BirgenAI
Back to Tenders
GovernmentOtherDocument parsed

TENDER FOR UNIT 5 & 6 COOLING TOWERS BASINS CONDENSATE INTER- CONNECTIVITY

Tender Number
KGN-OLK-060-2026
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
16th April 2026 at 2.00
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
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
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-060-2026- TENDER FOR UNIT 5 & 6 COOLING TOWERS BASINS
CONDENSATE INTER- CONNECTIVITY ’’ 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
2
Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity
and tender description should be dropped at the tender box located on Ground Floor at KenGen, 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 16th April 2026 at 2.00 p.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; 16th April 2026 at 2.00 p.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 CHAIN
3
Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity
PART 1 - TENDERING PROCEDURES
4
Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity
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

About This Tender

TENDER FOR UNIT 5 & 6 COOLING TOWERS BASINS CONDENSATE INTER- CONNECTIVITY

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 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
5
Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity
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 Tender Document
Key Personnel
[{"role": "Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity", "registration_body": "NCA"}]
Key Equipment
[{"equipment_type": "Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity"}, {"equipment_type": "Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity"}, {"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 Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity"}, {"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 [state the number] similar Form EXP 4.2(a)"}, {"equipment_type": "Tender for Unit 5 & 6 Cooling Towers Basins Condensate Inter- Connectivity"}, {"equipment_type": "2 3 4 5"}]