BirgenAI
Back to Tenders
GovernmentWorksOpen TenderDocument parsed

REHABILITATION OF WATER TREATMENT PLANT AT ELDORET INTERNATIONAL AIRPORT

Tender Number
KAA/OT/EIA/0077/2025-2026
Submission Deadline
28 Apr 2026
6 days left
Procuring Entity
Kenya Airport Authority
Bid Bond Amount
Ksh 200,000

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
Not specified
Number of Bid Copies
Not specified
Pre-Bid Meeting
16th 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
KES 300,000,000.00
Min Liquid Assets
Not specified
Min Single Contract Value
Not specified
Min Combined Contract Value
Not specified
Cash Flow Requirement
KES 30
Audited Financials
Not specified
View raw qualification text
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 
Kenyatta International Airport, Airport North Road, 2nd Floor, Procurement & Logistics 
Department  

 
7 
 
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. 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 

 
8 
 
 
 
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

Key Requirements

condition is met shall be provided for this purpose in “SECTION III-EVALUATION AND QUALIFICATION CRITERIA, 
Item 9”. 
 
3.11 Pursuant to the eligibility requirements of ITT4.10, a tender is considered a foreign tenderer, if the tenderer is 
not registered in Kenya or if the tenderer is registered in Kenya and has less than 51 percent ownership by 
Kenyan citizens. JVs are considered as foreign tenderers if the individual member firms are not registered in 
Kenya or if are registered in Kenya and have less than 51 percent ownership by Kenyan citizens. The JV shall 
not subcontract to foreign firms more than 10 percent of the contract price, excluding provisional sums. 
3.12 The National Construction Authority Act of Kenya requires that all local and foreign contractors be registered 
with the National Construction Authority and be issued with a Registration Certificate before they can 
undertake any construction works in Kenya. Registration shall not be a condition for tender, but it shall be a 
condition of contract award and signature. A selected tenderer shall be given opportunity to register before 
such award and signature of contract. Application for registration with National Construction Authority may 
be accessed from the website www.nca.go.ke. 
3.13 The Competition Act of Kenya requires that firms wishing to tender as Joint Venture undertakings which may 
prevent, distort or lessen competition in provision of services are prohibited unless they are exempt in 
accordance with the provisions of Section 25 of the Competition Act, 2010. JVs will be required to seek for 
exemption from the Competition Authority. Exemption shall not be a condition for tender, but it shall be a 
condition of contract award and signature. A JV tenderer shall be given opportunity to seek such exemption 
as a condition of award and signature of contract. Application for exemption from the Competition Authority 
of Kenya may be accessed from the website www.cak.go.ke. 
4.14 A Kenyan tenderer shall be eligible to tender if it provides evidence of having fulfilled his/her tax obligations 
by producing a valid tax compliance or valid tax certificate issued by the Kenya Revenue Authority. 
4. 
Eligible Goods, Equipment, and Services 
4.1 
Goods, equipment and services to be supplied under the Contract may have their origin in any country that is 
not ineligible under ITT3.9. At the Procuring Entity's request, Tenderers may be required to provide evidence 
of the origin of Goods, equipment and services. 
4.2 
Any goods, works and production processes with characteristics that have been declared by the relevant 
national environmental protection agency or by other competent authority as harmful to human beings and 
to the environment shall not be eligible for procurement. 
5. 
Tenderer's Responsibilities 
5.1 
The tenderer shall bear all costs associated with the preparation and submission of his/her tender, and the 
Procuring Entity will in no case be responsible or liable for those costs. 
5.2 
The tenderer, at the tenderer's own responsibility and risk, is encouraged to visit and examine and inspect the 
Site of the Works and its surroundings and obtain all information that may be necessary for preparing the 
tender and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the 
tenderer's own expense. 
5.3 
The Tenderer and any of its personnel or agents will be granted permission by the Procuring Entity to enter up 
on its premises and lands for the purpose of such visit. The Tenderer shall indemnify the Procuring Entity 
against all liability arising from death or personal injury, loss of or damage to property, and any other losses 
and expenses incurred as a result of the examination and inspection. 
5.4 
The tenderer shall provide in the Form of Tender and Qualification Information, a preliminary description of 
the proposed work method and schedule, including charts, as necessary or required. 

 
11 
 
B. 
CONTENTS OF TENDER DOCUMENTS 
6. 
Sections of Tender Document 
6.1 
The tender document consists of Parts 1, 2, and 3, which includes all the sections specified below, and which 
should be read in conjunction with any Addenda issued in accordance with ITT10.
Key Personnel
[]
Key Equipment
[]