Showing posts with label Tenders. Show all posts
Showing posts with label Tenders. Show all posts

Sunday, 31 January 2016

CARE International :: Pre-Qualification of Suppliers for Goods and Services for the Financial Year 2016/2017

Pre-Qualification of Suppliers for Goods and Services for the Financial Year 2016/2017
 
CARE International in Kenya (CIK) is a development and Humanitarian organization with a goal of reducing poverty at the household level and providing relief services in emergencies, we currently carry out major initiatives in Refugee and Emergency operations, Health, Livelihoods, Water and Sanitation and in HIV/AIDS.

CARE also carries out activities in civil society organization strengthening and environmental services.

CARE International in Kenya intends to:
 
 
1) Update its register for suppliers for various goods and services for financialyear 2016/2017 in the following CARE offices; Nairobi, Dadaab, Kisii and Kisumu. 

Interested firms are invited to apply for pre-qualification indicating the category of goods, service and location they wish to be considered.

Existing firms who wish to be retained must re-apply.

Detailed pre-qualification documents may be accessed and downloaded from our website: www.care.or.ke
 
Interested firms shall be required to pay non-refundable fee of ksh. 4,000 per tender category for each office location through a banker’s cheque drawn in the name of CARE KENYA.

Complete Pre-qualification documents should be placed in a plain sealed envelope clearly marked with Tender Number and Tender Description being applied for and addressed to:

The Tender Committee
CARE International in Kenya
P O Box 43884-00100
Nairobi

Tender documents should be deposited in the tender box provided at CARE reception in the following offices: Nairobi, Dadaab, Kisii and Kisumu. 

So as to be received on or before 12th February 2016 at 4.00 pm. 

The details of the four CARE office locations are indicated in the pre-qualification document.

CARE Kenya reserves the right to accept or reject any application and is not bound to give any reason thereof.

Pwani University :: Pre-Qualification of Suppliers for the Financial Years 2016/17 & 2017/18

Pre-Qualification of Suppliers for the Financial Years 2016/17 & 2017/18
 
Pwani University invites prospective bidders to submit applications to be pre-qualified for the supply of various goods & services for the financial years 2016/17 & 2017/18. 

Enterprises owned by youth, women and persons with disability are also invited to participate by downloading the pre-qualification document from the University’s website and complying with the requirements.

 
All bidders are requested to view and download the pre-qualification document posted in the University’s website (www.pu.ac.ke) under information center.

Please note that the document will not be available from any of the University’s administrative offices.

Tender :: Provision of External Audit Services to TradeMark East Africa

Request for Proposals (RFP)
 
Tender Title: Provision of External Audit Services to TradeMark East Africa
 
Tender Number: PRQ20150784
 
TradeMark East Africa (TMEA) is an organisation funded by a range of development agencies to promote regional trade and economic integration in East Africa. 

TMEA has its main offices in Nairobi with branches in Arusha, Bujumbura, Dar es Salaam, Kampala, Kigali and Juba.

 
TMEA wishes to engage a reputable firm with a presence in all EAC countries to audit its financial statements and to express a professional opinion on the financial position as stipulated in the tender document. 

Terms of reference for this assignment and the Request for Proposals (RFP) document can be obtained athttp://www.trademarkea.com/get-involved/procurement/.
 
All queries quoting the above Tender Title and Number should be emailed to procurement@trademarkea.com.

The closing date for submissions is 26 February 2016.

Interested and qualified audit firms must register and apply online ONLY on the TMEA procurement portal:http://procurement.trademarkea.com.

All attachments must be 10MBs or less.

TMEA cannot answer any query relating to this tender 7 days or less prior to the submission deadline.

Tender :: Executive Recruitment & Headhunting Consultancy Services :: Request for Proposals (RFP)

Request for Proposals (RFP)
 
Tender Title: Executive Recruitment & Headhunting Consultancy Services
 
Tender Number: PRQ20150820
 
TradeMark East Africa (TMEA) is an organisation funded by a range of development agencies to promote regional trade and economic integration in East Africa. 

