


WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 2 6th October, 2023
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 22% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024
Reference is made to the Invitation to tender and Addendum No.1 on the above tender that are presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that
the issues raised in Addendum 1 dated 3rd October have been resolved and the invitation for tender is for roads shown hereunder.
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY (KSHS) |
RESERVATIONS |
|
|
1. |
MATILI -SANGO –BAHAI(UP53) |
KeRRA/08/39/BGM/KML/22%RMLF/23/24-49 |
KIMILILI |
9,750,000.00 |
N/A |
YOUTH |
DOWNLOAD |
|
2. |
RIZIKI -LOWER KAMUSINGA –NAMAKHELE (UP37) |
KeRRA/08/39/BGM/KML/22%RMLF/23/24-50 |
9,750,000.00 |
N/A |
WOMEN |
DOWNLOAD | |
|
3. |
RASHID –CHEBUKWABI (R40) |
KeRRA/08/39/BGM/KML/22%RMLF/23/24-52 |
7,550,000.00 |
100,000.00 |
OPEN |
DOWNLOAD | |
|
4. |
MAENI -KIMINGICH DEB –NASUSI (UP45) |
KeRRA/08/39/BGM/KML/22%RMLF/23/24-53 |
7,471,000.00 |
100,000.00 |
OPEN |
DOWNLOAD | |
|
5. |
KIBINGEI –RASHID (E316) |
KeRRA/08/39/BGM/KML/22%RMLF/23/24-54 |
8,750,000.00 |
N/A |
WOMEN |
DOWNLOAD |
- The tender documents have been uploaded to the Authority’s website - kerra.go.ke.
- The pre-tender site visit and opening dates as well as all other requirements remain as indicated in the invitation to tender dated 2nd October, 2023 and the respective tender documents.
Any inconvenience caused is regretted.
ENG JARED OMONDI
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY KERICHO REGION
TENDER NOTICE Donload Here
DATE OF TENDER NOTICE: 12TH APRIL 2019
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS FUNDED UNDERVUNDER 22% RMLF SAVINGS
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded under 22% RMLF savings in the Financial Year 2018/2019.
|
S/NO. |
ROAD NAME |
TENDER NUMBER |
RESERVED |
BUDGET |
|
1 |
CHESINENDE-KURESOI ROAD |
KeRRA/011/KCO/39/22%SAV/001/OPEN/18-19 |
OPEN |
4,550,000 |
|
2 |
KAPSAOS – MURERET ROAD |
KeRRA/011/KCO/39/22%SAV/002/OPEN/18-19 |
OPEN |
4,100,000 |
|
3 |
TEPKUTWET - MASIAT ROAD |
KeRRA/011/KCO/39/22%SAV/003/OPEN/18-19 |
OPEN |
4,800,000 |
|
4 |
KAPSUSER – KIPSOLU ROAD |
KeRRA/011/KCO/39/22%SAV/004/OPEN/18-19 |
OPEN |
3,150,000 |
|
5 |
LELAGOI JUNCTION – KIPKOK ROAD |
KeRRA/011/KCO/39/22%SAV/005/YOUTH/18-19 |
YOUTH |
3,350,000 |
|
6 |
KEBENETI – CHANGEE – SAOSET ROAD |
KeRRA/011/KCO/39/22%SAV/006/OPEN/18-19 |
OPEN |
3,500,000 |
Mandatory Pre-Tender site visits shall be conducted on Thursday, 18th April 2019. Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.
INSTRUCTIONS TO TENDERERS
Eligible bidders must meet/provide the following requirements:
- Certified copy of Certificate of Incorporation
- PIN and VAT Registration Certificate
- Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
- Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
- Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
- Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
- Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
- Proof of major items of construction equipment owned or leased;
- CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
Page 1 of 2
- Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
- Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
- A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
- Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
- Litigation History.
- Bidders shall sequentially serialise all pages for each tender document submitted.
- Bidders must be prequalified in Kericho Region for the relevant category of works (Does not apply to Youth, Women and PWD Tenders)
- Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
- Duly filled, Stamped & Signed Form of Bid
- Duly filled & Stamped Confidential Business Questionnaire
- Duly filled, stamped and signed Power of Attorney form
- Dully filled Tender Securing Declaration Form
- A copy of Pre-tender site visit certificate
- Provide a brief work methodology
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- No bidder shall be awarded more than one tender as advertised in this notice.
- Tenders shall remain valid for a period of 120 days from the date of submission.
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 13th April, 2019 or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a nonrefundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or before Friday, 26th April, 2019 at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.
REGIONAL DEPUTY DIRECTOR
KERICHO REGION
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
P O BOX 1483 KERICHO
DATE:29th November, 2018
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS TO BE FUNDED UNDER THE FUEL LEVY FUND(22%) FOR FINANCIAL YEAR 2018/2019
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRAKerichoRegion invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,and State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the Fuel Levy Fund
|
No |
CONSTITUENCY |
ROAD CODE &NAME |
CATEGORY |
TENDER No. |
DOWNLOAD |
|
1 |
Ainamoi |
E7131 Kapsaos-MureretPri. |
Open |
KeRRA/011/KCO/39/22% OPEN/013/18-19 |
|
|
2 |
URA2 Kenya Power - Ochi - KapKetienya |
Open |
KeRRA/011/KCO/39/22% OPEN/014/18-19 |
||
|
3 |
G73022 ChemobeiNur. Sch-Kapsoit |
Youth |
KeRRA/011/KCO/39/22%/YOUTH/015/18-19 |
||
|
4 |
G712626Kaptomas-Samoe-Kamatin |
PWD |
KeRRA/011/KCO/39/22%/PWD/016/18-19 |
||
|
5 |
URA3 Torit Nursery - Kondamet |
Open |
KeRRA/011/KCO/39/22% OPEN/017/18-19 |
||
|
6 |
Sigowet/Soin |
URS13 Koilsir-Kapchebangoror |
Open |
KeRRA/011/KCO/39/22%/OPEN/037/18-19 |
|
|
7 |
E1091 Kipkok Junction - Maemba |
Youth |
KeRRA/011/KCO/39/22%/YOUTH/036/18-19 |
||
|
8 |
URS14 Lelagoi Junction - Maemba |
Open |
KeRRA/011/KCO/39/22%/OPEN/038/18-19 |
||
|
9 |
Soin Sugar - Motero ECD-Chemaluk |
Open |
KeRRA/011/KCO/39/22%/OPEN/039/18-19 |
||
|
10 |
C760, Kebeneti - Kibirirgut-Kapchebangoror |
Open |
KeRRA/011/KCO/39/22%/OPEN/040/18-19 |
||
|
11 |
G73098, Kebeneti-Kabasweti |
Women |
KeRRA/011/KCO/39/22%/WOMEN/041/18-19 |
||
|
12 |
Kipkelion East |
D1732 Hill Top - Londiani |
PWD |
KeRRA/011/KCO/39/22%/PWD/018/18-19 |
|
|
13 |
G712796 Tuiyobei-Kipsirichet |
OPen |
KeRRA/011/KCO/39/22% OPEN/019/18-19 |
||
|
14 |
G712690 Kaptanet-Kichawir |
Open |
KeRRA/011/KCO/39/22% OPEN/020/18-19 |
||
|
15 |
E7337 Kiletien-Kwenet Tea Nurs. Sch.-Chepseon |
Youth |
KeRRA/011/KCO/39/22%/YOUTH/021/18-19 |
||
|
16 |
E7116 LondianiJn-Tulwap |
Open |
KeRRA/011/KCO/39/22%/OPEN/039/18-19 |
||
|
17 |
URS14 Hill Top - Wambare |
Open |
KeRRA/011/KCO/39/22% OPEN/023/18-19 |
||
|
18 |
Belgut |
URB2 Kaptebeswet/Tegat Junction-Susumwet |
PWD |
KeRRA/011/KCO/39/22%/PWD/031/18-19 |
|
|
19 |
URB3 KosachMwai-Kiptule |
Women |
KeRRA/011/KCO/39/22%/WOMEN/032/18-19 |
||
|
20 |
R7-Kericho Keben - Kiptule |
Open |
KeRRA/011/KCO/39/22% OPEN/033/18-19 |
||
|
21 |
G729978 Kabianga Factory-Kapcheluch TBC-Rogonget |
Open |
KeRRA/011/KCO/39/22% OPEN/034/18-19 |
||
|
22 |
E1107 Sosiot-Kiptaldal-Cheribo |
Open |
KeRRA/011/KCO/39/22% OPEN/035/18-19 |
||
|
23 |
Buret |
URBU2 Tepkutwet-Masiat |
Open |
KeRRA/011/KCO/39/22% OPEN/024/18-19 |
|
|
24 |
E200 Chemosot-Chepkwarkwaran |
PWD |
KeRRA/011/KCO/39/22%/PWD/025/18-19 |
||
|
25 |
G63676 Ng'ororga-Kiptewit |
Open |
KeRRA/011/KCO/39/22% RMLF/026/18-19 |
||
|
26 |
E187J1 Kapkatet-Boito |
Open |
KeRRA/011/KCO/39/22% OPEN/043/18-19 |
||
|
27 |
URBU3 Chemosot-Kiptorgo-Chemoiywo |
Women |
KeRRA/011/KCO/39/22%/WOMEN/042/18-19 |
||
|
28 |
Kipkelion West |
E7126 Barsiele-Kenyelet-Tuiyobei |
Women |
KeRRA/011/KCO/39/22%/WOMEN/027/18-19 |
|
|
29 |
URW10 Kebeneti-Changee-Saoset |
Open |
KeRRA/011/KCO/39/22% OPEN/028/18-19 |
||
|
30 |
URW11 CRF-Kaptage-Kapkwen |
Open |
KeRRA/011/KCO/39/22% OPEN/029/18-19 |
||
|
31 |
URW12 Kapewa-Ndubusat-Kebeneti |
Open |
KeRRA/011/KCO/39/22% OPEN/030/18-19 |
MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 9.00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.
