff with less than 8 years will not be scored. ii) A bidder who provides a staff not certified by NACE will not be scored. iii) A bidder who provides staff with 8 years (at least 4 years in oil and gas) and is certified by NACE will score (1 mark) h) QA/QC Engineer (2 Mark) The bidder shall a detailed curriculum vitae of the proposed QA/QC personnel with minimum qualification of a diploma in any Engineering discipline with certification in Non-destructive testing (NDT). The personnel shall have a minimum of Level II certification with minimum of 10 years experience. (Attach copies of certificates). i) A bidder who provides staff without NDT certification will not be scored ii) A bidder who provides staff with NDT certification and at least 10 years will score 1 marks. EPC TENDER FOR THE PIPELINE FROM SINENDET TO KISUMU Page 27 of 92

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-0000-NAIROBI Tel: +54 00 614896; email: info@kentrade.go.ke TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: RVWSB/MLM-TAT/EQ /2017-2018 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY MERU UNIVERSITY OF SCIENCE & TECHNOLOGY P.O BOX 972-60200 Meru-Kenya Tel: 020-2092048, 020-2069349, 061-23092, 064-30320 Cell Phone: +254712524293, +254 725330827, +254 78151411, +254 725330826,+254 752839270,+254

More information

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO. BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 2232 Fax 31060/30192 TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE

More information

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER NO: KRA/HQS/NCB/011/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH

REPUBLIC OF KENYA MINISTRY OF HEALTH REPUBLIC OF KENYA MINISTRY OF HEALTH INVITATION TO TENDER INTERNATIONAL COMPETITIVE BIDDING SUPPLY, INSTALLATION, TESTING, MAINTENANCE AND REPLACEMENT OF MEDICAL EQUIPMENT AND ASSOCIATED TRAINING FOR COUNTY

More information

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 GENERAL MANAGER - MAINTENANCE KENYA NATIONAL HIGHWAYS AUTHORITY P.O. BOX 49712-00100

More information

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/ TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/2017-2018 CLOSING MONDAY 12 TH FEBRUARY, 2018 AT 11.00AM RESERVED FOR AGPO FIRMS JANUARY 2018 MANAGER, SUPPLY CHAIN NATIONAL

More information

KARATINA UNIVERSITY PROPOSED LIBRARY

KARATINA UNIVERSITY PROPOSED LIBRARY KARATINA UNIVERSITY PROPOSED LIBRARY TENDER NAME: PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES (Re-tender) TENDER NUMBER: KarU/OT/05/LIB/2017-2018 Project Consultants: JKUATES LTD P.O. BOX 62000-00200

More information

KENYA CIVIL AVIATION AUTHORITY

KENYA CIVIL AVIATION AUTHORITY KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/019/2017-2018 THE PROVISION OF MEDIA MONITORING, NEWS AND RESEARCH SERVICES FOR KCAA FOR TWO YEARS - 2017/18 & 2018/19 DATE OF NOTICE: TUESDAY, 14 TH NOVEMBER,

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER NO. NCA/T/023/2017-2018 CLOSING WEDNESDAY 14 TH MARCH, 2018 AT 11.00AM FEBRUARY 2018. MANAGER, SUPPLY CHAIN

More information

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/ PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/2017-2018 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 www.kra.go.ke NAIROBI, KENYA. AUGUST, 2017 PREBID DATE: 5TH SEPTEMBER,

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

KENYA WILDLIFE SERVICE

KENYA WILDLIFE SERVICE KENYA WILDLIFE SERVICE REHABILITATION AND PERFORMANCE BASED ROUTINE MAINTENANCE OF MAKTAU-KITANI-LAKE JIPE ROADS IN TSAVO WEST NATIONAL PARK TENDER NO.KWS/OT/PBC/R&F/15/2015-2016 : NOVEMBER 2015 DIRECTOR

More information

PART I INSTRUCTIONS TO PERSON TENDERING

PART I INSTRUCTIONS TO PERSON TENDERING PART I INSTRUCTIONS TO PERSON TENDERING 1. The objective of instruction to persons tendering, in so far it may affect the execution of the contract, shall be deemed to form part of the General conditions

More information

KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION

KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION TENDER NO: KURA/RMLF/WE/115/2017-2018 FOR TENDER NAME: PERIODIC MAINTENANCE

More information

FOR PURCHASE OF LAND

FOR PURCHASE OF LAND OPEN TENDER FOR PURCHASE OF LAND TENDER NO. NHC/PL/014/16-17 INVITATION DATE: 7 TH APRIL 2017 CLOSING DATE: 21 st APRIL 2017 AT 11.00AM Page 1 of 26 INVITATION TO TENDER Re: Tender for Purchase of Land.