TMEA has its main offices in Nairobi with branches in Arusha, Bujumbura, Dar es Salaam, Kampala, Kigali and Juba.

 
TMEA wishes to engage a reputable consulting firm to provide executive recruitment and headhunting services for senior level positions at TMEA as stipulated in the tender document. 

The consulting firm should have an international reach, and strong proven networks in the international development community. 

Terms of reference for this assignment and the Request for Proposals (RFP) document can be obtained athttp://www.trademarkea.com/get-involved/procurement/.
 
All queries quoting the above Tender Title and Number should be emailed to procurement@trademarkea.com. 

The closing date for submissions is 26 February 2016.

Interested and qualified consultancy firms must register and apply online ONLY on the TMEA procurement portal:http://procurement.trademarkea.com.

All attachments must be 10MBs or less.

TMEA cannot answer any query relating to this tender 7 days or less prior to the submission deadline.

Friday, 12 June 2015

Parliamentary Service Commission: Tender for the Supply of 545 Customized Tablet Computers

Republic of Kenya
 
Parliamentary Service Commission
 
Tender Notice
 
Tender No. PSC/049/2014-2015
 
The Parliamentary Service Commission invites sealed bids from eligible suppliers for the supply, delivery, installation, training, testing and commissioning of customized tablet computers and solutions for mobile application (Media Manager for Parliament):-
 
Item Description: Customized Tablet Computers

Quantity (No):  545
 
Interested bidders may obtain further information from and inspect tender documents at the Procurement Office, 10th Floor, Protection House, at the junction of Parliament Road and Haile Selassie Avenue in Nairobi, during normal working hours.

 
A complete set of tender documents may be obtained upon payment of a non-refundable fee of Kshs.1,000/- in cash or Banker’s cheque payable to Clerk of the Senate/Secretary, Parliamentary Service Commission in the Cash Office on 9th Floor, Protection House, Parliament Road, Nairobi.
 
All bids must be accompanied by a BID BOND of 2% of the tender prices. Completed tender documents should be enclosed in plain sealed envelopes marked with the Tender Number and be deposited in the Tender Box at the Reception on 10th Floor, Protection House and be addressed to:-
 
Clerk of the Senate/Secretary
Parliamentary Service Commission
P.O. Box 41842 - 00100
Nairobi

so as to reach him on or before Tuesday, 30th June 2015 at 10.00am. 

Prices quoted should be net inclusive of all taxes in Kenya Shillings and should remain valid for 120 days from the closing date of the tender.

Tenders will be opened immediately thereafter in the presence of the tenderers of their representatives who choose to attend the opening in the Board Room on 11th Floor, Protection House, Parliament Road, Nairobi.

Clerk of the Senate/Secretary,
Parliamentary Service Commission

Tuesday, 28 May 2013

The World Bank Group Cleaning & Landscaping Services for its Nairobi Offices Request for Proposals


The World Bank Group

Request for Proposals for Cleaning & Landscaping Services for its Offices in Nairobi, Kenya
 
RFP No. 13-0913
 
The World Bank Group requests for proposals (RFP) for Cleaning & Landscaping Services for its proposed office in Nairobi, Kenya. 
 
The scope of work will include, but not limited to, cleaning office spaces, supply of consumables, waste disposal, providing indoor and outdoor plant, landscape maintenance, etc. 
The approximate covered area 17000sqmts, parking area 7200sqmts and open area 1700sqmts.
 
To be considered as eligible to participate, firms must meet all the mandatory business criteria outlined in the World Bank Corporate Procurement Web-site under ‘Bidding Opportunities’. 
The website can be reached by following the instructions below:
 
- under “Resources” click on “Businesses”
 
- click on “Corporate Procurement”
 
- click on “Business Opportunities” on the left hand side
 
- click on “Administrative Procurement” and search for RFP No. 13-0913
 
For further information or questions please contact Rajiv Parankusam via e-mail rparankusam@worldbank.org

Friday, 14 September 2012

Islamic Relief (IR) Construction Tender Notice


Established in 1984 in the UK, Islamic Relief (IR) is an International NGO seeking to promote sustainable economic and social development by working with local communities through relief, health, Education and development activities. 
We aim to help the needy regardless of race, religion or gender.