PRE-TENDER SITEVISIT SCHEDULE
|
No. |
CONSTITUENCY |
PRE-TENDER DATE |
ASSEMBLE |
TIME |
|
1. |
Kipkelion West |
10th December, 2018 |
Regional Office |
9.00 am |
|
2. |
Ainamoi |
|||
|
3 |
Bureti |
11th December, 2018 |
Regional Office |
9.00 am |
|
4 |
Sigowet/Soin |
|||
|
5 |
Kipkelion East |
13th December, 2018 |
Regional Office |
9.00 am |
|
6 |
Belgut |
INSTRUCTIONS TO TENDERERS:
Eligible bidders must meet/attach the following requirements:
- Certified copy of Certificate of Incorporation
- PIN/VAT Registration Certificate
- Copy of Valid Tax compliance Certificate
- Certified copy of recent CR12 form generated through the system 12 months before opening date.
- Valid Registration Certificate with National Construction Authority (NCA) for the applicable class valid at the date of tender submission.
- Certified copy of a valid certificate of registration in a target group issued by National Treasury of the respective County Treasury in the relevant category (Youth, Women and PWD)
- Proof of Experience in works of a similar nature and size for each of the last Two years (Applicable to General Bidders only)
- Proof of major items of construction equipment owned or leased;
- CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
- Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Applicable to General Bidders only)
- Bank statements for the last six months. The statements must be certified by the bank on all pages (Applicable to General Bidders only)
- Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Youth, Women and PWD)
- Authority to seek references from the Tenderer’s bankers.
- Current litigation information
- Bidders shall sequentially serialise all pages for each tender document submitted.
- Bidders must be prequalified in Kericho Region for the relevant category of works
- Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
- Duly filled, Stamped & Signed form of Bid
- Duly filled & Stamped Confidential Business Questionnaire
- Duly filled, stamped and signed Power of Attorney form
- Dully filled Tender Securing Declaration Form
- A copy of Pre-tender site visit certificate
- Provide a brief work methodology
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- No bidder shall be awarded more than one tender as advertised in this notice.
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Tuesday 4th December, 2018.
Interested pre-qualified and eligible tenderers may obtain complete tender Documents from the regional office at KeRRA Kericho as Tuesday 4th December, 2018during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya CommercialBank (KCB) as indicated below;
Branch Name : - Moi Avenue, Nairobi
Account No. : - 1114343196
Account Name : - KeRRA A-1-A
Transacted by : R31.... (Firm name)
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before the dates, as indicated in the table below at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.
|
|
CONSTITUENCY |
DATE |
TIME |
|
1 |
Kipkelion West |
Wednesday December 19th, 2018 |
10.00 am |
|
2 |
Belgut |
10.00 am |
|
|
3 |
Soin/Sigowet |
10.00 am |
|
|
4 |
Ainamoi |
Thursday December 20th, 2018 |
10.00 am |
|
5 |
Kipkelion East |
10.00 am |
|
|
6 |
Bureti |
10.00 am |
The Regional Manager,
Kenya Rural Roads Authority,
Kericho Region,
P.O Box 1483,
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUSIA OFFICE
INVITATION TO TENDER 27th April,2021
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 tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2020-2021 for routine maintenance and Spot improvement works, funded vide 10%CS on the road indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1 |
KOTUR-KOCHOLIA (D1829) |
KeRRA/011/39/BSA/TN/10%CS/20/21-084 |
TESO NORTH |
9,644,000.00
|
OPEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding. |
3/5/2021 at 10.00am |
download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 or 8) Only.
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 28/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
Date: 6th October 2023.
FY 2023-2024 22% CRC FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.
Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF) in the Kisii Region for Routine maintenance of the following roads.
Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;
DOWNLOAD TENDER ADVERTISEMENT HERE
|
S.N |
Tender No. |
Road Name & Code |
Preference & Reservation |
|
A |
NYARIBARI MASABA CONSTITUENCY |
||
|
1 |
Nyanturago-Matibo (C740) |
Youth |
|
|
2 |
Geteri-Kiomiti (C741) |
Citizen |
|
|
3 |
Masimba-Metembe (URA1) |
Women |
|
|
4 |
Ibacho-Keroka (E6234) |
Citizen |
|
|
5 |
Ibacho-Taracha (G65131) |
Women |
|
|
6 |
Rianyoka-Amabuko-Giensembe (G65090) |
Citizen |
|
|
7 |
Matibo-Njipship (C740) |
Youth |
|
|
8 |
Masimba-Kerema –Gesusu Hospital (G65155) |
PWD |
|
|
9 |
Rianyakairo - Riombura – Metembe (URA1) |
Citizen |
|
|
10 |
Borangi - Kiamokama – Mochengo (G65138) |
Citizen |
|
|
11 |
Chingoto - Chitago – Gesabakwa (E6234) |
Citizen |
|
|
12 |
Masimba – Matibo (G65152) |
Youth |
|
|
13 |
Gesusu-Geteri (G65331) |
Citizen |
|
|
B |
KITUTU CHACHE NORTH CONSTITUENCY |
||
|
14 |
Gesieka-kiomoncha - stane botabori (E6218) |
Women |
|
|
15 |
Nyakome-Gesieka (E6219) |
PWD |
|
|
16 |
Bobaracho- Kemberana - Isecha – Tinga (E1066) |
Citizen |
|
|
17 |
Owalo-Nyakeyo (G64923) |
Youth |
|
|
18 |
Motonto - Kenyoro – Nyakeyo (G64884) |
Citizen |
|
|
19 |
Nyamotaro - Kiomoncha – Nyahera (E6183) |
Women |
|
|
20 |
Tambacha - Masakwe - Nyagonyi - Mbanda (C864) |
Citizen |
|
|
21 |
Mosocho Technical – Kegogi (G64881) |
Youth |
|
|
22 |
Marani-Nyagisenda-Nyagonyi-Mbanda (E6224) |
Citizen |
|
|
23 |
Geturi Junct - Kionganyo Pri. – Magena (G64889) |
Citizen |
|
|
25 |
Kiareni – Gesieka (G64964) |
PWD |
|
|
26 |
Kegogi - Nyaigwa CF – Eronge (G64882) |
Citizen |
|
|
C |
BOMACHOGE BORABU CONSTITUENCY |
||
|
27 |
Nyangusu – Riankuru (F6169) |
Citizen |
|
|
28 |
Bendera-Transmara Border (G65410) |
Citizen |
|
|
29 |
Etono - Randani -Kiango (G65432) |
Citizen |
|
|
30 |
Riokindo-Maroba (G65423) |
PWD |
|
|
31 |
Mokubo – Etago (G65493) |
Youth |
|
|
32 |
Etago – Magenche (D1955) |
Citizen |
|
|
33 |
Kerongo SDA-Samba – Omobera (G65438) |
Citizen |
|
|
34 |
Nyamecheo-Tongeri (G65420) |
Youth |
|
|
35 |
Magena – Ritembu (G65389 ) |
Citizen |
|
|
36 |
Riokindo - Kenyambi – Riasa (G65422) |
Citizen |
|
|
37 |
Magena – Emesa-Rikura (F6170) |
PWD |
|
|
38 |
Riamachuki – Rianyanchabera (G65377) |
Citizen |
|
|
39 |
Chingoto - Nyagancha – Riasaa (G65415) |
Women |
|
|
D |
KITUTU CHACHE SOUTH CONSTITUENCY |
||
|
40 |
Nyatieko-Nyakoe (E6225 ) |
Citizen |
|
|
41 |
Nyamataro-Iranda (E6226) |
Citizen |
|
|
42 |
Mosocho-Gesieka (G64963) |
Women |
|
|
43 |
Riverside – Gesieka (E6067) |
Youth |
|
|
44 |
Nyatieko - Kiogo – Mogumo (E1929) |
Citizen |
|
|
45 |
Raganga – Mosocho (E6217) |
PWD |
|
|
46 |
Nyabururu – Keore (G64977) |
Citizen |
|
|
47 |
Getare - Riogaro – Jokevilla (U_P26 KISII) |
Citizen |
|
|
48 |
Iranda-Nyanguru (E6224) |
Citizen |
|
|
49 |
Embassy – Keore (G64976) |
Citizen |
|
|
50 |
Dol Kodera-Matieko-Mosocho (G64986) |
Women |
|
|
51 |
Getare - Omotungi – Mogumo (E6227) |
Youth |
|
|
52 |
Roga-Gesieka (E6219) |
PWD |
|
|
E |
BONCHARI CONSTITUENCY |
||
|
53 |
Gesero-Gesonso (F6150) |
Citizen |
|
|
54 |
Matongo - Igonga – Raganga (E1068) |
Women |
|
|
55 |
Riana – Gesonso (C861) |
Youth |
|
|
56 |
Kerina - Nyameuru - Nyasagati – Mwata (G65006) |
Citizen |
|
|
57 |
Nyabieyo - Airstrip Plaza (G65016) |
Women |
|
|
58 |
Nyangoge-Botoro-Itibo (G65003) |
PWD |
|
|
59 |
Bogiakumu - Omatayo - Nyauno – Ekereore (G65572) |
Citizen |
|
|
60 |
Itierio - Oroche – Sewage (G65005) |
PWD |
|
|
61 |
Kerina - Kiorori - Bonyancha - Etureti – Gesero (R28-KISII) |
Citizen |
|
|
62 |
Iyabe – Sigisi (G65648) |
Youth |
|
|
63 |
Nyamaonde - Metaburo - Bonyaoro – Motonto (E6211) |
Citizen |
|
|
64 |
Mwata - Mugori – Nyotoima (G65018) |
Citizen |
|
|
65 |
Ekerorano - Kiambiri – Sugununa (D1914) |
Citizen |
|
QUALIFICATION FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the bid;
- Copy of Certified Certificate of Incorporation
- Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
- Copy of Valid Tax Compliance Certificate
- Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
- Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
- Valid Certified Current Single Business permit.
