BirgenAI
Back to Tenders
GovernmentGoodsOpen TenderDocument parsed

SUPPLY AND DELIVERY OF JUDICIARY MOBILE COURT TRUCK

Tender Number
JUD/OT/044/2025-2026
Submission Deadline
27 Apr 2026
4 days left
Procuring Entity
The Judiciary
Bid Bond Amount
Ksh 500,000

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
20th April, 2026 at 1000hrs
Bid Bond Form
Not specified
Bid Bond Validity
Not specified
Bid Validity Period
120 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
Original and
Pre-Bid Meeting
10th April 2026 at 10.00 AM
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
Not specified
View raw qualification text
and in the form of a guarantee issued by Financial Institutions approved and licensed by the Central
Bank of Kenya (CBK) or by Insurance Companies registered and licensed by the Insurance
Regulatory Authority (IRA) addressed and payable to the Chief Registrar of the Judiciary and valid
for one hundred and fifty days (150) days from the tender closing date. The tenderer shall
chronologically serialize all pages of the tender documents submitted. Late submission of the tender
shall be rejected.
Bidders are encouraged to attend pre-bid conference to be held virtually on 10th April, 2026 at 10.00
am and tenderers are encouraged to attend through the link: https://tinyurl.com/yfm5jxsk.
Completed tender document to be enclosed in plain sealed envelopes, clearly marked with the tender
number and name and deposited in the Tender Box provided at the Main gate, Supreme Court
entrance, City Hall Way, Nairobi and addressed to:
Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the
tender number and name and deposited in the Tender Box provided at the Main gate, Supreme Court
entrance, City Hall Way, Nairobi and addressed to:
THE CHIEF REGISTRAR OF THE JUDICIARY
ATT: DIRECTORATE OF SUPPLY CHAIN MANAGEMENT SERVICES
P.O BOX 30041-00100, NAIROBI, KENYA
All submissions must be received on or before 20th April, 2026 at 1000hrs. Tenders will be opened
immediately thereafter in the presence of the designated tenderers' representatives who choose to attend
at Supreme Court Building 2nd Floor Boardroom No. 74 or as otherwise advised. Late tenders shall be
rejected.
HON. WINFRIDAH B. MOKAYA, CBS
CHIEF REGISTRAR OF THE JUDICIARY
5
PART 1 - TENDERING PROCEDURES
6
SECTION I: INSTRUCTIONS TO TENDERERS
A General Provisions
1. Scope of Tender
1.1 The Procuring Entity as defined in the TDS invites tenders for supply of goods
and, if applicable, any Related Services incidental thereto, as specified in Section V,
Supply Requirements. The name, identification, and number of lots (contracts) of
this Tender Document are specified in the TDS.
1.2 Throughout this tendering 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;
c) “Day” means calendar day, unless otherwise specified as “Business Day”. A
Business Day is any day that is an official working day of the Procuring Entity. It
excludes official public holidays.
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 aperson shall include a declaration that
the person shall not engage in any corrupt or fraudulent practiceand 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 requiredto 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 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, an individual, a state-owned
enterprise or an institution, subject to ITT3.7, 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 in accordance with the Contract terms. The JV shall
7
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.

Key Requirements

SECTION I - INVITATION TO TENDER
REPUBLIC OF KENYA
THE JUDICIARY
TENDER NO. JUD/OT/044/2025-2026 - SUPPLY AND DELIVERY OF JUDICIARY
MOBILE COURT TRUCK
The Judiciary invites sealed bids from eligible tenderers for the Supply and Delivery of Judiciary
Mobile Court Truck.
Tendering is open to all qualified and interested tenderers who may view and obtain tender
documents from the Judiciary’s website www.judiciary.go.ke and from the Public Procurement
Information Portal (PPIP) website www.tenders.go.ke. Any request for clarifications must be made
in writing at least five (5) days prior to the tender closing dates. All clarifications and addenda will
be posted on the Judiciary and on the Public Procurement Information Portal websites.
Tenders shall be quoted in Kenya Shillings, and shall be net inclusive of all taxes, delivery costs and
public procurement capacity building levy (PPCBL) of 0.03% of the quoted amount that shall remain
valid for One Hundred and Twenty (120) days from the tender closing date. Tenders must be
accompanied by tender security of Kenya Shillings five Hundred Thousand Only (Kshs. 500,000.00)
and in the form of a guarantee issued by Financial Institutions approved and licensed by the Central
Bank of Kenya (CBK) or by Insurance Companies registered and licensed by the Insurance
Regulatory Authority (IRA) addressed and payable to the Chief Registrar of the Judiciary and valid
for one hundred and fifty days (150) days from the tender closing date. The tenderer shall
chronologically serialize all pages of the tender documents submitted. Late submission of the tender
shall be rejected.
Bidders are encouraged to attend pre-bid conference to be held virtually on 10th April, 2026 at 10.00
am and tenderers are encouraged to attend through the link: https://tinyurl.com/yfm5jxsk.
Completed tender document to be enclosed in plain sealed envelopes, clearly marked with the tender
number and name and deposited in the Tender Box provided at the Main gate, Supreme Court
entrance, City Hall Way, Nairobi and addressed to:
Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the
tender number and name and deposited in the Tender Box provided at the Main gate, Supreme Court
entrance, City Hall Way, Nairobi and addressed to:
THE CHIEF REGISTRAR OF THE JUDICIARY
ATT: DIRECTORATE OF SUPPLY CHAIN MANAGEMENT SERVICES
P.O BOX 30041-00100, NAIROBI, KENYA
All submissions must be received on or before 20th April, 2026 at 1000hrs. Tenders will be opened
immediately thereafter in the presence of the designated tenderers' representatives who choose to attend
at Supreme Court Building 2nd Floor Boardroom No. 74 or as otherwise advised. Late tenders shall be
rejected.
HON. WINFRIDAH B. MOKAYA, CBS
CHIEF REGISTRAR OF THE JUDICIARY
5
PART 1 - TENDERING PROCEDURES
6
SECTION I: INSTRUCTIONS TO TENDERERS
A General Provisions
1. Scope of Tender
1.1 The Procuring Entity as defined in the TDS invites tenders for supply of goods
and, if applicable, any Related Services incidental thereto, as specified in Section V,
Supply Requirements. The name, identification, and number of lots (contracts) of
this Tender Document are specified in the TDS.
1.2 Throughout this tendering 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;
c) “Day” means calendar day, unless otherwise specified as “Business Day”. A
Business Day is any day that is an official working day of the Procuring Entity. It
excludes official public holidays.
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 aperson shall include a declaration that
the person shall not engage in any corrupt or fraudulent practiceand 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 requiredto 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 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
Key Personnel
[]
Key Equipment
[]