IRK is carrying and Education Programme that involves construction of 10 classrooms and sanitary facilities among other activities in five sites within Ifo II Dadaab Refugee camp. 
We invite interested and qualified contractors to tender their applications for the following civil works.
 
Scope of the works as below:
 
1. Construction of ten [10] classrooms [2 classrooms in each of the five selected sites] as per the designs Provided
 
2. Construction of two [2] units of twin door latrines [boys/girls] in each of the 5 sites selected with hand wash facilities as provided in the designs
 
3. Construction of one [1] unit Hand washing facility/Ablution points in each of the five selected sites
 
4. Extension of water pipelines to the Hand washing facilities, ablution points and stand points within the
school compound
 
NB:
 
a) Interested bidders are requested to collect Quotation Forms and view designs from Islamic-relief Nairobi or Garissa/Dadaab Office Quote wholesome prices [Labour and materials] for above listed activity.
 
b) Islamic Relief [Through UNHCR] will provide Portland cement, 2.5m roofing sheets and 2x2 timber in quantities required this construction works and therefore bidders are advised to exclude costs of these materials in their quotations
 
c) Canvassing on application documents shall lead to automatic disqualification
 
d) Bidders must be ready to carry out constructions Hands On as Islamic Relief does not encourage sub-contracting by selected contractors. The 3% withholding tax apply
 
All applicants must provide the following documents for consideration:
 
1. PIN and VAT Certificate
 
2. Registration and Certificate of incorporation
 
3. Documented evidence of previous similar works undertaken [Recommendation Letters] especially with in Dadaab Refugee Camp
 
4. Demonstrate Material, technical, personnel and equipment capacities to undertake the works in form of CVs and pictorial capacity of equipments
 
5. Registration by Contactors Registration Board [CRB] on Building minimum Class 7
 
Interested applicants should drop their sealed application envelopes labelled “IR/UNHCR Education Program” at the Tender Box, Islamic Relief Nairobi Office, Kirichwa Road off Ngong Road/ Argwings Kodhek or Garissa/Dadaab office, not later than 21st September, 2012 at 5.00pm.

Monday, 10 September 2012

The Professional Centre Electrical System Tender Notice


The Professional Centre invites the following tenders for the maintenance and repair of the electrical system at the Professional Centre building.
Specifications Required
  • Strengthening of the neutral reception
  • Replacement of common lamp holders 
  • Recommend usage of low power consumption bulbs
  • Meter separation from the Theater if need be 
  • Labour
  • Total Cost
Kindly provide us with the total cost that would be involved as per the above specification above.

N: B: Interested eligible, contractors are invited to tender for this work comprising of electrical and infrastructural works.

Proof of practicing certificate must be included in ones application
 
Only those meeting the above minimum criteria supported by the relevant documents at submission of bid will be considered for further evaluation.
 
  1. Must meet all statutory requirements as per the public procurement and Disposal Act,2005
  2. Must Provide copies of Company Registration, tax compliance certificate , PIN, and VAT Registration Certificates 
  3. Must provide all information requested in the instruction to tenderers in the tender document. 
  4. General Electrical Installation 
  5. All bids must be addressed to the Professional Centre 
  6. Submitted bids will be vetted for eligibility at the procurement Committee 
  7. Any canvassing will lead to automatic disqualification. 
  8. The Professional Centre reserves the right to reject any tender without giving reasons for the rejection and does not bind itself to accept the lowest or any tender. 
  9. Must provide a certificate from the Kenya power and lighting company that authorizes you as a certified contractor with them as KPLC. 
  10. Provide evidence of work done before.
Applications should be sent to the address below by Friday 14th September 2012.

purity@apsea.or.ke

Grace Injene,
Executive Officer,
www.apsea.or.ke
 

Meet other professionals here www.professionalsdatabase.co.ke

The Professional Notice
St. John’s Gate Parliament Road 
P.O. Box 72643 – 00200
Nairobi, Kenya

