EAST AFRICAN COMMUNITY
LAKE VICTORIA BASIN COMMISSION
DISPOSAL NOTICE TO EAC STAFF MEMBERS
The Lake Victoria Basin Commission (LVBC) intends to dispose used motor vehicles on “as is, where is” basis to the EAC Staff. LVBC now invites sealed bids for the purchase of the vehicles as detailed in bidding document.
Disposal Reference number | Description |
LVBC/DISP/MV/01/24/01 | Registration No. CD1EAC20 Make: Toyota Landcruiser Prado, automatic Body: Station wagon Year of Manufacture: 2009 Engine capacity: 2986cc Fuel: Diesel Colour: B/Red Mileage: 360771 Km |
LVBC/DISP/MV/01/24/02 | Registration No. CD1EAC30 Make: Toyota KDJ150R Body: Station Wagon Year of Manufacture: 2012 Engine capacity: 2982cc Fuel: Diesel Colour: Dark Steel Mileage: 255044 km |
Interested bidders may inspect the vehicles at the LVBC Office premises at the address below and complete their bids as per detailed bidding document.
All bids in one original and one copy properly filled in, and enclosed in plain envelopes clearly marked the Disposal reference number and Registration Number must be addressed as below and delivered to the tender box on or before 11.00 am, 24th June
2024 or emailed to disposal@lvbcom.org.
Independent Agent – LVBC Motor Vehicle Disposal C/O EAC – Lake Victoria Basin Commission New Nyanza Regional Headquarters, 13th floor Owuor Otiende Road, Off Kenyatta Highway P.O Box 1510-40100, KISUMU – KENYA Email: disposal@lvbcom.org
EAST AFRICAN COMMUNITY
LAKE VICTORIA BASIN COMMISSION
DISPOSAL NOTICE
The Lake Victoria Basin Commission (LVBC) intends to dispose Used Furniture, Computer Equipment & Accessories, Used Office Equipment and Used Tyres on “as is, where is” basis. LVBC now invites interested bidders to purchase the listed items as detailed in the bidding document.
Interested Bidders may inspect the assets at the LVBC Office premises and should download the bidding document from the LVBC websites: old.lvbcom.org. Any requests for clarification should be addressed to procurement@lvbcom.org.
Bidders may bid for one or more complete category but not partial items of a category.
All Bids properly filled in and enclosed in a plain sealed envelope clearly marked the Disposal Reference Number and Category Description must be addressed as below and delivered to the tender box on or before 11.00 am, 21st June 2024.
Executive Secretary
East African Community
Lake Victoria Basin Commission
New Nyanza Regional Headquarters, 13th floor
Owuor Otiende Road, Off Kenyatta Highway
P.O Box 1510-40100; KISUMU – KENYA
EAST AFRICAN COMMUNITY
LAKE VICTORIA BASIN COMMISSION
IFB Number: LVBC/AfDB/GDS/24/01
Purchaser: East Africa Community – Lake Victoria Basin Commission
Project: Multinational Lake Victoria Maritime Communications and Transport (MLVMCT)
Contract title: Supply, Installation and Commissioning of Furniture (Lot 1), ICT Equipment (Lot 2) and Marine Equipment (Lot 3) for the Regional Maritime Rescue Coordination Centre in Mwanza, Tanzania
Country: Kenya
Loan No. / Grant No.: 2100150036245 (United Republic of Tanzania) and
2100150036246 (Republic of Uganda)
Procurement Method: Open Competitive Bidding (International) (OCBI)
OCBI / LCB No: LVBC/AfDB/GDS/24/01
Issued on: 24th May 2024
Executive Secretary
East African Community – Lake Victoria Basin Commission
New Nyanza Regional Headquarters, 13th floor
Owuor Otiende Road, Off Kenyatta Highway
P. O. Box 1510 – 40100
Kisumu, KENYA
EAST AFRICAN COMMUNITY
LAKE VICTORIA BASIN COMMISSION
TENDER FOR PROVISION OF MEDICAL INSURANCE SERVICES FOR LAKE VICTORIA BASIN COMMISSION STAFF AND DEPENDENTS
Tender Ref. Number: LVBC/SVS/24-25/01
The Lake Victoria Basin Commission (LVBC) is a specialized institution of East African Community; headquartered in Kisumu, Kenya.