- Tender Security in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
- Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
- Dully, Filled, Signed and Stamped Confidential Business Questionnaire
- Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 1
- Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
- Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
- All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1.
Other Requirements
As specified in the respective tender document, submit the following;
- Attach proof of similar previous experience (attach award letters and completion certificates)
- Audited Accounts for the last 3 consecutive years
- Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
- Attach proof of equipment holding/hire in the format provided.
- Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
- Declaration of Current ongoing Works
- Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
- Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
- Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
- If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
- Provide a Work Methodology relevant to the proposed works.
- Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
- Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
- ELIGIBILITY:
- To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
- Any form of canvassing will lead to disqualification
- Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.
Note
The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.
All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 9th October 2023.
Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)
A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -
KISII REGION
Kenya Rural Roads Authority,
P.O. Box 1084-40200,
KISII.
Regional Email address: This email address is being protected from spambots. You need JavaScript enabled to view it.
REGIONAL DIRECTOR
KISII REGION
KENYA RURAL ROADS AUTHORITY
Completed tenders must be delivered to the address above so as to be received on or before Wednesday 18th October, 2023 at 11:00 AM. Bids submitted after this prescribed time shall be rejected.
The opening of bids will be on Wednesday 18th October, 2023 at 11:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Bidders with ongoing projects in the region need not to apply.
- Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 11th February, 2021
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide GOK & 10% RMLF by Minister on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
BUKEMBE-MATULO-NAMIREMBE (UG91060) |
KeRRA/011/BGM/KDY/GOK DEV/39/20/21-002 |
KANDUYI |
4,999,000.00 |
OPEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding. |
19/2/2021 |
download |
|
2. |
MAYANJA – BISUNU – SIRISIA (D1833) |
KeRRA/011/BGM/KDY/GOK/39/20/21-053 |
9,999,000.00 |
OPEN |
download | |||
|
3. |
A104 NAMBUCHI – NAKHWANA – MUYENGA (MUYENGA-TUNGO BRIDGE) (R14)
|
KeRRA/011/BGM/BML/GOK DEV/39/20/21-003 |
BUMULA |
9,999,000.00 |
YOUTH |
download | ||
|
4. |
BUMULA – TULUMBA – MAYANJA MAILO (MAYANJA KIBUKE-MATEKA) (C817)
|
KeRRA/011/BGM/BML/10% MIN/39/20/21-050 |
4,999,000.00 |
WOMEN |
download | |||
|
5. |
SANGO MALAKISI- IMANI INTERGRATED CENTRE (MAYANJA VITUNGUU-MALAKISI)
|
KeRRA/011/BGM/BML/10% MIN/39/20/21-051 |
4,998,0000.00 |
OPEN |
download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 or 8) Only.
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women and Youth)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 12/2/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Deputy Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
10th February, 2021
TENDER NOTICE (10%RMLF) for CRF 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado North to be funded using (10%RMLF) funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
F7005 |
Kahara - Ngong |
KeRRA/11/KJD/39/020/2020 - 2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
F7005 |
Kiserian – Kahara |
KeRRA/11/KJD/39/021/2020 - 2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 10th February, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 24th February 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
9th December, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
|
KISUMU CENTRAL CONSTITUENCY |
|||||
|
1. |
P24_Kisumu: ACCESS TO ST. PAUL KANYAKWAR PRIMARY ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-043 |
N/A |
Friday, 16th December, 2022 |
Youth |
download |
|
2. |
N26_Kisumu: KIREMBE SCH - USOMA BEACH ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-042 |
N/A |
Friday, 16th December, 2022 |
Women |
download |
|
3. |
P206_Kisumu: MIGOSI JUNT – LOLWE ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-040 |
N/A |
Friday, 16th December, 2022 |
Youth |
download |
|
4. |
P243: OGANGO - STAR HOSPITAL ROAD KERRA/008/39/KSM/22%CRC/KSM CENTRAL/2-48-22|23-041 |
N/A |
Friday, 16th December, 2022 |
Persons With Disability |
download |
|
5. |
N26_Kisumu: OTONGLO-RIAT LOWER ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-039 |
C |
Friday, 16th December, 2022 |
General |
download |
|
6. |
P71: SEWAGE – RIAT ROAD KERRA/008/39/KSM/22%CRC/KSMCENTRAL/2-48-22|23-038 |
N/A |
Friday, 16th December, 2022 |
Women |
download |
|
7. |
P63_Kisumu: TAKO – KAPUOTHE ROAD KERRA/008/39/KSM/22%CRC/KSMCENTRAL/2-48-22|23-037 |
C |
Friday, 16th December, 2022 |
General |
download |
|
8. |
P308_Kisumu: WESTERN WIGWA - RING ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-036 |
C |
Friday, 16th December, 2022 |
General |
downloaddownload |
|
KISUMU EAST CONSTITUENCY |
|||||
|
1. |
C853: CHIGA - DB NYANDO ROAD KERRA/008/39/KSM/22%CRC/KSMEAST/2-48-22|23-031 |
C |
Friday, 16th December, 2022 |
General |
download |
|
2. |
P297_Kisumu: D290 – NYAMASARIA ROAD KERRA/008/39/KSM/22%CRC/KSM EAST/2-48-22|23-035 |
N/A |
Friday, 16th December, 2022 |
Youth |
download |
|
3. |
N28_Kisumu: END OF SLAB – KASETA ROAD KERRA/008/39/KSM/22%CRC/KSM EAST/2-48-22|23-033 |
C |
Friday, 16th December, 2022 |
General |
download |
|
4. |
N28_Kisumu: C853: GITA – FOREST ROAD KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-22|23-034 |
N/A |
Friday, 16th December, 2022 |
Women |
|
|
5. |
C853: KIBOS – CHIGA ROAD KERRA/008/39/KSM/22%CRC/KSM EAST/2-48-22|23-032 |
C |
Friday, 16th December, 2022 |
General |
download |
|
KISUMU WEST CONSTITUENCY |
|||||
|
1. |
F6084: CHULAIMBO – MASENO ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-021 |
N/A |
Thursday, 15th December 2022 |
Women |
download |
|
2. |
D1593: KIBOSWA- DARAJA MBILI ROAD KERRA/008/39/KSM/22%CRC/KSMWEST/2-48-22|23-022 |
C |
Thursday, 15th December 2022 |
General |
download |
|
3. |
K13_Kisumu: KISIAN KALOKA ROAD KERRA/008/39/KSM/22%CRC/KSMWEST/2-48-22|23-024 |
C |
Thursday, 15th December 2022 |
General |
download |
|
4. |
P76_KSM: NDERMA- PAW AKUCHE ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-023 |
C |
Thursday, 15th December 2022 |
General |
download |
|
5. |
D1893: RIAT NYAHERA ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-025 |
C |
Thursday, 15th December 2022 |
General |
download |
|
6. |
D1801: RIAT -SINYOLO-KIGADAHI ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-009 |
N/A |
Thursday, 15th December 2022 |
Youth |
download |
|
MUHORONI CONSTITUENCY |
|||||
|
1. |
C677: ACHEGO – TAMU ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-010 |
C |
Friday, 16th December, 2022 |
General |
download |
|
2. |