Thursday, 23 August 2012

Office of the Auditor - General: Request for Expression of Interest Supply, Implementation and Commissioning of Enterprise Resource Planning

Office of the Auditor - General

Request for Expression of Interest

Supply, Implementation and Commissioning of Enterprise Resource Planning

 
Background
 
The Office of the Auditor-General draws its mandate from the Constitution of Kenya. Chapter 12, Part 6, Article 229 of the Constitution establishes the Office of the Auditor-General. Chapter 15, Article 248, Section 3 and Article 249, Section 2 (a) and (b) provides for the independence of the Office of the Auditor-General. 
The Auditor-General is mandated to audit the Accounts of National and County Governments, among other Audits.
 
Objective of the Enterprise Resource Planning (ERP)
 
The objective of this project is to:
 
(i) Automate Corporate Services for the Office of the Auditor-General (OAG)
 
(ii) Facilitate the office to achieve its mandate
 
Scope of Work
 
The Expression of Interest (EOI) is sought from firms with capacity and competence on ERPs to undertake the following:
 
(i) Study and understand Office of the Auditor-General’s (OAG) user requirements
 
(ii) Design a solution that meets the user needs
 
(iii) Customize (where possible) the ERP the firm proposes to supply, to actualize the solution
 
(iv) Interface the existing OAG Software with the ERP where necessary
 
(v) Successfully implement and commission the ERP Solution
 
(vi) Support and Train users on the ERP System
 
Mandatory Requirements
 
The following copies of documents will be mandatory for eligibility for the firms expressing interest to supply:-
 
(i) Certificate of Registration/Incorporation
 
(ii) Valid License to conduct this kind of business in Kenya
 
(iii) Manufacturer’s Authorization (or equivalent) for the proposed ERP
 
(iv) Current Tax Compliance certificate
 
(v) Audited financial Statements for the last 3 years
 
Other Requirements
 
(i) Statement of Capability to deploy a solution of this magnitude
 
(ii) At least 3 references where similar assignments have been successfully completed
 
Complete Expression of Interest documents enclosed in plain sealed envelopes, clearly marked “Expression of Interest for Supply, Implementation and Commissioning of ERP” should be deposited in the tender box provided at Anniversary Towers, University way, 8th floor or be addressed and posted to
 
The Auditor-General,
P.O Box 30084 – 00100
Nairobi, Kenya
 
to be received on or before Thursday , 6th September, 2012 at 10.00 am East African Time.
 
NB: This Request for Expression of Interest does not constitute a contract with the Office of the Auditor-General.
 
Shortlisted firms will be issued with a Request for Proposal (RFP) document with the terms of reference.
 
S K Chibole
For : Auditor-General

Saturday, 30 June 2012

Pre –Qualification / Tender of Suppliers of Goods / Services for the Financial Year 2012 / 2013

Pre –Qualification / Tender of Suppliers of Goods / Services for the Financial Year 2012 / 2013

Mercy Corps Kenya invites applications for prequalification from eligible bidders for the supply of goods and services on and when required basis for the period ending 30th June 2013 for the financial year 2012-2013.

Category A: Supply of General Goods

Tender No
Description
 MC-KNY/NBO2/1/12-13
Supply of office stationery          
 MC-KNY/NBO2/2/12-13
Supply of ICT equipment
 MC–KNY/NBO2/3/12-13
Supply of Office Equipment & Furniture
 MC-KNY/NBO2/4/12-13
Supply of Spare Parts & Tyres
 MC-KNY/NBO2/5/12-13
Supply  of Fuel and lubricants
 MC-KNY/NBO2/6/12-13
Supply of Printing  & Photocopying Services
 MC-KNY/NBO2/7/12-13
Supply of Printing  Materials
 MC-KNY/NBO2/8/12-13
Supply of Clean Drinking Water
 MC-KNY/NBO2/9/12-13
Supply  of  Fire Appliances
 MC-KNY/NBO2/10/12-13
Supply  of  Construction Materials