More information

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME) REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O. Box 30071-00100 NAIROBI Tel: +254-205-339-61 (SUPPLIES BRANCH) SB-5-2016-2017: Supply

More information

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya REPUBLIC OF KENYA MINISTRY OF MINING P. O. Box 30009-00100 Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya OPEN NATIONAL TENDERING TENDER DOCUMENT TENDER NO: MOM/T/004/2015-2016 FOR SUPPLY, DELIVERY,

More information

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017 REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL & DEPARTMENT OF JUSTICE. TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/2016-2017 JANUARY 2017 1 P a g e TABLE OF CONTENTS P

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

More information

TENDER DOCUMENT FOR DISPOSAL OF OBSOLETE, UNSERVICEABLE, AND SURPLUS STORES AND EQUIPMENT TENDER NO.KDB/D/2017

TENDER DOCUMENT FOR DISPOSAL OF OBSOLETE, UNSERVICEABLE, AND SURPLUS STORES AND EQUIPMENT TENDER NO.KDB/D/2017 NSSF BUILDING, BLOCK A 10 TH FLOOR, EASTERN WING, P.O. BOX 30406-00100 (GPO) NAIROBI Telephone: 310559/341302, Mobile: 0733-521438, 0722-573432, Email:info@kdb.co.ke TENDER DOCUMENT FOR DISPOSAL OF OBSOLETE,

More information

TENDER NO: KURA/RMLF/NBR/207/ FOR REHABILITATION OF: BURUBURU AND MUMIAS (PART) ROAD

TENDER NO: KURA/RMLF/NBR/207/ FOR REHABILITATION OF: BURUBURU AND MUMIAS (PART) ROAD KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER NO: KURA/RMLF/NBR/207/2016-2017 FOR REHABILITATION OF: BURUBURU AND MUMIAS (PART) ROAD DIRECTOR GENERAL GENERAL MANAGER - MAINTENANCE KENYA

More information

TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED SOLUTION. KoTDA/RFP/016/

TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED SOLUTION. KoTDA/RFP/016/ TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED COMMUNICATION SOLUTION KoTDA/RFP/016/2016-2017 CAPITAL WEST BUSINESS CENTER, WESTLANDS P. O. BOX 30519 00100 TEL: +254 20 4343013/4

More information

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time) Invitation for Bids Grant No. and Title: 2015 68 112: Reconstruction and Improvement of Electricity in Earthquake Affected Districts. Tender No. and Title: ICB-REIP-073/74-01, Lot 1: Immediate Relief Measure

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER NO. NCA/T/15/2017-2018 CLOSING FRIDAY 15 TH DECEMBER, 2017 AT 11.00AM NOVEMBER 2017. MANAGER, SUPPLY CHAIN NATIONAL

More information

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

RIFT VALLEY WATER SERVICES BOARD

RIFT VALLEY WATER SERVICES BOARD RIFT VALLEY WATER SERVICES BOARD Telephone : (051) 221 3557 Fax: : (051) 221 4915 Cell : (+254) 718 313557 E-mail : info@ rvwsb.go.ke Maji Plaza Prisons Road Off Nakuru-Eldama Ravine Highway P.O. Box 2451-20100

More information

Procurement of Goods

Procurement of Goods GOVERNMENT OF MEGHALAYA SUPPORTING HUMAN CAPITAL DEVELOPMENT IN MEGHALAYA (SHCDM) (ADB LOAN NO. 3033-IND) Bid Document for Phase-I Procurement of Lab/Workshop, Classroom, Library and IT Lab equipment,

More information

REQUEST FOR EXPRESSION OF INTEREST FOR THE

REQUEST FOR EXPRESSION OF INTEREST FOR THE REQUEST FOR EXPRESSION OF INTEREST FOR THE SUPPLY, INSTALLATION, CONFIGURATION, TESTING, TRAINING OF USERS AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM FOR CHAI SACCO SOCIETY LTD 1

More information

SCHOOL EQUIPMENT PRODUCTION UNIT

SCHOOL EQUIPMENT PRODUCTION UNIT SCHOOL EQUIPMENT PRODUCTION UNIT UPDATE OF THE REGISTER OF SUPPLIERS TENDER NO: SEPU/PQ/2016-2017 SUPPLY/PROVISION OF GOODS AND SERVICES FOR 2016-2017 CATEGORY APPLIED FOR DATE OF NOTICE: WEDNESDAY 4 th

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

REPUBLIC OF SEYCHELLES

REPUBLIC OF SEYCHELLES Elect.Proj./289 REPUBLIC OF SEYCHELLES PUBLIC UTILITIES CORPORATION (Electricity ty Division) Generation Capacity Expansion PRASLIN Bidding Documents for 1 x 2.5 MW Diesel Generator Set (Praslin Power

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE-411 008 Tender No. CE/IITM/Project/Conf./Interior/2012-13/02 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road,