E6161: KORU – FORTENAN ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-014 |
C |
Friday, 16th December, 2022 |
General |
download |
|
3. |
C852: LIE LANGO – OMBEYI ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-011 |
C |
Friday, 16th December, 2022 |
General |
download |
|
4. |
C852: MASOGO – KIBIGORI ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-012 |
N/A |
Friday, 16th December, 2022 |
Youth |
download |
|
5. |
C852: OMBEYI – MASOGO ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-013 |
N/A |
Friday, 16th December, 2022 |
Persons With Disability |
download |
|
6. |
E6165: SHIRIKA- SAUSET ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-015 |
N/A |
Friday, 16th December, 2022 |
Women |
download |
|
NYAKACH CONSTITUENCY |
|||||
|
1. |
C758: DIRUBI - SONDU ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-029 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
2. |
E6137: KANYAMLORI – CHERWA ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-030 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
3. |
E6129: PAP ONDITI- STORE PAMBA ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-026 |
N/A |
Wednesday, 14th December,2022 |
Youth |
download |
|
4. |
E6129: PAP ONDITI – BODI ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-028 |
N/A |
Wednesday, 14th December,2022 |
Women |
Revised document download |
|
5. |
E6132: SANGOROTA - KONG_OU ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-027 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
NYANDO CONSTITUENCY |
|||||
|
1. |
D1887: AWACH AWASI ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-018 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
2. |
C851: LAKE VICTORIA – RIAT ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-016 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
3. |
E6135: OTHO - ORIEDO – MAGENDO ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-019 |
N/A |
Wednesday, 14th December,2022 |
Persons With Disability |
download |
|
4. |
G62841: RANJIRA NUR SCH-OKANA NAM ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-020 |
N/A |
Wednesday, 14th December,2022 |
Youth |
download |
|
5. |
C851: RIAT – AHERO ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-017 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
SEME CONSTITUENCY |
|||||
|
1. |
E6124: AKADO – KOLWENYO ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-001/2-48-22|23-001 |
C |
Thursday, 15th December 2022 |
General |
download |
|
2. |
G62410: ALWALA- KIRINDO ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-002 |
C |
Thursday, 15th December 2022 |
General |
download |
|
3. |
G62365: ARITO LANGI- RIAT ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-004 |
N/A |
Thursday, 15th December 2022 |
Women |
download |
|
4. |
G62437: KIT MIKAYI - LUNGA PRI. SCH ROAD KERRA/008/39/KSM/22%CRC/SEME/2-48-22|23-006 |
C |
Thursday, 15th December 2022 |
General |
download |
|
5. |
G62404: KONAM - RERU-MANYWANDA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-003 |
N/A |
Thursday, 15th December 2022 |
Youth |
download |
|
6. |
F6082: KORUMBA – KAWEGA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-005 |
C |
Thursday, 15th December 2022 |
General |
download |
|
7. |
G62425: ORENGO - OKIRO – AGWAYA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-007 |
C |
Thursday, 15th December 2022 |
General |
download |
|
8. |
G62371: RERU – OPAPLA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-008 |
N/A |
Thursday, 15th December 2022 |
Women |
download |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 13th December, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 23rd December, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
MKATABA WA HUDUMA KWA WATEJA
RUWAZA: Kurahisisha Upataji Wa Huduma na Raslimali
DHAMIRA: Kuunda, kusimamia na kutunza barabara za Serikali Kuu za Kisekondari
MAADILI KUU
|
|
MWITO: Kuunganisha Magatuzi za Kenya
|
Na. |
HUDUMA |
YANAYOHITAJIKA/MAJUKUMU YA WASHIKA DAU |
ADA |
MUDA WA KUHUDUMIWA |
||
|
1. |
Kuhudumia Wateja |
Ungwana na uwazi |
Hailipishwi |
Ndani ya Dakika Kumi (10) |
||
|
2. |
lalamishi na Maswali |
1. Ukweli na Uadilifu 2. Kutumia njia rasmi ikijumuisha: · Kuja Kibinafsi · Kutumia Simu · Barua au Barua pepe · Sanduku za Maoni |
Hailipishwi |
Kututembelea Kibinafsi |
Dakika Kumi (10) |
|
|
Barua |
Siku 21 |
|||||
|
Barua pepe |
Siku Tatu (3) |
|||||
|
Ukaguzi wa Miradi |
Siku Kumi (10) |
|||||
|
Kazi za Dharura |
Masaa 48 (Haitazidi Siku 14) |
|||||
|
3. |
Ununuzi wa Bidhaa na Huduma |
1. Uhakikisho wa Kusajiliwa panapohitajika 2. Kununua stakabadhi zilizohitajika 3. Kufuata matakwa ya kikandarasi 4. Kupeana maoni ya ukweli na kwa wakati unaofaa 5. Kutii sharia na kanuni zote zinazohusika |
Kulingana na matangazo |
Kulingana na Sheria Rasmi ya Ununuzi wa Mwaka 2015 na Kanuni Zake Zote |
||
|
4. |
Upangaji wa Mikakakati ya Barabara |
1. Kushiriki kwa umma katika vikao maalum vya kutoa maoni 2. Ushirikiano 3. Maoni ya baadaye |
Ulipaji Ushuru |
Mipango ya Kimkakati |
Miaka Mitano (5) |
|
|
Mipango ya Kila Mwaka |
Miezi sita (6) kabla ya mwisho wa mwaka |
|||||
|
Miundo na Michoro ya Barabara |
Miezi Sita |
|||||
|
Ufuatiliaji na Tathmini |
Kila Miaka Miwili |
|||||
|
5. |
Ujenzi wa Barabara |
1. Kushiriki kwa umma katika vikao maalum vya kutoa maoni 2. Ushirikiano 3. Maoni ya baadaye |
Ulipaji Ushuru |
Kuundwa kwa Barabara Mpya |
Kulingana na Kandarasi |
|
|
Kazi za Kidharura |
Siku Sitini (60) |
|||||
|
Notisi za Umma |
Siku Tatu (3) |
|||||
|
6. |
Utunzi na Ukarabati wa Barabara |
1. Kushiriki kwa umma katika vikao maalum vya kutoa maoni 2. Ushirikiano 3. Maoni ya baadaye
|
Ulipaji Ushuru |
Mpangilio wa Kuunda Barabara Kila Mwaka |
Miezi sita (6) kabla ya mwisho wa mwaka |
|
|
Ukarabati wa Barabara |
Kulingana na Kandarasi |
|||||
|
Kazi za Kidesturi |
Kila Mwaka |
|||||
|
7. |
Ruhusa ya ujenzi kwa hifadhi ya barabara |
Siku Thelathini (30) |
||||
|
8. |
Malipo ya Bidhaa na Huduma |
Kutoa stakabadhi zinazohusika kama vile: · Fomu iliyo na taarifa ya Benki ( Fomu ya KeRRA BD 1)) · Agizo la Huduma au Ununuzi · Ankara/ invoisi · Vidokezo vya Uwasilishaji · Vyeti sahihi vya malipo yaliyosainiwa · Rekodi za upimaji |
Hailipishwi |
Kazi za Barabara |
Kulingana na Kandarasi |
|
|
Huduma za Ushauri wa Kiutalamu |
Kulingana na Kandarasi |
|||||
|
Bidhaa na Huduma zinginezo |
Siku Thelathini (30) |
|||||
|
9. |
Kuajiri |
1. Barua ya maombi 2. Mahitaji yanayolingana na Matangazo |
Hailipishwi |
Miezi Mitatu (3) |
||
|
10. |
Kazi Tarajali |
1. Barua rasmi kutoka shule yako 2. Barua ya Maombi 3. Wasifu wako 4. Jalada la Bima la Kuhusu Fidia |
Hailipishwi |
Miezi Mitatu (3) |
||
|
11. |
Kutoa Habari na Taarifa za Umma |
1. Ukweli na Uadilifu 2. Toa Malipo Ikiwa Yataitajika 3. Kutumia njia rasmi ikijumuisha: · Kuja Kibinafsi · Kutumia Simu · Barua au Barua pepe · Sanduku za Maoni |
Kulingana na Sheria ya Utoaji Habari na Taarifa kwa Umma |
Kututembelea Kibinafsi |
Dakika Kumi (10) |
|
|
Barua |
Siku 21 |
|||||
|
Barua pepe |
Siku Tatu (3) |
|||||
|
Ukaguzi wa Miradi |
Siku Kumi (10) |
|||||
|
Ombi la Dharura |
Masaa 48 (Haitazidi Siku 14) |
|||||
Tumejitolea kutoa huduma kwa heshima na ubora. Kwa Malalamiko, ombi au maoni kuhusu huduma na bidhaa zetu, piga ripoti kupitia;
MAHALI PETU PA OFISI:
Almashauri ya Barabara ya Mashinani,
Barabara Plaza-Block B, Barabara ya Aiport South Road
Ikipakana na Barabara ya Mombasa Road, Kenya.
