Tel: +254 711 851103
 
 
Language:

Google Translate Widget by Infofru

Author Site Reviewresults

Saturday, 06 December 2025

KENYA RURAL ROADS AUTHORITY

WEST POKOT REGION

TENDER NOTICE                                           

29th January, 2024

DOWNLOAD TENDER NOTICE HERE!!!!!

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility for management, development, rehabilitation and maintenance of Rural Roads.

The Authority hereby invites interested Road works Contractors Prequalified in Kapenguria and Pokot South, Constituencies in West Pokot Region for the financial year 2023/2024.The funding Source is from 22% RMLF & GOK for routine maintenance works.

TENDER NO.

ROAD NAME

CONSTITUENCY GOK FUNDS

TENDER CLOSING/OPENING DATE

GROUP CATEGORY

LENGTH IN KM

BID BOND

DOWNLOAD

KeRRA/WP/008/39/22%/012/2023-24

Plalang - Sugut Road C596

Pokot South 22% RMLF

5th February, 2024

WOMEN

6.0

Not Applicable

DOCUMENT

KeRRA/WP/008/39/22%/014/2023-24

URF31: Muruny - Mokoyon Centre

Pokot South 22% RMLF

5th February, 2024

Prequalified

5.0

100,000.00

DOCUMENT

KeRRA/WP/008/39/GOK/S/058/2023-24

C595: Ptoyo - Arkut

Kapenguria GOK

5th February, 2024

WOMEN

15.0

Not Applicable

DOCUMENT

KeRRA/WP/008/39/GOK/S/059/2023-24

C595: Ngong’osowoh-Emphoghat

Kapenguria GOK

5th February, 2024

YOUTH

12.0

Not Applicable

DOCUMENT

KeRRA/WP/008/39/GOK/S/060/2023-24

D1499: Mochowon-Emphoghat

Pokot South GOK

5th February, 2024

WOMEN

6.0

Not Applicable

DOCUMENT

KeRRA/WP/008/39/GOK/S/061/2023-24

D1499: Emphoghat - Kochiy

Pokot South GOK

5th February, 2024

PWD

5.0

Not Applicable

DOCUMENT

Mandatory/Preliminary Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. b) Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
  3. c) Certified Copy of PIN certificate registered for 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 form (issued within the last Twelve months before the opening date)
  6. f) Certified copies of National Identity Cards / Passports of Directors and any shareholder or individual listed on the CR12.
  7. g) Certified Copy of Valid current Single Business Permit (Dated within 12 Months before date of opening)
  8. h) Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  9. i) Those bidding for Persons living with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
  10. j) Current sworn affidavit of litigation history before commissioner of oaths for the last three (3) years from the tender opening date should be specific to the tender applied.
  11. k) Dully filled, signed and stamped bills of quantities.
  12. l) Dully filled, signed, stamped and witnessed Form of Tender.
  13. m) Dully filled and stamped business questionnaire.
  14. n) All alterations must be endorsed with company stamp.
  15. o) All pages of the Tender documents MUST be chronologically serialized
  16. p) Prices quoted must remain valid for 180 days from the date of opening
  17. q) Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  18. r) Declaration of conflict of interest should be provided in a sworn affidavit before a commissioner of oaths
  19. s) Tender security must be provided accordingly as prescribed under I.T.T 19.1 and I.T.T 19.2 in the bid document (Not applicable to firms registered under AGPO)

Technical Requirements

  1. a) Copies of Log books for ownership of Machines and Equipment. Those hiring must provide copies of valid Lease Agreements supported by certified copies of Lessor’s log books. (owned/hired equipment’s should be relevant to the works tendered) Or Agreement from Mechanical Transport Fund Department within the last One (1) Year.
  2. b) Submit a brief Work Methodology relevant to the works tendered.
  3. c) Similar previous experience where applicable (Not applicable to special group category)
  4. d) Current work load if any (Filled schedule of ongoing works)
  5. e) Professional and Technical Personnel minimum Diploma in Civil Engineering for persons executing the works (provide CVs for the employees).

Financial Requirements

  1. a) Proof of Bank Account under the company’s name.
  2. b) Annual construction Turnover as prescribed under Section IV (Evaluation & Qualification criteria under clause 7 (b) (ii) of the bidding document and sufficient construction Cash flow as prescribed under Section IV (Evaluation & Qualification criteria under clause 7 (b) (i) of the bidding document Supported by Submission of Audited Accounts or equivalent acceptable by Employer for the previous

three (3) years FY 2020-2021-2022 with all its pages initialized and stamped by a valid practicing auditor registered with ICPAK and one of the firm’s directors. (Not applicable to special group category)

NOTE:

1) All 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

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

3) Other details of the tendering requirements are in the tender document.

4)Companies with same directors applying for the same tender will lead to automatic disqualification

5) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with KeRRA Regional Director-West Pokot Region or Representative (CRO). Site Visits Certificates are supposed to be dully signed by the Regional Director or his representative (CRO). This is conducted as per the conditions of tender and instructions to Bidders Clause 7.2.

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 29th January, 2024)

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

 

The Regional Director,

KERRA West Pokot

P.O. Box 302 - 30600,

KAPENGURIA

Should be deposited in the tender box at the regional office so as to be received on or before 5th February, 2024 at 11.00am. Late submissions will not be accepted.

 

Opening of the tenders will take place at the same place at 11.00am on the same day in the presence of the Bidders or their representatives who wish to attend.

  

 

Eng. M. K Rono

Regional Director

WEST POKOT 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 © 2025 Kenya Rural Roads Authority (KeRRA is ISO 9001:2008 Certified). All Rights Reserved.
Joomla! is Free Software released under the GNU General Public License.