BirgenAI
Back to Tenders
GovernmentWorksFramework AgreementsDocument parsed

Proposed Manufacture, Assembly, Delivery, Installation & Maintenance of Waste Water Treatment Plants for the Affordable Housing Program under Framework Agreement

Tender Number
SDHUD/784/ SPPM /006/2025-26
Submission Deadline
30 Apr 2026
8 days left
Procuring Entity
State Department of Housing, Urban Development and Public Works
Bid Bond Amount
Ksh 10,000,000

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
30th April, 2026 at 9.00am
Bid Bond Form
Bank/Insurance Guarantee
Bid Bond Validity
Not specified
Bid Validity Period
287 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
One soft copy in PDF format which is a replica of the Original bid document. ITT 23.1 Any Tender rec
Pre-Bid Meeting
14th April, 2026
Pre-Bid Link
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
Not specified
Cash Flow Requirement
Not specified
Audited Financials
3 years (2022, 2023, 2024)
View raw qualification text
financial, and operational capacity to deliver nationally.
3. Tender documents may be viewed and downloaded for free from the website
www.housingandurban.go.ke. Tenderers who download the tender document must forward their
particulars immediately to procurement@housingandurban.go.ke to facilitate any further
clarification or addendum.
4. All Tenders must be accompanied by a Tender Security as specified in the Tender Data Sheet
Clause ITT 22.1. The Framework Agreements shall be for a duration of ten (10) years, subject to
performance and budgetary appropriation. Call-off orders shall be issued for supply, installation, and
ten (10)-year post-Defects Liability Period maintenance in accordance with the Framework
Agreement allocation mechanism.
5. Completed tenders must be delivered to the address below on or before 30th April, 2026 at 9.00am
(East African Time). Electronic Tenders shall not be permitted.
6. Tenders will be opened immediately after the deadline date and time specified above or any later
deadline date and time specified. Tenders will be publicly opened in the presence of the Tenderers’
designated representatives and anyone who chooses to attend at the address below.
7. The tender currency shall be Kenya Shillings and shall be inclusive of all applicable taxes.
8. Tenders shall remain valid for 287 days from the date of opening of tenders.
9. The Tenderer shall chronologically serialize all pages of the tender documents submitted in the
numerical format i.e., 1, 2, 3, 4… including the cover page. The Tender Document must be tape
bound and not spiral bound. Spiral bound documents shall be automatically disqualified. In addition,
bidders MUST submit a soft copy in PDF format during bid opening which is a replica of the original
4
bid document. This instruction is issued pursuant to Section 74(1)(j) of the Public Procurement and
Asset Disposal Act, 2015.
10. Tender language shall be English ONLY.
11. Late tenders shall be rejected in accordance with ITT 26.1.
12. The addresses referred to above are:
12.1. Address for obtaining further information
State Department for Housing and Urban Development
, 6th Floor, Ardhi House, 1st Ngong Avenue
P.O. Box 30119-00100
NAIROBI.
12.2. Address for Submission of Tenders
State Department for Housing and Urban Development
Tender Box, 6th Floor, Ardhi House, 1st Ngong Avenue
P.O. Box 30119-00100
NAIROBI.
12.3. Address for Opening of Tenders
State Department for Housing and Urban Development
Boardroom, 6th Floor, Ardhi House, 1st Ngong Avenue
P.O. Box 30119-00100
NAIROBI.
Head, Supply Chain Management Services
For: PRINCIPAL SECRETARY
5
PART 1 – TENDERING PROCEDURES
6
SECTION I – INSTRUCTION TO TENDERERS
A. General
1. Scope of Tender
1.1. In connection with the Invitation to Tender (ITT) specified in the Tender Data Sheet (TDS), the
Procuring Entity issues this Tendering document for the Manufacture, Assembly, Delivery,
Installation, Testing, Commissioning and Maintenance of Waste Water Treatment Plants as
specified in Part 2 – Procuring Entity’s Requirements. This procurement is undertaken under a
multi-supplier Framework Agreement for recurring call-offs to multiple Affordable Housing
Programme sites nationwide, in accordance with the allocation mechanism set out in the
Framework Agreement.
2. Definitions
2.1. Throughout this Tender document:
a) The term “in writing” means communicated in written form (e.g.by mail, e-mail, fax, including
if specified in the TDS, distributed or received through the electronic-procurement system
used by the Procuring Entity) with proof of receipt;
b) if the context so requires, “singular” means “plural” and vice versa; and
c) “Day” means calendar day, unless otherwise specified as “Business Day.” A Business Day is
any day that is an official working day in Kenya. It excludes the Kenya's official public
holidays.
3. Fraud and Corruption
3.1. 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.
3.2. 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.
3.3. 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 Data Sheet and make available to all the firms together with