ANWANI ZETU:
S. L. Posta 48151-00100 Nairobi, Kenya.
Simu: (20)7807600-605 AU +254 724735568
Anwani ya barua pepe: This email address is being protected from spambots. You need JavaScript enabled to view it.
Tovuti Yetu: www.kerra.go.ke
AU
Tembelea Ofisi Zetu Zilizo Karibu Nawe Kote Nchini
TUME YA USIMAMIZI WA HAKI NA MALALAMISHI YA UMMA (CAJ):
S. L. Posta 20414-00200 Nairobi,Kenya.
Simu: +254(20)2270000/2303000/263765/8030666
Anwani ya barua pepe: This email address is being protected from spambots. You need JavaScript enabled to view it.
Tovuti: www.ombudsman.go.ke
Anani ya Twitter: @kenyasombudsman na Facebook: Ombudsman Kenya
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
Dated: 24th August, 2023
The Kenya Rural Roads Authority hereby invites bids from registered contractors in Migori Region and those registered under AGPO for Routine Maintenance of selected Roads to be funded under the GOK/Development as detailed below: The Advert to be read together with the bid document.
|
|
|
GROUP A: OPEN TO ALL CONTRACTORS |
|
||
|
S/No |
Name of Road |
Category of Works |
Tender No. |
Bid bond |
|
|
Alara Nyambija-Lwanda Kawuor |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/107 |
200,000.00 |
download | |
|
Angaga-Loo Rateng |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/108 |
200,000.00 |
download | |
|
Ang’ogo-Kwe |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/109 |
200,000.00 |
download | |
|
Dede-Modern Market-Kaudha |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/110 |
200,000.00 |
download | |
|
Kabola-Dede-Ranen |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/112 |
200,000.00 |
download | |
|
Kamwaya-Kodeny |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/113 |
200,000.00 |
download | |
|
Kobura-Kajausonga-Madiaba |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/114 |
200,000.00 |
download | |
|
Kodeny-Kodhia |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/115 |
200,000.00 |
download |
|
|
Kokuro Kiche-Ombasa-ODM Junction |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/116 |
200,000.00 |
download | |
|
Kwoyo Kodalo-Koyier |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/117 |
200,000.00 |
download | |
|
Lwanda-Kokuro-Pap Kamola |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/118 |
200,000.00 |
download | |
|
Ng’onga-Saka-Lwala |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/120 |
200,000.00 |
download | |
|
Nyang’aya Footbridge-Nyakuru |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/121 |
200,000.00 |
download | |
|
Nyasore-Ang’ogo-Mitwe |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/122 |
200,000.00 |
download | |
|
Nyasore-Kuoyo-Kodalo |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/123 |
200,000.00 |
download | |
|
Otacho-Ranen |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/125 |
200,000.00 |
download | |
|
Sony Junction-Wayagi-Guba-Lianda |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/126 |
200,000.00 |
download | |
|
Utoma-Mahena |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/127 |
200,000.00 |
download | |
|
Yengu-Alara |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/128 |
200,000.00 |
download |
|
|
Remachomba-Kengariso SDA |
Grading &Gravelling |
KeRRA/08/MIG/KW/GOK/39/22-23/142 |
200,000.00 |
download | |
|
Nyakore-Komorege-Nyanchabo |
Grading &Gravelling |
KeRRA/08/MIG/KW/GOK/39/22-23/143 |
200,000.00 |
download | |
|
Nyamasonse-Bogambero |
Grading &Gravelling |
KeRRA/08/MIG/KW/GOK/39/22-23/144 |
200,000.00 |
download | |
|
Nyatira-Sagegi |
Grading &Gravelling |
KeRRA/08/MIG/KW/GOK/39/22-23/145 |
200,000.00 |
download | |
|
Nyatuoro-Lwanda KOnyango |
Grading &Gravelling |
KeRRA/08/MIG/NTK/GOK/39/22-23/080 |
160,000.00 |
download | |
|
Osiri-Magawa |
Grading &Gravelling |
KeRRA/08/MIG/NTK/GOK/39/22-23/081 |
160,000.00 |
download | |
|
Kodila-Sango |
Grading &Gravelling |
KeRRA/08/MIG/SE/GOK/39/22-23/075 |
140,000.00 |
download | |
|
Rabuor-Mirunga |
Grading &Gravelling |
KeRRA/08/MIG/SE/GOK/39/22-23/076 |
140,000.00 |
download |
|
|
Radienya-Nyamingo |
Grading &Gravelling |
KeRRA/08/MIG/SE/GOK/39/22-23/077 |
N/A |
download | |
|
Kojea-Kokoto-Nyathira |
Grading &Gravelling |
KeRRA/08/MIG/SE/GOK/39/22-23/078 |
140,000.00 |
download | |
|
Rairi-Kangeso Box Culvert |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/131 |
200,000.00 |
download | |
|
Kanga School-Kuja Old Bridge-Rare-Mitwe |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/132 |
200,000.00 |
download | |
|
Kogenya-Nyaduya Box Culvert |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/133 |
200,000.00 |
download | |
|
Pamba Kochuodho-Manyata Box Culvert |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/134 |
200,000.00 |
download | |
|
Orembe Primary-Kogenya Box Culvert |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/136 |
200,000.00 |
download | |
|
Misadhi SDA-Siala Primary Box Culvert |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/138 |
200,000.00 |
download | |
|
Chula-Kitembe-Komito Box Culvert |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/139 |
200,000.00 |
download | |
|
Arombe-Wiga Girls |
Grading &Gravelling |
KeRRA/08/MIG/SW/GOK/39/22-23/070 |
200,000.00 |
download | |
|
Suna West TTI |
Grading &Gravelling |
KeRRA/08/MIG/SW/GOK/39/22-23/072 |
200,000.00 |
download |
|
Ragana Dispensary-Kanyaganda |
Grading &Gravelling |
KeRRA/08/MIG/SW/GOK/39/22-23/073 |
200,000.00 |
download | |
|
Koguta Junction-Masara Junction |
Grading &Gravelling |
KeRRA/08/MIG/SW/GOK/39/22-23/074 |
200,000.00 |
download |
|
|
Kadongo-Sigiria-Kawai |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/082 |
200,000.00 |
download | |
|
Kamara-Kibuye-Masaa Road |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/083 |
200,000.00 |
download | |
|
Mirunga-Oyani Acess |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/085 |
200,000.00 |
download | |
|
Andingo School-Awendo |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/086 |
200,000.00 |
download | |
|
Ayiego-Pala |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/087 |
200,000.00 |
download |
|
|
Odiny Odiny Access Road |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/089 |
200,000.00 |
download | |
|
Uriri Market Paving lot 1 |
Cabro Paved Works |
KeRRA/08/MIG/URI/GOK/39/22-23/090 |
200,000.00 |
download | |
|
Uriri Market Paving lot 2 |
Cabro Paved Works |
KeRRA/08/MIG/URI/GOK/39/22-23/091 |
200,000.00 |
download | |
|
Korwiri Paving |
Cabro Paved Works |
KeRRA/08/MIG/URI/GOK/39/22-23/092 |
200,000.00 |
download | |
|
Chunge Nyamasare Box Culvert |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/093 |
200,000.00 |
download | |
|
Catholic-Odiny Odiny |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/094 |
200,000.00 |
download | |
|
Lwanda Konyuna School Access |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/095 |
200,000.00 |
download | |
|
Ramuoma School Access |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/096 |
200,000.00 |
download | |
|
Chief Kawisa School Access |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/098 |
200,000.00 |
download | |
|
Runda Access Road |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/099 |
200,000.00 |
download | |
|
Magongo Bridge |
Bridge Works |
KeRRA/08/MIG/URI/GOK/39/22-23/100 |
|
download | |
|
Masira-Kokech Bridge |
Bridge Works |
KeRRA/08/MIG/URI/GOK/39/22-23/101 |
|
download | |
|
GROUP B: RESERVED FOR FIRMS OWNED BY YOUTHS |
|||||
|
Akoko-Aora Jope |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/106 |
|
download | |
|
Kajulu Access Road |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/097 |
|
download |
|
Kamagambo-Pundo-Nyaburu |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/130 |
|
download | |
|
Obuya SDA-Kojambo |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/124 |
|
download | |
|
Magongo-Oyani |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/084 |
|
download | |
|
GROUP C: RESERVED FOR FIRMS OWNED BY WOMEN |
|||||
|
Ogwedhi-Kisindi |
Grading &Gravelling |
KeRRA/08/MIG/SE/GOK/39/22-23/079 |
|
download | |
|
Yengu-Nyariro-Puro Twang-Nyang’aya |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/129 |
|
download | |
|
Kenya Relief-Bishop Okinda |
Grading &Gravelling |
KeRRA/08/MIG/SW/GOK/39/22-23/071 |
|
download | |
|
Opapo-Opanga-Nyamuga |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/135 |
|
download | |
|
Dede-Madiaba-Kwoyo |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/111 |
|
download | |
|
GROUP D: RESERVED FOR FIRMS OWNED BY PERSONS LIVING WITH DISABILITIES (PWD) |
|||||
|
Bware-Stella |
Grading &Gravelling |
KeRRA/08/MIG/URI/GOK/39/22-23/088 |
|
download | |
|
Junction Korina-Sango-Kudho |
Grading &Gravelling |
KeRRA/08/MIG/RON/GOK/39/22-23/137 |
|
download | |
|
Manyatta-Sangla Kagak |
Grading &Gravelling |
KeRRA/08/MIG/AWEN/GOK/39/22-23/119 |
|
download | |
|
Mabera TTI-Kubweye Baptist Church |
Grading &Gravelling |
KeRRA/08/MIG/KW/GOK/39/22-23/141 |
|
download | |
Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke.Further information can be obtained from Supply Chain Office in Migori during normal working hours Monday – Friday (8AM _5PM).
