Tel: +254 711 851103
 
 
Language:

Google Translate Widget by Infofru

Author Site Reviewresults

Thursday, 12 February 2026

 KENYA RURAL ROADS AUTHORITY

 TRANS NZOIA REGION

TENDER NOTICE

 7th July, 2022

DOWNLOAD TENDER NOTICE HERE!!!!

In the Financial Year 2021-2022 KeRRA has Allocated Funds for 22% RMLF Savings for Routine Maintenance of Cherangany, Endebess, Saboti, Kiminini and Kwanza Constituencies Roads and invites bids from Eligible Contractors to carry out the works. 

TENDER NO.

ROAD NAME

CONSTITUENCY

GROUP CATEGORY

LENGTH IN KM

DOWNLOAD

KeRRA/011/TNZ/039/22%S/084/2020-21

Kipkeikei – Suwerwa Road

Cherangany

All

7.00

DOCUMENT

KeRRA/011/TNZ/039/22%S/085/2020-21

Suwerwa – Kamoi Road

Cherangany

PWD

4.60

DOCUMENT

KeRRA/011/TNZ/039/22%S/086/2020-21

Maili 11 – Luya  Road

Kwanza

All

6.00

DOCUMENT

KeRRA/011/TNZ/039/22%S/087/2020-21

Luya – Keiyo Road

Kwanza

All

4.00

DOCUMENT

KeRRA/011/TNZ/039/22%S/088/2020-21

Endebess – Kolongei Road

Endebess

Youth

8.00

DOCUMENT

KeRRA/011/TNZ/039/22%S/089/2020-21

Moti – Kimondo

Endebess

All

7.80

DOCUMENT

KeRRA/011/TNZ/039/22%S/090/2020-21

Koikoi – Gituamba Road

Saboti

All

17.00

DOCUMENT

KeRRA/011/TNZ/039/22%S/091/2020-21

Saboti – Chemichemi Road

Saboti

Women

4.00

DOCUMENT

KeRRA/011/TNZ/039/22%S/092/2020-21

Kiminini – Lukhome Road

Kiminini

All

8.60

DOCUMENT

KeRRA/011/TNZ/039/22%S/093/2020-21

Kiminini – Sikulu

Kiminini

Youth

4.00

DOCUMENT

Mandatory/Preliminary Requirements

The following MUST be submitted together with the Bid:

  1. a) Certified copy of Certificate of Incorporation.
  2. b) Copy of Valid National Construction Authority Certificate and Annual Practicing License in either class 6,7 or 8.
  3. c) Copy of KRA PIN certificate with VAT obligation.
  4. d) Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker).
  5. e) Certified Copy of CR 12 (issued within the last Twelve months before the opening date).
  6. f) Certified copies of National Identity Cards / Passports of Directors/shareholder(s) of individual(s)

listed on the CR12.

  1. g) Certified Copy of Valid Current Single Business Permit for this year 2022.
  2. h) Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities

(AGPO), from the national treasury For disadvantage groups i.e Women, Youth and Persons with

Disability where applicable.

  1. i) Those bidding for Persons living with Disabilities contract must attach Certified copies of IDs issued by the

NCPWD for the Directors who are who are living with disability.

  1. j) Current sworn affidavit of litigation history before commissioner of oaths for the last three (3) years from

the tender opening date.

  1. k) Dully filled, signed and stamped Bills of Quantities.
  2. l) Dully filled, signed, stamped and witnessed Form of Tender on company’s letter head.
  3. m) Dully filled and stamped Business Questionnaire.
  4. n) All alterations must be counter-signed.
  5. o) All pages of the Tender documents MUST be chronologically serialized.
  6. p) Prices quoted must remain valid for 140 days from the date of tender opening.
  7. q) Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be

disqualified.

  1. r) Declaration of conflict of interest form should be filled accordingly as provided in the bid document.
  2. s) Equipment holding for execution of works must be provided as indicated in the bid document.
  3. t) Submit a brief Work Methodology relevant to the works tendered.
  4. u) Provide similar previous experience where applicable.
  5. v) Current work load should be declared as required in the bid document.
  6. w) Professional and Technical Personnel must be provided as required in the bid document.
  7. x) Current Proof of Bank Account under the company’s name.
  8. y) Authority to seek bank reference should be provided.
  9. z) Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by the Commission of the Oaths.

NOTE:

1) Certification of documents shall be original and executed by Commissioner for Oaths or

Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’ and dated within the tendering period. 

2) Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies.

3) There will be no pre- tender site visit due to the Covid -19 pandemic.

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 7th July, 2022).

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to: ‐

The Regional Director,

KERRA Trans - Nzoia

P.O. Box 135 - 30200,

KITALE

Should be deposited in the tender box at the regional office so as to be received on or before 15th July, 2022 at 10.00am

Opening of the tenders will take place at the same place at 10:00am on the same day in the presence of the Bidders or their representatives who wish to attend.

Eng. M. K Chelang’a

Regional Director

TRANS - NZOIA REGION

Contact Us

Our Head Office

Kenya Rural Roads Authority,
Barabara Plaza, Block B
Airport South Road, Opp. KCAA
P.o. Box 48151-00100,
Nairobi. Kenya

Email: dg@kerra.go.ke 
Tel: 020-7807600 (01-05)
Mobile: +254 711 851103

**All email Communication to be channelled through the email dg@kerra.go.ke ** 

 

Copyright © 2026 Kenya Rural Roads Authority (KeRRA is ISO 9001:2008 Certified). All Rights Reserved.
Joomla! is Free Software released under the GNU General Public License.