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

More information

A F R I C A N U N I O N Standard Bidding Document

A F R I C A N U N I O N Standard Bidding Document A F R I C A N U N I O N Standard Bidding Document Procurement of Goods and Services Open Tender REGIONAL COMPETITIVE BIDDING (RCB) African Peer Review Mechanism Procurement Number: 2/APRM/IT/07/17 TENDER

More information

Jhabua Power Ltd. NOTICE INVITING BIDS

Jhabua Power Ltd. NOTICE INVITING BIDS Jhabua Power Ltd. 2nd Floor, Centrum plaza, Golf Course Road, Sector- 53, Gurgaon-122002 Ph.: +91-124-4392000 Fax: +91-124-4376496 NOTICE INVITING BIDS BY JHABUA POWER LIMITED (JPL) 2nd Floor, Centrum

More information

Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station

Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station ` KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-IT-10-2015 Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station Kenya Electricity

More information

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/ IDB CAPITAL LIMITED At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/2016-2017 TENDER FOR THE IMPLEMENTATION OF AN HRMS SOLUTION IN NAVISION 2016 & MIGRATION OF NAVISON FINANCIALS FROM THE

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/.. PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..2016 DECEMBER 2015 TABLE OF CONTENTS 1.1 SECTION 1: PREQUALIFICATION

More information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

More information

KERIO VALLEY DEVELOPMENT AUTHORITY

KERIO VALLEY DEVELOPMENT AUTHORITY KERIO VALLEY DEVELOPMENT AUTHORITY PREQUALIFICATION/REGISTRATION FOR AIR TICKETING, TOUR & TRAVEL SERVICES TENDER N0.: KVDA/PQ/18/2017-2018/19 RECEIPT NO. TENDER REG. NO. CLOSING DATE :THURSDAY 22 ND JUNE,

More information

THE REPUBLIC OF KENYA. Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation

THE REPUBLIC OF KENYA. Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation THE REPUBLIC OF KENYA Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation Interconnection of Electric Grids of Nile Equatorial Lakes Countries

More information

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17 Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17 Question no. 1: Could you send us the relevant documents for call for tenders FL/LEG17? Answer

More information

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1 REPUBLIC OF PALAU PALAU PUBLIC UTILITIES CORPORATION (PPUC) KOROR-AIRAI SANITATION PROJECT (KASP) BIDDING DOCUMENT Sewage Treatment Plant Upgrade in Malakal Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME

More information

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Board Accra, Ghana 1 Preface Procurement under projects financed from the Public Funds of the

More information

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PREQUALIFICATION FOR SERVICES AND

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PREQUALIFICATION FOR SERVICES AND REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PREQUALIFICATION FOR SERVICES AND CONSULTANCIES TENDER NO.MPYG/HKS/IFQ/01/2017- Tender Closing

More information

KENYA URBAN ROADS AUTHORITY

KENYA URBAN ROADS AUTHORITY KENYA URBAN ROADS AUTHORITY Efficient and safe urban roads YOUTH EMPOWERMENT PROGRAMME SUPPLY OF VARIOUS CONSTRUCTION MATERIALS TENDER No. KURA/RMLF/HQ/006/2015-2016 JULY, 2015 GENERAL MANAGER (D& C) DIRECTOR

More information

TENDER NO. NKCC/014/ PROVISION OF SAP APPLICATION MANAGEMENT SERVICES

TENDER NO. NKCC/014/ PROVISION OF SAP APPLICATION MANAGEMENT SERVICES TENDER NO. NKCC/014/2015-16 PROVISION OF SAP APPLICATION MANAGEMENT SERVICES CLOSING DATE 13 TH MAY 2015 AT 10.00 A.M. 1 M/s.... Dear Sirs, RE: TENDER FOR SAP APPLICATION MANAGEMENT SERVICES. You are hereby

More information

INDUSTRIAL & COMMERCIAL DEVELOPMENT CORPORATION

INDUSTRIAL & COMMERCIAL DEVELOPMENT CORPORATION INDUSTRIAL & COMMERCIAL DEVELOPMENT CORPORATION REGISTRATION/PREQUALIFICATION OF SUPPLIERS FOR SUPPLY OF GOODS, SERVICES AND WORKS FOR THE FINANCIAL YEARS 2017-2019 TENDERER S NAME:. CATEGORY NO:.......