Tenderers are requested to apply for the category of works specified above. The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification.
- Certified copy of certificate of Incorporation
- Certified copy of VAT registration
- Certified copy of PIN registration
- Copy of certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above to be checked online.
- Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
- Duly filled Confidential Business Questionnaire (CBQ)
- Certified Current CR12 (within 12 Months before date of opening) Form from the registrar of companies accompanied by certified copies of directors’ identity cards.
- All pages of the submitted documents to be Serialised/Paginated (i.e. 1, 2, 3, 4, 5…………………………. Up to the last page)
- Bank Statement for the last Three months from the date of the advert (June, July, August)
- Major items of construction equipment owned or leased
- Authority to seek reference from the Tenderer’s bankers
- Experience in work of a similar nature and size for the last three years.
- Qualifications and experience of key site management and technical personnel proposed for the contract.
- Attach certified Current business Permit
- Form of tender shall be filled, signed and stamped.
- Submit a written power of attorney executed by a commissioner of Oaths authorizing the signatory of the bid to commit the bidder.
- Submission of audited accounts for the last three Years (2020,2021,2022) to demonstrate the soundness of the applicant financial position.
- Certification of documents shall be original and executed by a commissioner of oaths.
- Any other information / condition as stipulated in the tender Documents
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) must provide the following additional information:
- A copy of certified certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
- For PWD tenders, attach a valid and certified copy of proof of registration with NCPWD.
- Contractors under special categories must provide a properly and dully filled signed and stamp tender security declaration form for tender No, 58,59,60,61,62,63,64,65,66,67,68,69,70 and 71 respectively.
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Pretender site visit is mandatory and bidders are required to visit site and thereafter collect a duly signed pretender site visit certificate from the respective Constituency Roads Officer.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 12th September, 2023 at 11:00 am” should be addressed to the undersigned and deposited in the appropriate tender box situated at the KeRRA Regional Office in Migori.
The tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
Eng. Michoma J.N
REGIONAL DIRECTOR
Kenya Rural Roads Authority
MIGORI
KENYA RURAL ROADS AUTHORITY
2nd November 2020.
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.
Kenya Rural Roads Authority Murang’a Region has received funds for maintenance of various roads in the Region for the Financial Year 2020 – 2021 and invites sealed tenders for the Roads listed below: -
|
Tender Ref. |
Road No. |
Road Name |
Brief Description of Major Activities |
Target Group |
|
U_G28241 |
IREMBU - NYERERE (Section 1) |
Bush clearing, Culvert installation, Grading &Gravelling works |
YOUTH, WOMEN & PWD |
|
|
U_G28469 |
MAKUYU RAILWAY - ATHARA PRIMARY (section 1) |
Bush clearing, Culvert installation, Grading &Gravelling works |
YOUTH, WOMEN & PWD |
|
|
U_G28381 |
MITHINI - NDARABATI (Section 1) |
Drainage excavation, Culvert Installation, stone pitching, Gabion installation, Rock fill, Grading &Gravelling works |
OPEN |
|
|
U_G28241 |
IREMBU - NYERERE (Section 2) |
Gravelling works |
PWD |
|
|
U_G28469 |
MAKUYU RAILWAY - ATHARA PRIMARY (section 2) |
Gravelling works |
PWD |
|
|
U_G28381 |
MITHINI - NDARABATI (Section 2) |
Bush clearing, Grading Gravelling works |
YOUTH, WOMEN & PWD |
|
|
D1402 |
MUNGARIA - GITHUMU (Section 01) |
Bush clearing, Grading& Gravelling works |
YOUTH, WOMEN & PWD |
|
|
D1402 |
MUNGARIA - GITHUMU (Section 02) |
Bush clearing, Grading & Gravelling works |
YOUTH, WOMEN & PWD |
|
|
UNCL. 384 |
RUONA - GITHUYA |
Bush clearing, Culvert Installation Grading & Gravelling works |
YOUTH, WOMEN & PWD |
|
|
UNCL. 384 |
ORPHANAGE - SUNSET(GAICHANGRWARE) - RUONA - GITHUYA |
Bush clearing, Culvert Installation Grading & Gravelling works |
OPEN |
|
|
U_G28913 |
KABATI - GITAIMBWA |
Bush clearing, Grading & Gravelling works |
PWD |
|
|
U_G28891 |
KABATI - GACHARAGE |
Bush clearing, Grading & Gravelling works |
OPEN |
|
|
U_G29421 |
JCT.E503 KIMATTA - JCT.U_G29447 - THITHI RIVER (HA GITIEMU) |
Bush clearing, ditch cleaning, concrete, Grading & Gravelling works |
OPEN |
|
|
C505 |
DB MATHIOYA - JCT B25 MURANGA |
Bush clearing, Grading & Gravelling works |
OPEN |
|
|
U_G27410 |
KIRIA - NGARU (Gathama - Gathagama) |
Bush clearing, ditch cleaning, Grading & Gravelling works |
YOUTH WOMEN & PWD, |
|
|
U_G27739 |
MUKUNGAI - GATHINJIA - WANGU |
Bush clearing, ditch cleaning, Grading & Gravelling works |
YOUTH WOMEN & PWD, |
|
|
E2170 |
MATHAITHI - KANGURUE - KANGARI |
Bush clearing, ditch cleaning & Gravelling works |
OPEN |
|
|
U_G28200 |
Karaba - Kiria |
Bush clearing, ditch cleaning, Grading & Gravelling works |
OPEN |
|
|
U_G28648 |
MATHAREINI - KWA MUCHAI |
Bush clearing, ditch cleaning, Grading & Gravelling works |
OPEN |
|
|
U_G27579 |
Kaumbui - Maisha |
Drainage excavation, Culvert Installation, stone pitching, Gabion installation, Rock fill, concrete, Grading &Gravelling works |
OPEN |
|
|
U_G27681 |
JUSTICE GACHUKI - KAHUAI - WANGONDU RD |
Bush clearing, Culvert Installation Grading & Gravelling works |
YOUTH, WOMEN & PWD |
|
|
U_G27793 |
IGANJO(GAKIRA) - MARIMIRA |
Bush clearing, ditch cleaning, Grading & Gravelling works |
OPEN |
|
|
U_G27910 |
GATHIMA CHEGE - MATARA KAHARI |
Bush clearing, Culvert Installation Grading & Gravelling works |
OPEN |
|
|
U_G27765 |
JUNCT.E539 IHIGA - JUNCT. E540J1 KARIRAU |
Bush clearing, Culvert Installation Grading & Gravelling works |
OPEN |
|
|
U_G28778 |
GITHUNGURI - GATUMBO BRIDGE -MAI-INI |
Bush clearing, ditch cleaning, concrete, Grading & Gravelling works |
OPEN |
|
|
F2259 |
GITHUMU - RWATHE (Ruona - Mukuria) |
Ditch cleaning &Gravelling works |
OPEN |
|
|
F2259 |
MARIAINI - GITHUMU (Ruona - Mukuria) |
Bush clearing, Grading&gravelling |
OPEN |
|
|
E2180 |
GATITU - KARIMAMWARO |
Bush clearing, Grading &gravelling works |
YOUTH, WOMEN & PWD |
|
|
E2180 |
GATITU - KARIMAMWARO |
Ditch cleaning &Gravelling works |
OPEN |
|
|
E2180 |
Jct. C502 KNDARA - KARIMA |
Bush clearing, Culvert cleaning, culvert installation, Grading & Gravelling works |
