Last Updated 13 years ago by Kenya Engineer
NAIROBI CITY WATER & SEWERAGE COMPANY LTD Tender: Mwiki – Njiru Emergency Repair Works Closing Date: 26/7/2013
NAIROBI CITY WATER & SEWERAGE COMPANY LTD
INVITATION TO BID
The Nairobi City Water & Sewerage Company Ltd is a wholly owned subsidiary of tie County Government of Nairobi- The Company is a Water Service Provider licensed by Athi Water Services Board and is charged wti tie provision of Water and Sewerage Services in Nairobi and its environs. The Company invites sealed bids from eligible bidders as described below:
s/No.: 1
TENDER REF. NO.: NWSC/01/2013
TENDER DESCRIPTION: Mwiki – Njiru Emergency Repair Works
MANDATORY SITE VISIT: Wednesday July 24, 2013 at 10.00 am at Mwiki
BID SECURITY (Kes): 100,000.00
s/No.: 2
TENDER REF. NO.: NWSC/12/2013
TENDER DESCRIPTION: Construction of a 90MTR Relief Sewer at Tasia (Re-Advertisement)
MANDATORY SITE VISIT: Thursday July 25, 2013 at 2.00pm at Tasia
BID SECURITY (Kes): 50,000.00
s/No.: 3
TENDER REF. NO.: NWSC/13/2013
TENDER DESCRIPTION: Constructionof a Boundary Wall at Loresho Reservoir (Re-Advertisement)
MANDATORY SITE VISIT: Thursday July 25, 2013 at 10.00am at Loresho
BID SECURITY (Kes): 100,000.00
s/No.: 4
TENDER REF. NO.: NWSC/14/2013
TENDER DESCRIPTION: Construction of a Laboratory Building at Sasumua Dam Treatment Works
MANDATORY SITE VISIT: Friday July 26, 2013 at 10.00 am at Sasumua
BID SECURITY (Kes): 100,000.00
Interested eligible bidders may inspect and obtain complete set of bidding documents in English from the office of:-
The Supply Chain Manager
Nairobi City Water & Sewerage Company Ltd
Kampala Road, off Enterprise Road
POBox 30656-00100
Tel: 254-20-3988598/000
Nairobi, Kenya.
during office hours from 08:30- 15:30 local time on Mondays to Fridays except during lunch time from 13:00 to 14:00 hours and public holidays. Any further information may be obtained from the same office. Bid documents may be purchased by interested bidders upon payment of a non-refundable fee of Kenya Shillings 5,000.00 (Five Thousand) only; or an equivalent amount in any other eligible currency. The method of payment will be either in banker’s cheque payable to Nairobi City Water and Sewerage Company, or cash.
Bidders who participated in Tender No. 2 and 3 above and are still interested shall Not pay for the Tender Documents.
A complete set of bid documents in a plain envelope clearly marked the contract No; contract description Without the name & address of the Bidder, shall be returned to the address below, and deposited in the Tender Box situated on the first floor, Administration Block, at the Head Office, Kampala Road, off Enterprise Road, Nairobi on Friday August 02, 2013 at 10.00 am. Bids shall be opened immediately after the closing date and time. Bidders or their representatives able to attend are welcome.
All bids must be accompanied by a Bid Security in the form and amount specified in the respective Bid Documents and as above, Nairobi City Water & Sewerage Company Limited reserves the right to accept wholly or in part, a bid submitted for consideration and does not bide itself to accept the lowest or any bid.
Managing Director
Nairobi City Water & Sewerage Company Ltd
Kampala Road, off Enterprise Road
P.O. Box 30656-00100
Tel. 254 020 39885/000 Fax 254 020 552126 Nairobi, Kenya.
Website: www.nairobiwater.co.ke
EXPRESSION OF INTEREST
The Nairobi City Water & Sewerage Company Ltd is wholly owned by the County Government of Nairobi. The Company is a Water Service Provider licensed by Athi Water Services Board and is charged with the provision of Water and Sewerage Services in Nairobi and its environs. The Company invites eligible, qualified and registered firms, to express their interests in providing consultancy services as below:
1. NCWSC/02/2013: Expression of Interest: Supply, Installation and Commissioning of an End to End Solution for Large Consumer Metering using GSM/GPRS enabled Automatic Meter Reading (AMR) Technology.