LVBC invites eligible medical insurance underwriters to bid for provision of medical insurance services to its staff and dependants. To download the detailed tender document, visit LVBC and EAC websites on old.lvbcom.org and www.eac.int. Interested and eligible bidders may obtain further information from the LVBC.
Sealed Bids must be addressed and delivered to the address as below on or before 27th June 2024 at 11.00 am local time indicating the Tender Description and Reference number and delivered to the Tender Box. Bid opening shall be on 27th June 2024 at 11.15 a.m. for bidders or representatives who choose to attend. Telegraphic, Fax, E-mail and other electronic submissions will not be accepted. No liability will be acceptable for loss or late delivery and late submissions will be rejected.
Executive Secretary
East African Community
Lake Victoria Basin Commission
New Nyanza Regional Headquarters, Owuor Otiende Road
P. O. Box 1510 – 40100, Kisumu, KENYA
Telephone Number: +254 57 2023894/73
For more information or clarification, please contact us on the address above or through e-mail: procurement@lvbcom.org and copyruba@lvbcom.org. Any changes or modifications will be communicated on the LVBC and EAC Websites.
EAST AFRICAN COMMUNITY LAKE VICTORIA BASIN COMMISSION
Country: EAST AFRICA COMMUNITY (EAC)
Project Title: LAKE VICTORIA BASIN INTEGRATED WATER RESOURCES MANAGEMENT PROGRAMME (LVB-IWRMP)
Tender Name: SUPPLY AND DELIVERY OF LAKE VICTORIA BASIN WATER INFORMATION SYSTEM (LVB WIS) SERVER EQUIPMENT
Date: 16TH MARCH 2024
Reference No.: LVBC/IWRM/ GDS/23-24/12
Reference No.: LVBC/IWRM/ GDS/23-24/12
The Lake Victoria Basin Commission (LVBC) has received financing from KfW toward the cost of the Lake Victoria Basin Integrated Water Resources Management Programme (LVB-IWRMP) and intends to apply part of the proceeds toward payments under the contract for Supply and Delivery of the Lake Victoria Basin Water Information System Server Equipment.
The Lake Victoria Basin Commission now invites sealed Bids from eligible Bidders for supplying and delivering the server and accessories to host the Lake Victoria Basin Water Information System.
Bidding will be conducted by means of the International Competitive Bidding procedure with qualification as specified in KfW’s Procurement Guidelines (“KfW Guidelines”).
Interested eligible Bidders may obtain further information from Lake Victoria Basin Commission, by writing to the Procurement Office through procurement@lvbcom.org and copy to sabuni@lvbcom.org.
A complete set of bidding documents is available to interested Bidders at the LVBC and EAC websites: old.lvbcom.org and www.eac.int respectively. The bidding documents received from the Purchaser are not transferable.
Bids must be delivered to the address indicated below and in the clause ITB 22.1 of the bidding document on or before 18th April 2024 at 11:00am EAT. Late Bids will be rejected.
Executive Secretary
EAC – Lake Victoria Basin Commission
13TH floor, New Nyanza Regional Headquarters, Owuor Otiende Road
P. O. Box 1510 – 40100, Kisumu, KENYA
Telephone Number: +254 57 2023894/73, +254 57 2026344
Bids will be opened in a public session in the presence of the Bidders’ designated
representatives.
All Bids must be accompanied by a Bid Security of USD $2,000 (United States Dollars Two
Thousand only) in form of a Bank Guarantee.
MWANZA URBAN WATER AND SANITATION AUTHORITY
Financial Cooperation between the East African Community (EAC) and the Federal
Republic of Germany
Invitation for Prequalification of Bidders / Contractors
Date: 08/03/2024
Project Name: Mwanza Sewer Connection Upgrade
Employer: Mwanza Urban Water and Sanitation Authority (MWAUWASA) Loan: German Financial Cooperation. BMZ Project No. 201568211 /
302000362 / 201967207 KfW Project No. 36959
KfW Procurement No.: 510734
MWAUWASA Procurement No.: AE/042/2023-2024/W/43
Package Name: High Priority Investments within Lake Victoria Basin Integrated
Water Resources Management Programme
Deadline for Submission of Application: 08/04/2024, 10:00 a.m. Tanzanian Local Time
1. This Invitation for Prequalification follows the General Procurement Notice for this Project that appeared on the website of Germany Trade and Invest GmbH (GTAI) on 08/03/2024. This contract will be jointly financed by the Federal Republic of Germany through KfW.