OPEN |
|
|
E2180 |
KARIMA - MWARO (KAMUBERAINI) |
Ditch cleaning &Gravelling works |
OPEN |
|
|
U_G28690 |
KIANGENYE - KIRIKA |
Bush clearing, Grading & gravelling works |
OPEN |
|
|
U_G28690 |
KIANGENYE - KIRIKA |
Ditch cleaning &Gravelling works |
OPEN |
|
|
D1397 |
GATITU - KARIMAMWARO |
Bush clearing, Culvert cleaning, culvert installation, Grading & Gravelling works |
OPEN |
|
|
D1397 |
KARIMAMWARO - GAKUI |
Ditch cleaning &Gravelling works |
OPEN |
|
|
U_G28937 |
CHARAGU - MAHUTIA VILLAGE |
Bush clearing, Grading & Gravelling works |
OPEN |
|
|
U_G28937 |
MAHUTIA VILLAGE - KANDARA HOSPITAL |
Ditch cleaning &Gravelling works |
OPEN |
|
|
D1398 |
- KAGUMOINI - GATHIMA-KARITI |
Bush clearing, Culvert cleaning, culvert installation, concrete Grading &Gravelling works |
YOUTH, WOMEN & PWD |
|
|
D1398 |
NJIRA INYA - NDUKA NGURU |
Bush clearing, Grading & Gravelling works |
OPEN |
|
|
E2176(E510Y) |
Githioro - Kirigithu |
Bush clearing, Ditch cleaning Grading & Gravelling works |
OPEN |
|
|
E2176(E510Y) |
Gacharage - Kaguthi |
Bush clearing, Ditch cleaning Grading & Gravelling works |
YOUTH, WOMEN & PWD |
|
|
D1402 |
MUNGARIA - GITHUMU (Section 03) |
Ditch cleaning &Gravelling works |
OPEN |
|
|
D1402 |
MUNGARIA - GITHUMU (Section 04) |
Bush clearing, Ditch cleaning Grading & Gravelling works |
OPEN |
|
|
U_G28254 |
MARAGUA POLICE - MARAGUA TOWN |
Ditch cleaning Grading & Gravelling works |
YOUTH, WOMEN & PWD |
|
|
U_G28254 |
MARAGUA POLICE - MARAGUA TOWN |
Gravelling Works |
YOUTH, WOMEN & PWD |
|
|
U_G28469 |
MAKUYU RAILWAY - ATHARA PRIMARY (section 3) |
Bush clearing, Grading & Gravelling works |
OPEN |
|
|
U_G28469 |
MAKUYU RAILWAY - ATHARA PRIMARY (section 4) |
Gravelling Works |
OPEN |
|
|
UNCL. 344 |
GIKONO - MANGOTO - KWA BATON |
Bush clearing, Culvert Installation, Grading & Gravelling works |
OPEN |
|
|
UNCL. 344 |
GIKONO - MANGOTO - KWA BATON |
Gravelling Works |
OPEN |
|
|
E528 |
Kaharo - Itaaga |
Bush clearing, Grading & Gravelling works |
OPEN |
|
|
U_G28460 |
JCT. A2 KANDARA - KAGAA |
Bush clearing, Ditch cleaning, Culvert Installation, Grading & Gravelling works |
YOUTH, WOMEN & PWD |
Bidders MUST meet the following requirements alongside other requirements contained in tender documents: -
- Have Valid Tax Compliance Certificate.
- Be Prequalified under Category ‘C’ in Respective Constituencies for open category
- Attach certified valid special group certificate copy for target group indicated Youth, Women& people with disability
- Attach certified copy Current Single Business Permit
- Attach copy of valid National Construction Authority Certificate accompanied with a valid practicing license
- All pages of Bids Submitted (tender document) must be Serialized Sequentially
- Subsequent to presidential directives issued on COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarizes themselves with the site before submission of their bids. We will also, enhance covid-19 protocols to keep all of us safe during tender opening.
Tender documents with detailed requirements may be purchased from the office of the Deputy Director, Murang’a Regional Offices situated at Murang’a town upon payment of a Non – refundable fee of Kshs. 1,000 per set in form of Bankers Cheques payable to Kenya Rural Roads Authority during normal working days (Monday – Friday) and hours (8:00am – 5:00pm). Documents can also be downloaded free of charge from kerra website: www.kerra.go.ke
Complete tender documents in Sealed Plain Envelopes marked with Tender Reference (MUR/10%BY CS…) number and Description, without indication of Bidder’s identity, should be sent to the address below or deposited in Tender Box located within the Kenya Rural Roads Authority Murang’a Region Offices.
Deputy Director
Kenya Rural Roads Authority
Murang’a Region
P.O. Box 633-10200,
MURANG’A
So as to be received by 17TH November 2020 at 10:00 am and will be opened immediately thereafter in the presence of bidders’ representatives who may choose to attend.
Eng. J.M. Wanjohi
DEPUTY DIRECTOR
MURANG’A REGION
Click to Download TENDER NOTICE
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Registered in KeRRA Nyamira Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the 22%RMLF-SAVINGS FOR FINANCIAL YEAR 2020-2021.
|
No. |
TENDER NUMBER |
ROAD NAME |
CONSTITUENCY |
ELIGIBILITY |
Dowload |
|
1 |
KeRRA/11/NMR/39/2-47-090-20|21 |
Esani - Magombo |
Kitutu-Masaba |
YOUTH |
Dowload |
|
2 |
KeRRA/11/NMR/39/2-47-091-20|21 |
Karantini - Rikenye (D224) Mochenwa |
Kitutu-Masaba |
OPEN |
Dowload |
|
3 |
KeRRA/11/NMR/39/2-47-096-20|21 |
Egetugi-Nyapara |
Kitutu-Masaba |
OPEN |
Dowload |
|
4 |
KeRRA/11/NMR/39/2-47-095-20|21 |
Rionyangi - Bumburia (E1071) |
West-Mugirango |
PWD |
Dowload |
|
5 |
KeRRA/11/NMR/39/2-47-094-20|21 |
Nyaramba(Tombe Junct) - Isinta - Avocado |
North-Mugirango |
OPEN |
Dowload |
|
6 |
KeRRA/11/NMR/39/2-47-093-20|21 |
Mwongori - Mogusii Sec- Mogusii Tea Estate |
Borabu |
WOMEN |
Dowload |
Scope of Work
The scope of works shall be as described in the bid document.
NOTE:
- All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
- Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice.
- Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid.
- Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
- Other Requirements are as specified in the respective tender documents.
Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) located in the Regional Office at the Public Works Building or be addressed and sent to;
The Deputy Director,
Kenya Rural Roads Authority-Nyamira Region,
P.O. Box 27-40500,
NYAMIRA
So as to be received on or before Wednesday 2nd June, 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng.J.M.Obwocha,
DEPUTY DIRECTOR
The role of KeRRA is the development, rehabilitation, maintenance and management of rural roads in the country. This is properly stated in the Kenya Roads Act 2007 and will comprise the following functions and duties.
Constructing, upgrading, rehabilitating and maintaining rural roads.Controlling reserves for rural roads and access to roadside developments.Implementing road policies in relation to rural roads.Ensuring adherence by motorists to the rules and guidelines on axle load control prescribed under the Traffic Act or any other existing regulations.Ensuring that the quality of road works is in accordance with such standards as may be defined by the Minister.In collaboration with the Ministry responsible for Transport and the Police Department, overseeing the management of traffic on rural roads and issues related to road safety.