Category B:  Provision of Services
 
Tender No
Description
 MC-KNY/NBO2/11/12-13
Provision of Hotel Accommodation and Conference Facilities
 MC-KNY/NBO2/12/12-13
Provision of Travel Agency Services
 MC-KNY/NBO2/13/12-13
Provision of Taxi/Car-Hire Services
 MC-KNY/NBO2/14/12-13
Provision of Vehicle Maintenance Services
 MC-KNY/NBO2/15/12-13
Provision of Clearing and Forwarding Services
 MC-KNY/NBO2/16/12-13
Provision of Road Transport Services
 MC-KNY/NBO2/17/12-13
Provision of Courier Services
 MC-KNY/NBO2/18/12-13
Provision of Plumbing Services
 MC-KNY/NBO2/19/12-13
Provision of Electrical  Services
 MC-KNY/NBO2/20/12-13
Provision of Security Services
 MC-KNY/NBO2/21/12-13
Provision of Computer Maintenance  Services
 MC-KNY/NBO2/22/12-13
Maintenance of   Photocopy Machines
 MC-KNY/NBO2/23/12-13
Maintenance and Repair of   Printers
 MC-KNY/NBO2/24/12-13
Provision of Office Cleaning  Services
 MC-KNY/NBO2/25/12-13
Provision of Garbage Collection Services
 MC-KNY/NBO2/26/12-13
Provision of Sanitary Services
 MC-KNY/NBO2/27/12-13
Provision of Pest Control Services
 MC-KNY/NBO2/28/12-13
Provision of Medical Cover Services
 MC-KNY/NBO2/29/12-13
Provision of Insurances Services
 MC-KNY/NBO2/30/12-13
Provision of Event Organizer Services
 MC-KNY/NBO2/31/12-13
Provision of catering Services
 MC-KNY/NBO2/32/12-13
Provision of photography and videography  Services
 MC-KNY/NBO2/33/12-13
Provision of Carpentry Services
MC-KNY/NBO/2/34/12-13
Provision of Internet Service

The following documents are MANDATORY for all the above categories:
  1. Bidder MUST fill the invitation to tender
  2. Bidder MUST fill the vender  questionnaire
  3. Bidder MUST fill the declaration of eligibility
  4. Bidder MUST attach copy of certificate of registration
  5. Bidder MUST attach a copy of the current valid trade license/local authority’s license
  6. Bidder MUST attach copy of V.A.T and PIN Certificates
  7. Bidder MUST fill the price column for the category applied for
  8. Bidder MUST attach a copy of the current valid lease tenant/ agreement
Eligible suppliers and service providers who meet the above mandatory requirements may obtain the pre-qualification tender documents from http://www.yesyouthcan.org/wp-content/themes/YYC/tenders.php

Completed pre-qualification documents should be submitted in plain sealed envelope clearly indicating the category reference number and category description being applied for and should be deposited in the tender box located at either of the following Mercy Corps Offices:


1
Mercy Corps Kenya; ABC Place, 3rd Building, 1st Floor, Waiyaki Way, NAIROBI.
2
Mercy Corps Kenya – Eldoret Office, Elgon View Estate, next to Testimony school, ELDORET
3
Mercy Corps Kenya – Kakamega Office, Whitehouse, behind Ambwere Complex, KAKAMEGA
4
Mercy Corps Kenya – Kisumu Office, Milimani Next to Great Lakes University, KISUMU
5
Mercy Corps Kenya – Mombasa Office, Nyali, Along Simba road off Links road opposite Kitwe Apartment, MOMBASA
6
Mercy Corps Kenya – Wajir Office, Affey House along Airport road, WAJIR
7
Mercy Corps Kenya – Thika Office, Ngoingwa, Mangu Road, THIKA.
8
Mercy Corps Kenya – Eroto Plaza Office, 5th Floor, Mburu Gishua Rd, Nakuru
9
Mercy Corps Kenya – K.T.C Sacco Building 2DN FLOOR Opposite Toyota KENYA Kericho.

