BirgenAI
Back to Tenders
GovernmentConsultancyRequest for ProposalsDocument parsed

CONSULTANCY SERVICES FOR NAIROBI CITY COUNTY GOVERNMENT OUTSTANDING LAND RATES DEBT COLLECTOR

Tender Number
NCC/F&EP/REV/RFP/338/2025-2026
Submission Deadline
28 Apr 2026
6 days left
Procuring Entity
Nairobi County Government
Bid Bond Amount
Not specified

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
Not specified
Bid Bond Form
Not specified
Bid Bond Validity
Not specified
Bid Validity Period
210 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
Not specified
Pre-Bid Meeting
Not specified
Pre-Bid Link
Not specified
Clarification Deadline
3 days before closing
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
Section 4: Financial Proposal Standard Forms
Section 5: Terms of Reference
Section 6: Standard Forms of Contract ([Select: Time-Based or Lump-Sum])
8. Please inform us in writing at the address below or by E-mail nairobiprocurement@gmail.go.ke
a) That you have received this Request for Proposals; and
b) Whether you intend to submit a proposal alone or intend to enhance your experience by requesting
permission to associate with other firm(s) (if permissible under Section 2, Instructions to Consultants
(ITC), Data Sheet14.1.1).\
9. Details on the proposal's submission date, time and address are provided in the ITC 17.7and ITC 17.9 of the Data
Sheet.
Yours sincerely,
TIRAS NJOROGE
COUNTY CHIEF OFFICER – REVENUE ADMINISTRATION
SECTION 2. INSTRUCTIONS TO CONSULTANTS AND DATA SHEET
Section 2(a). Instructions to Consultants (ITC)
A. GENERALPROVISIONS
1. Meanings/Definitions
a) “Affiliate(s)” means an individual or an entity that directly or indirectly controls, is controlled by, or is
under common control with the Consultant.
b) “Applicable Law” means the laws and any other instruments having the force of law in Kenya.
c) “Procuring Entity” means the entity that is carrying out the consultant selection process and signs the
Contract for the Services with the selected Consultant.
d) “Consultant” means a legally-established professional consulting firm or an entity that may provide or
provides the Services to the Procuring Entity under the Contract.
e) “Contract” means a legally binding written agreement signed between the Procuring Entity and the
Consultant and includes all the attached documents listed in its Clause 1 (the General Conditions of
Contract (GCC), the Special Conditions of Contract (SCC), and the Appendices).
f) “Data Sheet” means an integral part of the Instructions to Consultants (ITC) Section2thatisusedtoreflect
specific assignment conditions to supplement, but not to over-write, the provisions of the ITC.
g) “Day” means a calendar day unless otherwise specified as "Business Day". A Business Day is any day
that is an official working day in Kenya and excludes official public holidays.
h) “Experts” means, collectively, Key Experts, Non-Key Experts, or any other personnel of the Consultant,
Sub-consultant or Joint Venture member(s).
i) “Government” means the Government of the Republic of Kenya.
j) “In writing “means communicated in written form such as by mail, e-mail, fax, including, if specified in
the Data Sheet, distributed or received through the electronic-procurement system used by the Procuring
Entity with proof of receipt.
k) “Joint Venture (JV)” means an association with or without a legal personality distinct from that of its
members, of more than one Consultant where one member has the authority to conduct all business for
and on behalf of any and all the members of the JV, and where the members of the JV are jointly and
severally liable to the Procuring Entity for the performance of the Contract.
l) “Key Expert(s)” means an individual professional whose skills, qualifications, knowledge and
experience are critical to the performance of the Services under the Contract and whose CV is considered
in the technical evaluation of the Consultant's proposal.
m) “ITC” (this Section2 of the RFP) means the Instructions to Consultants that provides the Consultants
with all information needed to prepare their Proposals.
n) “Letter of RFP” means the letter of invitation being sent by the Procuring Entity to the Consultants.
o) “Non-Key Expert(s)” means an individual professional provided by the Consultant or its Sub-consultant
andwhoisassignedtoperformtheServicesoranypartthereofundertheContractandwhoseCVsarenot
evaluated individually.
p) “Proposal” means the Technical Proposal and the Financial Proposal of the Consultant.
q) “Public Procurement Regulatory Authority (PPRA)” means the statutory authority of the Government
of Kenya that mandated with the role of regulating and monitoring compliance with the public
procurement law and regulations.
r) “RFP” means the Request for Proposals to be prepared by the Procuring Entity for the selection of
Consultants.
s) “Services” means the work to be performed by the Consultant pursuant to the Contract.
t) “Sub-consultant” means an entity to whom the Consultant intends to subcontract any part of the Services
while the Consultant remains responsible to the Procuring Entity during the whole performance of the
Contract.
v) “Terms of Reference (TORs)” means the Terms of Reference that explains the objectives, scope of work,
activities, and tasks to be performed, respective responsibilities of the Procuring Entity and the
Consultant, and expected results and deliverables of the assignment.
2. Introduction
2.1 The Procuring Entity named in the Data Sheet intends to select a Consultant from those listed in the Request
for Proposals (RFP), in accordance with the method of selection specified in the Data Sheet.
2.2 The Consultant are invited to submit a Technical Proposal and a Financial Proposal, for consulting services
required for the assignment named in the Data Sheet. The Proposal will be the basis for negotiating and