Background Information
The current water supply regime in Nairobi City Water and Sewerage Company (NCWSC) Ltd.’s supply area is on rotational basis since water demand outstrips the supply. The intermittent supply presents operational challenges rendering the current mechanical meters in use, inaccurate occasioning high commercial losses which contribute to non-revenue water. Besides the meters frequently breakdown and stop flow registration catling for huge resources to monitor and change the damaged or faulty meters. Objective of the Assignment
The overall objective of this assignment is to improve the technical and financial performance of the Company through the reduction in water losses, improved revenues and increased customer services. It is envisaged the use of the AMR technology will enhance customer service by ensuring supply of water is provided as scheduled and that there is timely production of correct bills for the consumption period. Further whilst undertaking the assignment, it is envisaged that during the deployment of the AMR technology, the consultant will also build internal capacity of the company and propose best ways for long term sustainability and possible up scaling of the project. Scope of Work
The scope of work will include the following:
I. Evaluation of the current measuring arrangements for selected High Consumption (HC) customers within NCWSC’s supply area.
II. Carry out assessment of the current Customer Management and Billing System set up and its suitability to the proposed AMR technology and recommend any upgrading.
III. To identify and recommend suitable automated meters to be used for the HC customers and ensure that the proposed meters fully integrate for final billing of customer consumption
IV.Identify and design any civil works needed at the selected sites before the automatic meters can be installed for correct flow measurements.
V. Supply, install and commission standard GSM/GPRS enabled non-intrusive electronic flow meters inclusive of necessary software to interface with NCWSC’s Customer Management System (CMS).
Expressions of interest are invited from eligible and competent Consultants / Contractors for the Supply, Installation and Commissioning of an End to End Solution for Large Consumer Metering using GSM/GPRS Automatic Meter Reading (AMR) Technology, The assignment is open to Consultants / Contractors with demonstrated experience in Supply, Installation and Commissioning of an End to End Solution for large water utilities. Consultants / Contractors may associate to enhance their qualifications.
Interested Consultants / Contractors must demonstrate the following:
1. They are qualified to perform the assignment by giving brochures of proposed AMRs and description of similar assignments.
II. Availability of appropriate skills among its staff, etc. (Qualified personnel for the task).
III. Reference letters for satisfactorily completed projects of a similar nature from at least three (3) clients.
IV.Evidence of Technical Competence of at least two years in the area of Supply, Installation and Commissioning of AMR technology.
V. Copies of Company Incorporation/Registration Certificates, Current Tax Compliance Certificate and PIN Registration Certificate.
The Consultants / Contractors will be selected in accordance with the requirements of the Public Procurement and Disposal Act, 2005.
2. NCWSC/15/2013: Expression of Interest: Public Relations, Media and Advertising agency for Nairobi City Water and Sewerage Company Ltd
BACKGROUND INFORMATION
Nairobi City Water & Sewerage Company Limited (NCWSC) was incorporated in December 2003 under the Companies’ Act CAP486,It
is a wholly owned subsidiary of the City Council of Nairobi (CCN). The Company’s headquarter is situated along Kampala Road, Industrial
Area. Nairobi-Kenya.
The company operates through six operational regional business centers within the city namely; Parklands (Western Region), Adams Arcade (Southern Region), Enterprise Plaza (Central Region), Kayole (Eastern Region) Pangani (Northern Region) and Eastleigh (North Eastern Region). All these own and run the business processes to ensure that the company achieves its strategic goals and objectives. The company also has three Dam stations (Sasumua, Thika and Ruiru), t spring at Kikuyu, 3 water treatment plants (Ngethu, Sasumua and Kabete) and two waste water treatment plants (Kariobangi and DESTW at Ruai).
The NCWSC is appointed by Athi Water Services Board (AWSB) to provide Water and Sewerage Services to Nairobi City under an agreed framework specified in the Service Provision Agreement (SPA) that ensures adequate and quality water supply, affordable tariffs, maintenance and improvement of water and sewerage infrastructure. There is also a tripartite agreement between the CCN, AWSB and NCWSC. Under the agreement, AWSB has transferred requirements of the Water Act 2002 to NCWSC which provides AWSB with the right to acquire the full use of these assets Other agreements include those for Agency and Operational assets between the CCN and NCWSC.
The Company has an independent Board of 10 Directors constituting of professional individuals drawn from private sector organizations, professional bodies, the NGO sector and the City Council.