So as to be received on or before Friday, 13th July 2012 at 10am., late applications will not be accepted. In case of any clarifications on the direction to the offices, contact: Tel: +254-20-444-1126

Thursday, 21 June 2012

Insurance Regulatory Authority (IRA) - RFP to Development of Strategic Plan (Re-Advertisement)

Insurance Regulatory Authority
 
Request For Proposals - Re-Advertisement
 
The Insurance Regulatory Authority (IRA) is a statutory Government agency established under the Insurance Act (Amendment 2006) Cap 487 of the Laws of Kenya to regulate, supervise and develop the insurance industry in Kenya.
 
To improve the service delivery to the stakeholders, IRA invites Proposals from eligible firms for the
provision of the following services.
Tender No: IRA/113/2011-2012
Description: Development of Strategic Plan
Closing Date: 3rd July 2012 at 11:00 a.m
Bid Price: Kshs.1,000.00
 
Interested and eligible bidders may examine and download the bid document from IRA website (http://www.ira.go.ke), print and then fill it in before submitting the same to IRA.
 
Interested firms are required to pay a non-refundable fee of Kshs.1,000.00 via M-PESA and enter the transaction details in the table provided on the 1st page of the tender document. 
Instructions on the payment procedure is provided on page 2 of the tender document.
 
Completed Request for Proposal/Tender documents should be enclosed in plain sealed envelopes (Technical proposals separate from the Financial Proposals) marked with the tender number and tender description should be deposited in the tender box situated on 6th floor of Zep-Re Place, Upper Hill area and addressed to:
 
The Chief Executive Officer
Insurance Regulatory Authority
P.O Box 43505-00100
Nairobi
www.ira.go.ke
 
So as to be received on or before 3rd July 2012 at 11:00 a.m. 
Proposals will be opened immediately thereafter in the presence of the bidders’ representatives who may choose to attend at the IRA Boardroom. 
Bidders are reminded to give their full addresses including telephone, fax and e-mail contacts.
 
Chief Executive Officer & Commissioner of Insurance

Municipal Council of Ruiru - Request for Proposal (RFP) for ISO 9001:2008 Certification Services

Municipal Council of Ruiru 
Request for Proposal (RFP) for ISO 9001:2008 Certification Services
 
The Municipal Council of Ruiru has developed a Quality Management System based on the ISO 9000 QMS family of standards and now wishes to request for proposals for certification to ISO 9001:2008.
 
The terms of reference of the certification body will be:-
 
1. Conduct an ISO 9001:2008 stage 1 Audit.
 
2. Provide stage 1 Audit Report.
 
3. Conduct ISO 9001:2008 stage 2 Audit.
 
4. Provide stage 2 Audit Report.
 
5. Conduct follow up audit and provide a report on the follow up.
 
6. Issue Municipal Council of Ruiru certificate (and contract) on successful completion of the certification process.
 
7. Undertake surveillance audits as per the contract details.
 
Proposals submitted should indicate the following:
  1. Organization profile.
  2. The Methodology for providing the services.
  3. Criteria for award of the certification.
  4. C.V.s of the staff to be involved demonstrating competence in the Municipal Council of Ruiru areas of operation.
  5. Proposed timeliness.
  6. Approximate costs
  7. Copy of the accreditation certificate.
  8. Copy of Certification Contract.
To be submitted in a Plain Envelope clearly marked ‘PROPOSAL FOR ISO 9001:2008 CERTIFICATION SERVICES’ and addressed to:
 
The Town Clerk
Municipal Council of Ruiru
P. O. Box 170,
Ruiru
 
So as to reach her on or before June 28th, 2012.
 
Town Clerk
Municipal Council of Ruiru

Monday, 4 June 2012

Ministry of Water and Irrigation Legal Specialist Job in Kenya - Enhancing Climate Resilience and Water Security Project

Republic of Kenya
 
Ministry of Water and Irrigation
 
Enhancing Climate Resilience and Water Security Project
 
Project No. P117635
Expression of Interest
 
Ref: MOWI / EWSCR /09/2011-2012: Legal Specialist
 
The Government of Kenya has received financing from the International Development Association (World Bank) towards a Project Preparation Advance (PPA) for preparation of the Water Security and Climate Resilience Project, and it intends to apply part of the proceeds to payments for consulting services to be procured under this Advance.
 