2. The prequalification and the bidding processes are for International Competitive Bidding (ICB), and will be governed by Tanzanian National Laws and Regulations and the eligibility rules and procurement guidelines of KfW, as defined in the KfW Guidelines for the Procurement of Consulting Services, Works, Plant, Goods and Non-Consulting Services in Financial Cooperation with Partner Countries, Document version January 2019, 2. Update as of November 2023, as available on their website, https://www.kfw-entwicklungsbank.de/PDF/Download-Center/PDF-Dokumente- Richtlinien/FZ-Vergaberichtlinien-V-2021-EN.pdf. Properly executed Declarations of Undertaking shall be duly signed and submitted by all partners of the Applicant together with their Application.
3. The United Republic of Tanzania, represented by the Minister of Finance has received grant funds from the Federal Republic of Germany (BMZ-No.: 2015 68 211 and 2019 67 207), through KfW, and the European Union EDF-11 Regional Indicative Programme (Delegated funds from the European Commission, No. 3020 00 362) towards the implementation of the Project. The National Project Executing Agency is the Mwanza Urban Water and Sanitation Authority (MWAUWASA).
4. MWAUWASA (the “Employer”) now invites eligible Civil Engineering Construction Firms to submit their Prequalification Applications in order to be considered for execution of the Works.
The anticipated contract scope of works involves:
• Infill Sewers (22 km conventional and 3.5 km simplified sewers)
• 1600 Household Sewer Connections
• Rehabilitation of Existing Sewerage Infrastructure (incl. Sewers, Pumping Stations and the
Ilemela Wastewater Treatment Plant)
5. This procurement application is for one works contract.
6. The duration of the Works is anticipated to be 18 months (+12 months DNP). The Works are anticipated to commence in the second half of 2024.
7. It is expected that the Invitation for Bids will be made in May 2024.
8. Bidding Documents will be prepared in accordance with KfW Standard Bidding Documents for Works, with General Conditions governed by “Multilateral Development Bank Harmonised Edition (2010)” Conditions of Contract for Construction (Pink Book), as under the license agreement between KfW and FIDIC.
9. Applicants are required to complete the Prequalification Applications and demonstrate that they are qualified to perform the Services by fulfilling the following minimum qualification criteria:
a) Annual turnover in construction, during the last three years of Euro 6,4 Million or equivalent in a freely convertible currency.
b) Proven record of successful completion of works of similar size and nature within the East African
Region (Kenya, Uganda, Tanzania, Ethiopia, Malawi, Zambia) in the last 3 years.
c) Has liquid assets and/or evidence of access to or availability of credit facilities of not less than
Euro 900,000 or equivalent in a freely convertible currency.
d) Applicants to submit duly filled and signed Pre-Qualification Document with a covering letter on
Company Letterhead, duly signed by the authorized / legal representative of the Company.
10. For purposes of communication during the preparation of Prequalification Application, a Firm / Joint Venture / Association intending to submit Application shall be required to pre-register its intent by an email communication to the Employer through the address indicated: info@mwauwasa.go.tz
11. The Prequalification Documents can be accessed free of charge from the MWAUWASA website https//mwauwasa.go.tz. Bidders are encouraged to download the Prequalification Documents to minimize physical visits to MWAUWASA Head Office.
12. Applications for Prequalification shall be in an envelope clearly marked with the following:
Prequalification Application for: High Priority Investments within Lake Victoria Basin
Integrated Water Resources Management Programme
Mwanza Sewer Connection Upgrade
containing 1 original and 3 copies, in English language, and delivered physically to the address below by 08/04/2024, 10:00 a.m. Tanzanian local time. Electronic submission is not an option.
Mwanza Urban Water and Sanitation Authority (MWAUWASA) Attention: Managing Director
Maji House Balewa Road
P.O.BOX 317, Mwanza
The Prequalification Bids will be opened immediately thereafter at the Conference Room in the presence of interested Bidders who may wish to attend.