The company has 7 functional directorates headed by a director and reporting to the Managing Director, These directorates are: technical, commercial, finance, Human resources and Administration. Information and communication Technology, internal audit, legal office. To ensure satisfaction of all its customers with water and sewerage services, NCWSC’s senior management team has been competitively recruited from the job market. Both the directors and all staff are bound by the code of ethics that assures stakeholders of due diligence in keeping with the Company’s goal of providing sustainable water and sewerage services that exceed customer needs, Since the Company is run on commercial principles, staff and management are integrated into a competitive and productive environment that is customer-focused and results-oriented. The Company is also ISO 9001:2008 certified to assure the customers on the quality management systems adopted within the Company.
Currently, of the three million residents of Nairobi, only 50 per cent have direct access to piped water. The rest obtain water from kiosks, vendors and illegal connections. Of the existing customers, about 40 per cent receive water on the 24-hour basis. The Nairobi City Water and Sewerage Company is committed to ensuring that all stakeholders receive water regularly and efficiently and that the water reaching the customers is of highest quality. The Company aspires to be a role model to other water companies established across the Africa.
Our corporate vision:
Satisfaction of all our customers with water supply and sewerage services.
Our Mission:
To provide sustainable water and sewerage services that exceed customer needs.
Our core values are:
· Customer focus
· Integrity
· Empowerment
· Creativity and innovation
· Teamwork
· Effective communication
PROBLEM DEFINITION
Negative perception by the public and poor corporate culture is a matter of great concern and challenge to NCWSC. The publics have been unable to differentiate between the company services and those of the City Council of Nairobi and Athi Water Services Board. This has led to stowed brand growth, identity and reduced confidence in service provision.
In view of the foregoing, NCWSC wishes to turn round this situation by repositioning itself as a market leader through a PR and Communication agency The priary objective is to ensure the Company reflects a modern, dynami, customer focused and efficient organization. This is in line with the expectations of the stakeholders in the water sector following reforms enacted in the Water Act 2002. It is also part of the organization- wide re – energizing process to improve operational efficiency, service delivery and customer service. In this regard, the company intends to procure services of an agent to carry out consultancy services in public relations, media liaison and advertising.
PURPOSE OF THE ASSIGNMENT
The purpose of this assignment is to:-
Assist in reviewing the existing Corporate Communication Policy. Develop and roll out a one year Corporate Communication Strategy.
• Engage customers through acceptable advertising.
• Differentiate the company as an independent entity through media engagement.
• Re- affirm our commitment to our customers through relevant articles and features.
SCOPE OF WORK
The Agency shall carry out the following:-
i. Public relations – develop and roll out a PR strategy including campaigns and events on Company service delivery and products.
ii. Communication strategy – develop and roll out a one year communication strategy to be used within the company in consultation with the Corporate Affairs Manager.
iii. Media Liaison – engage media houses and ensure positive coverage and familiarization with senior managers.
iv. Advertising – advice on media advertising platforms, make bookings, review artwork and ensure placements for both print and electronic Media monitoring – produce a monthly, quarterly and annual reports on media monitoring for both print and electronic
Interested Consultants / Contractors must demonstrate the following:
I. Availability of appropriate skills among its staff, etc. (Qualified personnel for the task).
II. Reference letters for satisfactorily completed projects of a similar nature from at least three (3) clients.
III. Evidence of Technical Competence of at least two years in the area of Supply, Installation and Commissioning of AMR technology.
IV.Copies of Company Incorporation/Registration Certificates, Current Tax Compliance Certificate and PIN Registration Certificate
V. Proof of Experience in Similar Assignments (Testimonials, Orders or Invoices)
The Consultants / Contractors will be selected in accordance with the requirements of the Public Procurement and Disposal Act, 2005.
Interested Vendors may obtain further information at the address below from 0800 to 1700 Hours from Monday to Friday excluding lunch hour (1300 to 1400Hrs) and public holidays.
Completed Expressions of Interest documents in plain sealed envelopes clearly marked the Ref. No, and addressed to the address below must be Deposited in the Tender Box situated on the first floor, Administration Block, at the Head Office, Kampala Road off Enterprise Road, Nairobi by 12.00 noon on Friday July 26, 2013.
Expressions of Interests will be opened immediately thereafter in the Boardroom in the presence of participating bidders or their representatives who choose to attend
Managing Director
Nairobi Water and Sewerage Co. Ltd.
Kampala Road – Nairobi. Headquarters
P. O. Box 30656 -00100, Nairobi, Kenya
Tel: +254 20 3988000
Fax: +254 20 552126
E-mail: info@nairobiwater.co.ke


