The PPA will include the following activities delivered by a team of specialists: 
1) Preparation of core technical documents including;
i) a project implementation manual and;
 ii) an environmental, social and resettlement framework, 
2) Provision of technical assistance for: 
i) analyzing the water sector’s legal, institutional and operational framework;
ii) reviewing the water sector knowledge base and analytical tools; 
iii) preparation of economic and financial framework; 
iv) reviewing and enhancing the technical and environmental and social safeguard related documents and;
 
 v) supporting the management and implementation of the project including procurement and financial management functions, 
3) Carrying out preparatory studies for potential sub-projects, 
4) Strengthening the capacity of the project coordination office through provision of goods required for that purpose including office equipment, supplies and vehicles, 
5) Carrying out training and workshops.
 
To coordinate and support the implementation of the PPA, the Government of Kenya wishes to hire a Legal Specialist for a period of one (1) year.
 
A. Objectives and Scope of Work of the Consultancy
 
The objective of this Consultancy is to support the Ministry of Water and Irrigation (MWI) on legal aspects related to the project preparation and implementation. In particular, being responsible, but not limited to the following: 
(a) Legal aspects related to investments being prepared and to the development of the Investment Framework,
(b) Contribute to enhancing and strengthening institutional and legal reforms associated with aligning the water sector with the Constitution of Kenya (2010), as well as any additional legal and/or institutional reforms expected to be adopted or implemented during the project, 
(c) Legal aspects related to the design and establishment of a Project Coordination Unit (PCU),
 
(d) Working alongside a team of specialists, (technical, environmental, social, economic and financial, and institutional), provide input on legal aspects to the development of the Investment Framework and in the scoping level review using the Investment Framework,
 
(e) Prepare training modules on legal aspects related to the PCU, Investment Framework, or other, and 
(f) Contribute to the design of a broader water investment pipeline planning and readiness tool to be developed during project implementation, in particular as concerns legal aspects.
 
B. Deliverables
 
Deliverables will be agreed upon during negotiation and will include but not limited to: Inception Report, Legal aspects on Investment Framework and Scoping Level Technical Analysis, Draft Report, User Guide/Training Modules, Final Report and Input on Investment Planning and Readiness Tool.
 
C. Work station
 
Office space will be provided by the project.
 
D. Qualifications and Experience
 
An advanced degree in Law or equivalent in the area of legislation with at least 10 years in the legal field, particularly as related to water resources and environment, experience working on and knowledge of the legal framework and ongoing reforms in Kenya being a distinct advantage. 
Experience working on legal/institutional aspects in World Bank/IDA financed development projects is strongly desired; and working knowledge of Microsoft Office and other essential software.
 
E. Remuneration
 
Remuneration will be based on international competitive rates and will reflect the selected candidate’s area of expertise and relevant work experience. 
Consultants not currently based in Kenya are also encouraged to apply; arrangements may be made for remote work with regular travel to Kenya.
 
F. Selection Method
 
Selection of an Individual Consultant will be in accordance with World Bank’s Guidelines for Selection and Employment of Consultants by World Bank Borrowers dated January 2011.
 
The selection criteria will be solely based on individual experience and qualifications.
 
The Ministry of Water and Irrigation (the client) now invites eligible consultants to forward their Expressions of Interest (EOI) in providing these services. 
Interested consultants must provide their CVs and information indicating that they are qualified to perform the services (e.g. description of similar assignments, experience in similar conditions, availability of appropriate skills, etc).
 
G. Invitation for EOI
 
Interested consultants may obtain further information at the address below during office hours between 0900 – 1630 hours from Monday – Friday inclusive, except public holidays in Kenya, before the deadline for submission of Expression of Interest.

