BirgenAI
Back to Tenders
GovernmentOtherDocument parsed

TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION

Tender Number
KGN-OLK-067-2026
Submission Deadline
23 Apr 2026
Closes tomorrow
Procuring Entity
KenGen
Bid Bond Amount
Ksh 10

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
23rd April 2026 at 10.00
Bid Bond Form
Bank/Insurance Guarantee
Bid Bond Validity
Not specified
Bid Validity Period
30 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
N/A ITT 22.3 The written confirmation of authoriza
Pre-Bid Meeting
7th April 2026
Pre-Bid Link
Not specified
Clarification Deadline
Not specified
Mandatory Site Visit
Yes

Financial Qualifications

Minimum financial criteria bidders must meet

Min Annual Turnover
KES 50,000,000.00
Min Liquid Assets
Not specified
Min Single Contract Value
Not specified
Min Combined Contract Value
KES 25,000,000.00
Cash Flow Requirement
Not specified
Audited Financials
3 years
View raw qualification text
➢ Guarantee issued by a financial institution approved and licensed by the Central Bank of Kenya.
➢ A guarantee by an insurance company registered and licensed by the Insurance Regulatory
Authority listed by the Public Procurement Regulatory Authority.
All tender securities submitted shall be subject to authentication by KenGen and MUST be submitted in
a plain sealed envelope and clearly marked “KGN-OLK-067-2026- TENDER FOR UPGRADE OF
FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION.’’ And addressed to:
General Manager, Supply Chain,
Kenya Electricity Generating Company PLC,
9th Floor, KenGen Pension Plaza II,
Kolobot Road, Parklands,
P.O. Box 47936, 00100
NAIROBI.
Note; The hard copy of the Original Tender Security/ E- Tender securities clearly labeled with tender
name and tender description should be dropped at the tender box located on Ground Floor at KenGen,
TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION.
KenGen, RBS building on or before the tender closing date and Time.
Electronic tender securities are acceptable and shall be authenticated using the QR scanner.
E- Tender securities are acceptable subject to:
i.Attachment of a scanned copy to the bid document.
ii.Submission of the e-security to the address indicated below:
➢ Such E-Security can be verified by use of a Quick Response (QR) code
➢ Such E-Security can be verified via the issuing institution’s online portal
All tender securities submitted shall be subject to authentication by KenGen.
The Tenderer shall chronologically serialize all pages of the tender documents submitted.
Completed tenders must be submitted online on or before 23rd April 2026 at 10.00 a.m.
Electronic Tenders will be permitted through our e-procurement platform found at www.kengen.co.ke
(https://eprocurement.kengen.co.ke:50001/irj/portal on or before; 23rd April 2026 at 10.00 a.m.
Internet Explorer and Firefox Mozilla are the preferred web browsers.
Tenders will be opened immediately after the deadline date and time specified above or any dead line date
and time specified later. Tenders will be publicly opened in the presence of the Tenderers' designated
representatives who choose to attend at the address below.
Late tenders will be rejected.
1. The addresses referred to above are:
a. Address for obtaining further information and for purchasing tender documents
Physical address for hand Courier Delivery to an office or Tender Box (City, Street Name, Building,
Floor Number and Room)
Kenya Electricity Generating Company PLC
Stima Plaza Phase III, Kolobot Road, Parklands
P.O. BOX 47936-00100
tenders@kengen.co.ke ;
b. Address for Opening of Tenders.
General Manager, Supply Chain
Kenya Electricity Generating Company PLC
Stima Plaza Phase III, Kolobot Road, Parklands
P.O. BOX 47936-00100
6th Floor
NOTE: Public Procurement Capacity Building Levy Order, 2023.
Notice is also brought to the attention of all bidders of the Public Procurement Capacity Building Levy
Order, 2023 vide Legal Notice No.206 whose commencement date is 1st September 2024 that requires
procuring entities to deduct and remit, to the Public Procurement Regulatory Authority, a sum
equivalent to 0.03% of the value of the resultant signed contract, exclusive of applicable taxes.
KenGen adheres to high standards of integrity in its business operations.
Report any unethical behavior immediately to any of the provided anonymous hotline service.
1) Call Toll Free: 0800722626; 2) Free-Fax: 00800 007788;
3) Email: kengen@tip-offs.com 4) Website: www.tip-offs.com
GENERAL MANAGER, SUPPLY CHAI
TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION.
PART 1 - TENDERING PROCEDURES
TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION.
SECTION I: INSTRUCTIONS TO TENDERERS
A General Provisions
1. Scope of Tender
1.1 The Procuring Entity as defined in the Tender Data Sheet (TDS) 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, Tenderers shall be
required to complete and sign the “Certificate of Independent Tender Determination” annexed to the
Form of Tender.
2.3 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