Key Requirements

1. This Section includes two types of standard contract forms for: A Lump-Sum Contract and a Time-Based
Contract. Each type includes General Conditions of Contract (“GCC”) that shall not be modified, and Special
Conditions of Contract (“SCC”). The SCC includes clauses specific to each contract to supplement, but not
over- write or otherwise contradict, the General Conditions of Contract.
2. Lump-Sum Contract. This type of contract is used mainly for assignments in which the scope and the duration
of the Services and the required output of the Consultant are clearly defined. Payments are linked to outputs
(deliverables) such as draft or final reports, drawings, bill of quantities, bidding documents, or software
programs. Lump-sum contracts are easier to administer because they operate on the principle of a fixed price
for a fixed scope, and payments are due on clearly specified out puts and milestones. Never the less, quality
control of the Consultant's outputs by the Procuring Entity s paramount.
3. Time-Based Contract. This type of contract is appropriate when it is difficult to define or fix the scope and the
duration of the services, either because they are related to activities carried out by others for which the
completion period may vary, or because the input of the consultants required for attaining the objectives of the
assignment is difficult to assess. In time-based contracts the Consultant provides services on a timed basis
according to quality specifications, and Consultant's remuneration is determined on the basis of the time
actually spent by the Consultant in carrying out the Services and is based on (i) agreed upon unit rates for the
Consultant's experts multiplied by the actual time spent by the experts in executing the assignment, and (ii)
reimbursable expenses using actual expenses and/or agreed unit prices. This type of contract requires the
Procuring Entity to closely supervise the Consultant and to be involved in the daily execution of the
assignment.
4. The templates are designed for use in assignments with consulting firms and shall not be used for contracting
of individual experts. In some consultancy assignments such as design and construction supervision, both
Lump- Sum and Time-Based Contracts are used and signed with the Consultant. In that case, the Lump-Sum
Contract would apply for the design part of the Services while the construction supervision part would be based
on a Time- Based Contract. In such event, both types of contracts shall be signed at the same time.
CONTRACT FOR CONSULTANT'S SERVICES
Lump-Sum Contract
Consulting Services for:
Contract No.:
Contract Description:
Between
[Name of the Procuring Entity]
and
[Name of the Consultant]
Date:
SECTION 10. NOTIFICATION FORMS
1. NOTIFICATION OF INTENTION TO AWARD
Procuring Entity: [insert the name of the Entity]
Contract title: [insert the name of the
contract] RFP No: [insert RF Preference number]
This Notification of Intention to Award (Notification) notifies you of our decision to award the above contract. The
transmission of this Notification begins the Standstill Period. During the Standstill Period you may:
a) Request a debriefing in relation to the evaluation of your Proposal, and/or
b) Submit a Procurement-relatedComplaintinrelationtothedecisiontoawardthecontract.
The successful Consultant
Name: [insert name of successful Consultant]
Address: [insert address of the successful Consultant]
Contract price: [insert contract price of the successful Consultant]
2. REQUEST FOR REVIEW
FORM FOR REVIEW(r.203(1))
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………...……………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity of ……………dated the…day of
REQUEST FOR REVIEW
I/We……………………………,the above named Applicant(s), of address: Physical address…………….P. O. Box
No…………. Tel. No……..Email ……………, hereby request the Public Procurement Administrative Review Board to review
the whole/part of the above mentioned decision on the following grounds , namely:
1.
2.
By this memorandum, the Applicant requests the Board for an order/orders that:
1.
2.
SIGNED ……………….(Applicant) Dated on…………….day of ……………/…20……
___________________________________________________________________________
FOR OFFICIAL USE ONLY Lodged with the Secretary Public Procurement Administrative Review Board on…………day of
………....20….………
SIGNED
Board Secretary
3. LETTER OF AWARD
[use letterhead paper of the Procuring Entity] [date]______To: ________ [name and address of the winning
This is to notify you that your Proposal dated [insert date] for consulting services for [name
of the assignment] as negotiated with you on for the contract amount of
[Insert amount in numbers and words and name of currency] is here by accepted by our
agency.
You are requested to:(i) sign and return the draft negotiated Contract attached here with within eight (8) Business
Days from the date of receipt of this notification; and (ii) furnish the additional information on beneficial ownership
Key Personnel
[]
Key Equipment
[{"equipment_type": "2 A price adjustment provision applies to remuneration rates:"}, {"equipment_type": "submission determine signed and stamped technical", "ownership_requirement": "Owned"}, {"equipment_type": "Structure n of details from Registrar of Companies"}, {"equipment_type": "1. Specific experience of the Consultant, as a firm, for five"}, {"equipment_type": "similar assignment of the subject matter: Each 4 marks"}, {"equipment_type": "a. PhD or Masters degree in any field 5"}, {"equipment_type": "mark"}, {"equipment_type": "Financial capability"}, {"equipment_type": "(3) years presented in the Internationally"}]