Key Requirements

4. All Tenders must be accompanied by a Tender Security as specified in the Tender Data Sheet
Clause ITT 22.1. The Framework Agreements shall be for a duration of ten (10) years, subject to
performance and budgetary appropriation. Call-off orders shall be issued for supply, installation, and
ten (10)-year post-Defects Liability Period maintenance in accordance with the Framework
Agreement allocation mechanism.
5. Completed tenders must be delivered to the address below on or before 30th April, 2026 at 9.00am
(East African Time). Electronic Tenders shall not be permitted.
6. Tenders will be opened immediately after the deadline date and time specified above or any later
deadline date and time specified. Tenders will be publicly opened in the presence of the Tenderers’
designated representatives and anyone who chooses to attend at the address below.
7. The tender currency shall be Kenya Shillings and shall be inclusive of all applicable taxes.
8. Tenders shall remain valid for 287 days from the date of opening of tenders.
9. The Tenderer shall chronologically serialize all pages of the tender documents submitted in the
numerical format i.e., 1, 2, 3, 4… including the cover page. The Tender Document must be tape
bound and not spiral bound. Spiral bound documents shall be automatically disqualified. In addition,
bidders MUST submit a soft copy in PDF format during bid opening which is a replica of the original
4
bid document. This instruction is issued pursuant to Section 74(1)(j) of the Public Procurement and
Asset Disposal Act, 2015.
10. Tender language shall be English ONLY.
11. Late tenders shall be rejected in accordance with ITT 26.1.
12. The addresses referred to above are:
12.1. Address for obtaining further information
State Department for Housing and Urban Development
, 6th Floor, Ardhi House, 1st Ngong Avenue
P.O. Box 30119-00100
NAIROBI.
12.2. Address for Submission of Tenders
State Department for Housing and Urban Development
Tender Box, 6th Floor, Ardhi House, 1st Ngong Avenue
P.O. Box 30119-00100
NAIROBI.
12.3. Address for Opening of Tenders
State Department for Housing and Urban Development
Boardroom, 6th Floor, Ardhi House, 1st Ngong Avenue
P.O. Box 30119-00100
NAIROBI.
Head, Supply Chain Management Services
For: PRINCIPAL SECRETARY
5
PART 1 – TENDERING PROCEDURES
6
SECTION I – INSTRUCTION TO TENDERERS
A. General
1. Scope of Tender
1.1. In connection with the Invitation to Tender (ITT) specified in the Tender Data Sheet (TDS), the
Procuring Entity issues this Tendering document for the Manufacture, Assembly, Delivery,
Installation, Testing, Commissioning and Maintenance of Waste Water Treatment Plants as
specified in Part 2 – Procuring Entity’s Requirements. This procurement is undertaken under a
multi-supplier Framework Agreement for recurring call-offs to multiple Affordable Housing
Programme sites nationwide, in accordance with the allocation mechanism set out in the
Framework Agreement.
2. Definitions
2.1. Throughout this Tender document:
a) The term “in writing” means communicated in written form (e.g.by mail, e-mail, fax, including
if specified in the TDS, distributed or received through the electronic-procurement system
used by the Procuring Entity) with proof of receipt;
b) if the context so requires, “singular” means “plural” and vice versa; and
c) “Day” means calendar day, unless otherwise specified as “Business Day.” A Business Day is
any day that is an official working day in Kenya. It excludes the Kenya's official public
holidays.
3. Fraud and Corruption
3.1. 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.
3.2. 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.
3.3. 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 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.
3.4. Tenderers shall permit and shall cause their agents (where declared or not), sub -contractors,
sub consultants, service providers, suppliers, and their personnel, to permit the Procuring Entity
Key Personnel
[]
Key Equipment
[]