About This Tender

TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION

Key Requirements

SECTION I: INSTRUCTIONS TO TENDERERS
A General Provisions
1. Scope of Tender
1.1 The Procuring Entity as defined in the Tender Data Sheet (TDS) 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, Tenderers shall be
required to complete and sign the “Certificate of Independent Tender Determination” annexed to the
Form of Tender.
2.3 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 TDS 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.
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 being tendered for. The Procuring
Entity shall indicate in the TDS firms (if any) that provided consulting services for the contract being
tendered for. The Procuring Entity shall check whether the owners or controllers of the Tenderer are
same as those that provided consulting services. The Procuring Entity shall, upon request, make
available to any tenderer information that would give such firm 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
3.7 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. Public employees and
their close relatives (spouses, children, brothers, sisters and uncles and aunts) are not eligible to
participate in the tender. In the case of a joint venture, all members shall be jointly and severally liable
for the execution of the entire Contract of this tender in accordance with the Contract terms. The JV
shall nominate a Representative who shall have the authority to conduct all business for and on behalf
of any and all the members of the JV during the tendering process and, in the event the JV is awarded
the Contract, during contract execution. The maximum number of JV members shall be specified in the
TDS.
3.2 Public Officers of the Procuring Entity, their Spouses, Child, Parent, Brothers or Sister; Child, Parent,
Brother or Sister of a Spouse, their business associates or agents and firms/organizations in which they
have a substantial or controlling interest shall not be eligible to tender or be awarded a contract. Public
Officers are also not allowed to participate in any procurement proceedings.
3.3 A Tenderer shall not have a conflict of interest. Any tenderer found to have a conflict of interest shall
be disqualified. A tenderer may be considered to have a conflict of interest for the purpose of this
5
TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION.
tendering process, if the tenderer:
a) Directly or indirectly controls, is controlled by or is under common control with another tenderer;
or
b) Receives or has received any direct or indirect subsidy from another tenderer; or
c) Has the same legal representative as another tenderer; or
d) Has a relationship with another tenderer, directly or through common third parties, that puts it
in a position to influence the tender of another tenderer, or influence the decisions of the
Procuring Entity regarding this tendering process; or
e) Any of its affiliates participated as a consultant in the preparation of the design or technical
specifications of the works that are the subject of the tender; or
f) any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity as Engineer
for the Contract implementation; or
g) Would be providing goods, works, or non-consulting services resulting from or directly related
to consulting services for the preparation or implementation of the contract specified in this
Key Personnel
[{"role": "TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION.", "registration_body": "NCA"}]
Key Equipment
[{"equipment_type": "TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION."}, {"equipment_type": "2 3 4 5"}, {"equipment_type": "Nationality Nationality in accordance with ITT 3.6 Forms ELI \u2013 1.1 and 1.2,"}, {"equipment_type": "Conflict of Interest No conflicts of interest in accordance with ITT 3.3 Form of Tender"}, {"equipment_type": "State- owned Enterprise Meets conditions of ITT 3.7 Forms ELI \u2013 1.1 and 1.2,", "ownership_requirement": "Owned"}, {"equipment_type": "Goods, equipment and To have their origin in any country that is not Forms ELI \u2013 1.1 and 1.2,"}, {"equipment_type": "History of Non- Non-performance of a contract did not occur as a Form CON-2"}, {"equipment_type": "Suspension Based on Not under suspension based on-execution of a Form of Tender"}, {"equipment_type": "TENDER FOR UPGRADE OF FIREFIGHTING SYSTEM FOR OLKARIA IV POWER STATION."}, {"equipment_type": "2 3 4 5"}, {"equipment_type": "Average Annual Minimum average annual construction turnover of Form FIN \u2013 3.2"}, {"equipment_type": "General Construction Experience under construction contracts in the role of 4. Form EXP \u2013 4.1"}, {"equipment_type": "Specific Construction & A minimum number of two similar contracts specified Form EXP 4.2(a)"}]