The completed expression of interest documents in writing in three (3) copies must be delivered to the Tender Box on Ground Floor or send to the address below so as to be received on or before 18th June, 2012 at 1200 hours Kenyan Local time. 
The expression of interest must be in plain sealed envelopes and clearly marked “REF: MOWI / EWSCR /09/2011-2012 – “EOI FOR SPECIALIST” addressed to:
 
The Project Manager,
Enhancing Climate Resilience and Water Security Project,
Ministry of Water & Irrigation, Maji House, Ngong Road,
P.O. Box 49720-00100, Nairobi. 
Tel: +254 02 2716103,
E-mail: ewscr-project@water.go.ke

Thursday, 31 May 2012

Retirement Benefits Authority (RBA) - Organisational Structure Review and Job Evaluation Exercise EoI

Request for Expression of Interest Organisational Structure Review and Job Evaluation Exercise
 
1.0 Background
 
The Retirement Benefits Authority (RBA), established pursuant to the provisions of the Retirement Benefits Act (cap 197) Laws of Kenya, is a customer focused organization that prides itself in its service delivery. 
RBA wishes to invite interested, reputable and competent consultancy firms to express interest in providing the Authority with consultancy service for the Organizational Structure review & a Job Evaluation Exercise.
 
This EOI is intended to assist RBA identify competent firms which shall be invited to present detailed Request for Proposals.
 
2.0 Scope
 
The Job Evaluation exercise will cover all positions in the Authority and the result of which will determine the comparable relative worth of the jobs to facilitate development and implementation of equitable and harmonized remuneration and benefits structure.
 
3.0 The objective of this evaluation assignment
 
The principal objectives of the whole exercise is to evaluate all the jobs in the Authority and determine their relative worth; and produce rationalized, harmonized, defensible and equitable job – grading structures. 
The results of the Job Evaluation and subsequent grading will be used as a basis for grading the structures, developing compensation structures, setting and reviewing of remuneration and benefits for the Authority’s staff.
 
4.0 Basis of Evaluation
 
Bidders for the EOI shall be evaluated on the basis of the following:
 
Mandatory documents:
 
i. All the statutory requirements; Copy of certificate of registration or Certificate of Incorporation, valid certificate of Tax Compliance, VAT, PIN Certificate.
 
ii. Audited Financial Statements for the last (3) three years. Failure to submit any of the above documents will result in a disqualification.

Any bidder specifically exempted from any of the items listed above may provide proof of the same.
 
The EOI must consist of a cover letter and statement for qualifications which should include the following information:
 
i. Detailed Company Profile
 
ii. The experience of the Consultant which must not be less than ten years (10) in consultancy services for Organization Structure and Job Evaluation Exercise (evidence must be attached).
 
iii. Provide a statement of capabilities and reference letters of at least five (5) reputable institutions where similar work has been done (attach evidence), public financial institutions will be an added advantage.
 
iv. Details of technical qualification of key staff to be involved in the provision of consultancy services for the Organizational Structure & Job Evaluation Exercise. Additional advantage if the key staffs are members in good standing with relevant professional bodies. Include current CV’s.
 
5.0 Duration
 
The exercise is expected to take TWO months.
 
6.0 Short Listing
 
The relevant evaluation committee will evaluate and prepare a shortlist of firms to whom Request for Proposals shall be sent in compliance with the Public Procurement and Disposal Act. 
The Authority will communicate to ALL bidders after the evaluation exercise.
 
Expression of Interest documents should be delivered in a plain sealed envelope clearly marked EOI NUMBER: RBA/EOIJOB/09/2012, EOI NAME: EOI, ORGANIZATION STRUCTURE & JOB EVALUATION EXERCISE on or before 18th May, 2012 at 12.00 pm. 
The bids will be opened soon after and interested bidders are welcome to witness the opening. 
The proposals should be dropped in the Tender Box located on 14th Floor, Rahimtullah Tower, Upper Hill Road, Nairobi and addressed to:-
 
The Chief Executive Officer,
Retirement Benefits Authority,
Rahimtullah Towers, Upper Hill Road,
P.O. Box 57733-00200 Nairobi. 
Tel: 2809000, Fax 2710330.
 
Retirement Benefits Authority (RBA) is ISO 9001:2008 Certified

Facebook

FOLLOW US ON FACEBOOK

Like us on Facebook