More information

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For REPUBLIC OF KENYA MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION P.O. BOX 30025-00100 NAIROBI TENDER NO. MICT&I/01/2016-2017 IFMIS NO: Open Tender- National

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

PREQUALIFICATION DOCUMENTS. for. Procurement of

PREQUALIFICATION DOCUMENTS. for. Procurement of PREQUALIFICATION DOCUMENTS for Procurement of Design, manufacture, supply, installation, testing and commissioning of Rolling Stock Employer: Mumbai Metro Rail Corporation Country: Republic of India Project:

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

KENYA ROADS BOARD EXPRESSION OF INTEREST (EOI) FOR PROVISION OF TECHNICAL, FINANCIAL AND PERFORMANCE AUDIT CONSULTANCY SERVICES FOR KENYA ROADS BOARD

KENYA ROADS BOARD EXPRESSION OF INTEREST (EOI) FOR PROVISION OF TECHNICAL, FINANCIAL AND PERFORMANCE AUDIT CONSULTANCY SERVICES FOR KENYA ROADS BOARD KENYA ROADS BOARD EXPRESSION OF INTEREST (EOI) FOR PROVISION OF TECHNICAL, FINANCIAL AND PERFORMANCE AUDIT CONSULTANCY SERVICES FOR KENYA ROADS BOARD FOR FINANCIAL YEARS 2018/19 TO 2020/21 TENDER No. KRB/887/2017/2018

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW Chandigarh Industrial & Tourism Development Corporation Limited Regd Office: SCO 121-122, Sector 17-B, Chandigarh 160017 Phone No. 0172 4644430-31-32-33-34, 2704761, Fax No. 0172-4644441 Email: info@citcochandigarh.com,

More information

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] April 2015 India Brand Equity Foundation, Apparel House,

More information

COMUNICATIONS AUTHORITY OF KENYA

COMUNICATIONS AUTHORITY OF KENYA 1 COMUNICATIONS AUTHORITY OF KENYA REGISRTATION OF SUPPLIERS FOR PROVISION OF EVENT MANAGEMENT SERVICES CA/PROC/RS/03/2017-2018 2017-2019 JANUARY 2018 1 Contents INTRODUCTION... 3 REGISTRATION INSTRUCTIONS...

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

More information

TENDER NO: KP1/9AA-2/PT/ITT/04/13 FOR SUPPLY, INSTALLATION AND COMMISSIONING OF REGIONAL HYBRID IP-PBX. DATE OF TENDER DOCUMENT: May 2013

TENDER NO: KP1/9AA-2/PT/ITT/04/13 FOR SUPPLY, INSTALLATION AND COMMISSIONING OF REGIONAL HYBRID IP-PBX. DATE OF TENDER DOCUMENT: May 2013 Page 1 of 126 TENDER NO: KP1/9AA-2/PT/ITT/04/13 FOR SUPPLY, INSTALLATION AND COMMISSIONING OF REGIONAL HYBRID IP-PBX DATE OF TENDER DOCUMENT: May 2013 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

Market Procedure: Network Control Services

Market Procedure: Network Control Services ELECTRICITY INDUSTRY ACT 2004 ELECTRICITY INDUSTRY (WHOLESALE ELECTRICITY MARKET) REGULATIONS 2004 WHOLESALE ELECTRICITY MARKET RULES Market Procedure: Network Control Services Version 2 Commencement:

More information

EDUCATION DEVELOPMENT TRUST TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF SAMSUNG TABLETS AND COVERS TENDER NO.

EDUCATION DEVELOPMENT TRUST TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF SAMSUNG TABLETS AND COVERS TENDER NO. EDUCATION DEVELOPMENT TRUST TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF SAMSUNG TABLETS AND COVERS TENDER NO. EdDevTrust/GEC-T-WWW/008/2018 TABLE OF CONTENTS LETTER OF INVITATION... 1 INSTRUCTIONS TO TENDERERS...

More information

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA ANDHRA PRADESH FOODS (A Government of Andhra Pradesh Enterprise) An ISO 9001:2000 & HACCP Certified Company ROAD No.14, IDA, NACHARAM HYDERABAD, 500076 (A.P) INDIA Email: apfoods@hotmail.com Website: http://apfoods.ap.nic.in

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA Annexure VI K/W 6 GOVERNMENT OF KARNATAKA. (Name of Organization). (Address) Telephones: Fax:. PREQUALIFICATION FOR THE WORK OF. (Description of Works) TENDER REFERENCE : PERIOD OF SALE OF P Q DOCUMENT

More information

Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited INFORMATION DOCUMENT Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL FOR CONSTRUCTING A MOCKUP FACILITY WHICH INCLUDES CIVIL, STRUCTURAL, BAMBOO CEILING AND FINISHING WORKS FOR PROPOSED

More information

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 CHAPTER RULES CONTENT I. PRELIMINARY 1. Short tile, extent and commencement 2. Definitions II. GENERAL

More information

PREQUALIFICATION DOCUMENT FOR PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY

PREQUALIFICATION DOCUMENT FOR PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY PREQUALIFICATION DOCUMENT FOR PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY 2015-2017 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 395 679 or 0725 227 640 Email: info@kenyaaccreditation.org

More information