Auto-extracted from the official tender document
Minimum financial criteria bidders must meet
2.1.2 The consultants are invited to submit a technical proposal and a financial proposal for consulting services required for the assignment stated in the letter of invitation (Section I) 2.1.3 In the assignment where the procuring entity intends to apply standard conditions of engagement and scales of fees for professional services, which scale of fees, will have been approved by a relevant authority, a technical proposal only may be invited and submitted by the consultants. In such a case the highest ranked individual consultant in the technical proposals shall be invited to negotiate a contract on the basis of the set scale of fees. The technical proposals will be the basis for contract negotiations and ultimately for a signed contract with the selected individual consultant. 2.1.4 The consultants must familiarize themselves with local conditions as regards the assignment and take them into account in preparing their proposals. To obtain adequate information on the assignment and on the local conditions, consultants are encouraged to liase with the procuring entity regarding any information that they may require before submitting a proposal. 2.1.5 The client will provide the inputs and services specified in the special conditions of contract needed to assist the individual consultant to carry out the assignment. 2.1.6 The cost of preparing the proposal and negotiating the contract including any visit to the procuring entity are not reimbursable as a direct cost of the assignment. The procuring entity is not bound to accept any of the proposals submitted. 2.1.7 The procuring entity’s employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender. 2.2 Clarification and amendment to the RFP documents 2.2.1 Individual consultant may request clarification of any of the RFP documents not later than Seven (7) days before the deadline for the submission of the proposals. Any request for clarification must be sent in writing by post, fax or email to the procuring entity’s address indicated in the special conditions of contract. The procuring entity will respond by post, fax or email to such requests and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all individual consultants invited to submit proposals. 2.2.2 At any time before the deadline for submission of the proposals, the procuring entity may for any reason; either at its own initiative or in response to a clarification requested by an intended individual consultant amend the RFP. Any amendment shall be issued in writing, fax or email to all invited individual consultants and will be binding on them. The procuring entity may at its discretion extend the deadline for the submission of the proposals. 2.2.3 Clarification of tenders shall be requested by the tenderer to be received by the procuring entity not later than 7 days prior to the deadline for submission of tenders. 2.2.4 The procuring entity shall reply to and clarifications sought by the tenderer within 3 days of receiving the request to enable the tenderer to make timely submission of its tender. 2.3 Preparation of proposals 2.3.1 The individual consultant’s proposal shall be written in English language. 2.3.2 In preparing the Technical proposal, the individual consultants are expected to examine the documents consisting the RFP in detail. Material deficiencies in providing the information requested may result in rejection of a proposal. 2.3.3 While preparing the Technical proposal, the individual consultant must give particulars attention to the following: a) If an individual consultant considers that he/she does not have all the expertise required for the assignment he/she may suggest in the proposals other individual(s) who will assist in the assignment but they will not be party to the contract for the purpose of the performance of the assignment. An individual consultant will not propose other individual consultants invited to submit proposals for the assignment. Any individual consultant in contravention of this requirement shall automatically be disqualified. b) For all the staff who will be involved in the exercise of the proposals to consultant must indicate their responsibility in the assignment and also the staff time as necessary. c) The curriculum vitae (CV) of the staff proposed must be submitted with the proposal. 2.3.4 The Technical proposal shall provide the following information; a) The individual consultant’s CV and a brief of any recent experience of assignment of a similar nature. For each assignment the brief should indicate the profiles of staff involved, contract amount and the individual consultant’s involvement. b) Any comments or suggestions on the Terms of Reference and a list of service and facilities requested to be provided by the procuring entity. c) A description of the methodology and work plan for performing the proposed assignment. d) Any additional information requested in the special conditions of contract.
SECTION I: INVITATION TO TENDER Tender Negotiation No: 2170880-2025/2026 TENDER NAME: CONSULTANCY SERVICES FOR THE COMPLETION OF THE PREPARATION OF LOCAL PHYSICAL AND LAND USE DEVELOPMENT PLANS (10-YEAR PLANS) FOR NJABINI, MICHORE, KIRIOGO AND LESHAU MUTANGA TOWNS. 1.1 The County government of Nyandarua invites sealed tenders from eligible consultants qualified in physical planning and registered by the Physical Planning Regulatory Board (PPRB) for Consultancy Services For The Completion Of The Preparation Of Local Physical And Land Use Development Plans (10-Year Plans) For Njabini, Michore, Kiriogo And Leshau Mutanga Towns. 1.2 Tendering will be conducted through the National Competitive (NCB) Bidding procedures specified in the Public Procurement and Asset Disposal Act, 2015 and the Public Procurement and Disposal Regulations, 2020 and is open to all National Tenderers as defined in the Regulations. 2 Interested eligible candidates may obtain further information from and inspect the tender documents at the Supply Chain Management Office in the department of Land, Physical Planning, Housing and Urban Development during normal office working hours or the RFP document may be viewed and downloaded for free from the website www.nyandarua.go.ke or at Public Procurement Portal (PPIP). Tenderers who download the tender document must forward their particulars immediately to (scm@nyandarua.go.ke) to facilitate any further clarification or addendum. 2.1 Bidders are advised to regularly visit the County Government of Nyandarua website to obtain any additional information/addendum on the tender. All addenda/additional information on the tender shall be posted on the County website as they become available. 2.2 Prices quoted should be net inclusive of all taxes and delivery costs, must be in Kenya Shillings and shall remain valid for (120) days from the closing date of the tender. 2.3 Tenderer MUST also include (0.03%) Public Procurement Capacity Building Levy of the Tender sum as per order 2023. 2.4 Completed tender documents are to be enclosed in plain sealed envelopes, marked with the tender number and name and addressed as follows. TENDER NEGOTIATION NO.: 2170880-2025/2026 TENDER NAME: CONSULTANCY SERVICES FOR THE COMPLETION OF THE PREPARATION OF LOCAL PHYSICAL AND LAND USE DEVELOPMENT PLANS (10-YEAR PLANS) FOR NJABINI, MICHORE, KIRIOGO AND LESHAU MUTANGA TOWNS. DEPARTMENT: LANDS, PHYSICAL PLANNING, HOUSING & URBAN DEVELOPMENT LOCATION: ARDHI HOUSE BUILDING, OLKALOU TOWN. P.O. BOX 701- 20303, OLKALOU Bid document to be deposited in the Tender Box located at County Government of Nyandarua, Ardhi House Building, Olkalou Town. Bulky tenders to be delivered to the Supply Chain Management Office, Ardhi House Building, Olkalou Town on or before 5TH MAY, 2026 at 11:00AM. Tenders will be opened immediately thereafter in the presence of bidders/representatives who choose to attend the opening process at 1100Hrs in the County Government of Nyandarua, Ardhi House Building, Olkalou Town or where directed by the Supply Chain Management Officer. 2.5 Canvassing or lobbying for the tender shall lead to automatic disqualification.
[{"role": "Must have a Bachelors degree in Urban and Regional Planning/Physical Planning and a masters", "qualification": "Bachelors degree in Urban and Regional Planning/Physical Planning and a masters"}, {"role": "Must have worked as a physical planner for a minimum of ten (8). five (5) years of which as a", "experience_years": 5}, {"role": "Academic", "qualification": "Bachelor\u2019s Degree in Physical Planning \u2026\u2026\u2026\u2026\u2026\u2026\u2026"}, {"role": "Work Experience least Two (2) assignments for the last Five (5) Years, should", "experience_years": 5}, {"role": "Evidence of Financial Audited Accounts by a Certified Public Accountant for the last 20 MKS", "registration_body": "ICPAK"}][]