BirgenAI
Back to Tenders
GovernmentWorksOpen TenderDocument parsed

REHABILITATION AND ENHANCEMENT OF WASTE MANAGEMENT SYSTEM AT KISUMU INTERNATIONAL AIRPORT

Tender Number
KAA/OT/KIA/0079/ 2025-2026
Submission Deadline
28 Apr 2026
6 days left
Procuring Entity
Kenya Airport Authority
Bid Bond Amount
Ksh 400,000

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
28th April, 2026 at 11.00 am
Bid Bond Form
Not specified
Bid Bond Validity
216 days
Bid Validity Period
186 days
Submission Method
Electronic
Number of Bid Copies
Not specified
Pre-Bid Meeting
17th April, 2026
Pre-Bid Link
Not specified
Clarification Deadline
Not specified
Mandatory Site Visit
No

Financial Qualifications

Minimum financial criteria bidders must meet

Min Annual Turnover
Not specified
Min Liquid Assets
Not specified
Min Single Contract Value
Not specified
Min Combined Contract Value
KES 100,000
Cash Flow Requirement
KES 200,000,000.00
Audited Financials
Not specified
View raw qualification text
and attach the documents. and Financial Proposal on Price Submission Screen). A step-by-step
manual/guide is available for downloading using the link
https://www.kaa.go.ke/corporate/procurement/manuals/. Bidders should note that documents
submitted for purposes of registration for login credentials do not form part of the tender document.
9. All Prices quoted should be inclusive of all costs and taxes; and must be in Kenya shillings and shall
remain valid for 186 days from the closing date of Tender.
10. Tenders will be opened online immediately on 28th April, 2026 at 11.00 am at the Conference Room, 1st
Floor, Kenya Airports Authority Headquarters complex building. There shall be no physical attendance of
the tender opening. However, a virtual link shall be provided to those tenderers who shall submit their
tenders online and would wish to participate in the tender opening. Tenderers shall therefore be required to
submit their email address to tenders@kaa.go.ke to enable them access this link during tender opening.
11. Bidders shall not have access to the eProcurement system after the official closing time.
12. The addresses referred to above are:
a. Address for obtaining further information and for purchasing tender documents
i. Name of Procuring Entity – KENYA AIRPORTS AUTHORITY
ii. Physical address - Kenya Airports Authority Headquarters complex building, Jomo
6
Kenyatta International Airport, Airport North Road, 2nd Floor, Procurement &
Logistics Department
iii. Postal Address – P.O Box 19001 – 00501 Nairobi
iv. Officer to be contacted. – General Manager, Procurement and Logistics, Email:
tenders@kaa.go.ke
.
b. Address for Submission of Tenders.
(1) Name of Procuring Entity: Kenya Airports Authority
(2) Postal Address (include designation to be attentional):
General Manager (Procurement & Logistics), P.O. Box 19001-00501 Nairobi
(3) Tenders shall be submitted through the eProcurement portal.
c. Address for Opening of Tenders.
(1) Name of Procuring Entity: Kenya Airports Authority
(2) Kenya Airports Authority Headquarters complex building, Jomo Kenyatta International Airport, Airport
North Road, 1st Floor, Procurement & Logistics Department
Bidders should note that all our tenders shall be opened virtually through a link to be provided.
7
PART 1 - TENDERING PROCEDURES
SECTIONI-INSTRUCTIONS TO TENDERERS
A GENERALPROVISIONS
1. Scope of Tender
The Procuring Entity as defined in the Appendix to Conditions of Contract invites tenders for Works
Contract as described in the tender documents. The name, identification, and number of lots (contracts)
of this Tender Document are specified in the TDS.
2. Fraud and Corruption
2.1 The Procuring Entity requires compliance with the provisions of the Public Procurement and Asset
Disposal Act, 2015, Section 62 “Declaration not to engage in corruption”. The tender submitted by a
person shall include a declaration that the person shall not engage in any corrupt or fraudulent practice
and a declaration that the person or his or her sub-contractors are not debarred from participating in
public procurement proceedings.
2.2 The Procuring Entity requires compliance with the provisions of the Competition Act 2010, regarding
collusive practices in contracting. Any tenderer found to have engaged in collusive conduct shall be
disqualified and criminal and/or civil sanctions may be imposed. To this effect, Tenders shall be required
to complete and sign the “Certificate of Independent Tender Determination” annexed to the Form of
Tender.
2.3 Tenderers shall permit and shall cause their agents (where declared or not), subcontractors, sub-
consultants, service providers, suppliers, and their personnel, to permit the Procuring Entity to inspect
all accounts, records and other documents relating to any initial selection process, pre-qualification
process, tender submission, proposal submission, and contract performance (in the case of award), and
to have them audited by auditors appointed by the Procuring Entity.
2.4 Unfair Competitive Advantage -Fairness and transparency in the tender process require that the firms or
their Affiliates competing for a specific assignment do not derive a competitive advantage from having
provided consulting services related to this tender. To that end, the Procuring Entity shall indicate in the
Data Sheet and make available to all the firms together with this tender document all information that
would in that respect give such firm any unfair competitive advantage over competing firms.
3. Eligible Tenderers
3.1 A Tenderer may be a firm that is a private entity, a state-owned enterprise or institution subject to ITT
3.8, or an individual or any combination of such entities in the form of a joint venture (JV) under an
existing agreement or with the intent to enter into such an agreement supported by a letter of intent. In
the case of a joint venture, all members shall be jointly and severally liable for the execution of the entire
Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have

Key Requirements

determine if this condition is met shall be provided for this purpose in “SECTION III-EVALUATION AND
Key Personnel
[{"role": "national environmental protection agency or by other competent authority as harmful to human beings", "registration_body": "ISK"}]
Key Equipment
[{"equipment_type": "4. FORM PER-1"}]