Collecting and collating all such data related to the use of rural roads as may be necessary for efficient forward planning.Monitoring and evaluating the use of rural roadsPlanning the development and maintenance of rural roadsLiaising and co-ordinating with other Authorities in planning and operations in respect of roadsPreparing road work programmes for all rural roadsAdvising the Minister on all issues relating to rural roads; and Performing such other functions related to rural roads as may be directed by the Minister.
The Authority is responsible for the following categories of roads; D,E,F,G,K,L,P,R,s,T,u,W
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER NOTICE
Thursday, 23rd October, 2023
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, within the Ministry of Roads, Transport and Public Works, charged with the responsibility of management, maintenance, rehabilitation and development of Rural Road network in the Country.
In the Financial Year 2023/2024, KeRRA, KAKAMEGA REGION, allocated funds under 22% and 10% RMLF Funds for Routine Maintenance and Spot improvement of various Roadworks projects in, Lugari, Lurambi, likuyani, Mumias West, Khwisero, Navakholo, Shinyalu, Matungu, Malava and Ikolomani Constituencies in the Region and hereby invites bids from interested eligible Contractors Registered in Kakamega Region as well as Special Groups (AGPO) registered by the National Treasury to carry out the roadworks projects underlisted.
|
TENDER NO. |
TENDER DESCRIPTION |
FUNDING VOTE, CONSTITUENCY |
RESERVATION |
NCA CATEGORY |
|
KERRA/008/KAK/22% RMLF/IKOLOMANI/2-55-23|24-02
|
E9127 MALINYA-LUSUI ROAD |
IKOLOMANI |
PWD |
5 or 6 |
|
E9128 MALINYA-SHIKUMU ROAD |
IKOLOMANI |
OPEN |
5 or 6 |
|
|
F9068 SHISESO- ISULU- SHIKUMU ROAD |
IKOLOMANI |
OPEN |
5 or 6 |
|
|
G92805 ILUYA- ITULI ROAD |
IKOLOMANI |
WOMEN |
7 or 8 |
|
|
G92820 MUMBESTA- IMULIRU- SHIKULU ROAD |
IKOLOMANI |
OPEN |
5 or 6 |
|
|
G92822 SHIKUMU- KILINGILI ROAD |
IKOLOMANI |
YOUTH |
7 or 8 |
|
|
D1770 KAMBIRI-MUKHONJE ROAD |
SHINYALU |
OPEN |
5 or 6 |
|
|
D1770 MUKHONJE-CHIROVANI ROAD |
SHINYALU |
OPEN |
5 or 6 |
|
|
E9149 SHABWALI-IKWIRENYI ROAD |
SHINYALU |
WOMEN |
5 or 6 |
|
|
E9150 SHIBUYE-RIVER MUKHUVITSA ROAD |
SHINYALU |
OPEN |
5 or 6 |
|
|
E9152 KHYEGA-SHIBUYE ROAD |
SHINYALU |
OPEN |
5 or 6 |
|
|
E9154 MURHANDA – VIREMBE ROAD |
SHINYALU |
PWD |
5 or 6 |
|
|
C785 CHEBUYUSI-SAMITSI ROAD |
NAVAKHOLO |
OPEN |
5 or 6 |
|
|
C786 BUHERI-R.SIVILE ROAD |
NAVAKHOLO |
WOMEN |
5 or 6 |
|
|
D1766 EMUKABA(BRIDGE)- LUKUME ROAD |
NAVAKHOLO |
PWD |
7 or 8 |
|
|
D1777 MALAHA-KHARANDA ROAD |
NAVAKHOLO |
YOUTH |
5 or 6 |
|
|
D1783 INGOTSE-LUKUME ROAD |
NAVAKHOLO |
OPEN |
5 or 6 |
|
|
G92428 KHAUNGA- ECD- NZOIA(SISOKHE- DOROFU) ROAD |
NAVAKHOLO |
OPEN |
5 or 6 |
|
|
G92441 NANGANDA- ECD- NAMUKOYE ROAD |
NAVAKHOLO |
OPEN |
7 or 8 |
|
|
G92552 NAKTARE JNCT-KWANDUN ROAD |
NAVAKHOLO |
OPEN |
5 or 6 |
|
|
C675 BAMA-LUGOTA-OLEK ROAD |
KHWISERO |
OPEN |
5 or 6 |
|
|
C675 ESHITIRI-OMUSABE-OUTIKO ROAD |
KHWISERO |
OPEN |
7 or 8 |
|
|
C675 MULUBASA-BAMA-MUTEMBE ROAD |
KHWISERO |
YOUTH |
7 or 8 |
|
|
C787 NAMASOLI(BOX CULVERT) ROAD |
KHWISERO |
OPEN |
5 or 6 |
|
|
G93386 KONA MBAYA-OPENDA-ELUEDE ROAD |
KHWISERO |
WOMEN |
7 or 8 |
|
|
G93390 KHUMSALA-MUSHINGOLO-ESHIROTSA ROAD |
KHWISERO |
PWD |
7 or 8 |
|
|
G93399 MULWANDA-MUNYANZA-EMUNGWESO ROAD |
KHWISERO |
YOUTH |
7 or 8 |
|
|
G93400 ESHIONGO-EBUTALI-IBIDA-WAMBULI ROAD |
KHWISERO |
WOMEN |
7 or 8 |
|
|
G93409 KHUSHUMLA-BOREHOLE ROAD |
KHWISERO |
OPEN |
7 or 8 |
|
|
G93433 DUDI-GOT REGEA ROAD |
KHWISERO |
OPEN |
7 or 8 |
|
|
G93764 EJINJA-WATOYA ROAD |
MATUNGU |
OPEN |
5 or 6 |
|
|
F9092 NAMBEREKEA-MIRERE-JNCT ROAD |
MATUNGU |
OPEN |
5 or 6 |
|
|
S6203 PANYAKO-MAKUNDA-MAYONI ROAD |
MATUNGU |
YOUTH |
5 or 6 |
|
|
G93775 LUNGANYIRO-RV. NANYENI ROAD |
MATUNGU |
OPEN |
5 or 6 |
|
|
F9091 EJINJA- NAMALASIRE ROAD |
MATUNGU |
WOMEN |
5 or 6 |
|
|
G93566 MUSANDA-BUCHIRINYA-ELUKONGO JNCT ROAD |
MUMIAS WEST |
OPEN |
5 or 6 |
|
|
K1 MUMIAS-MATAWA-RV. NZOIA ROAD |
MUMIAS WEST |
PWD |
5 or 6 |
|
|
E9200 WANG NYANG-IMANGA ROAD |
MUMIAS WEST |
OPEN |
5 or 6 |
|
|
E9202 IMANGA JNCT-BUCHIFI-BUTOBE-NYAPETA-OTIATO ROAD |
MUMIAS WEST |
OPEN |
5 or 6 |
|
|
E9197 BUNGASI-BUKAYA ROAD |
MUMIAS WEST |
OPEN |
5 or 6 |
|
|
G93707 MATAWA-BUCHIFI SCHS-OTIATO ROAD |
MUMIAS WEST |
YOUTH |
5 or 6 |
|
|
D1771 FAFARO-SOYSAMBU ROAD |
LIKUYANI |
PWD |
5 or 6 |
|
|
C623 KONA MBAYA- RV. NZOIA ROAD |
LIKUYANI |
OPEN |
5 or 6 |
|
|
C622 TURBO-KOGO-RV. NZOIA ROAD |
LIKUYANI |
OPEN |
5 or 6 |
|
|
E9112 LIKUYANI-NASIANDA-SOYSAMBU ROAD |
LIKUYANI |
YOUTH |
5 or 6 |
|
|
E9118 MATUNDA-NANGILI ROAD |
LIKUYANI |
OPEN |
5 or 6 |
|
|
E9124 MOIS BRIDGE-TULIENGE ROAD |
LIKUYANI |
OPEN |
5 or 6 |
|
|
C638 CHIMOI-MANDA(CB NANDI) ROAD |
MALAVA |
OPEN |
5 or 6 |
|
|
D1769 LUBAO-INGAVIRA ROAD |
MALAVA |
OPEN |
5 or 6 |
|
|
E9145 MALAVA- MALICHI ROAD |
MALAVA |
OPEN |
5 or 6 |
|
|
F9077 TANDE – NAMAGARA ROAD |
MALAVA |
WOMEN |
5 or 6 |
|
|
G92161 MUKAVAKAVA- SALVATION ARMY JNCT ROAD |
MALAVA |
OPEN |
5 or 6 |
|
|
G92381 BUTALI-CHEGULO-MATSAKA ROAD |
MALAVA |
PWD |
5 or 6 |
|
|
C678 MUSENO – MASIYENZE ROAD |
SHINYALU |
OPEN |
7 or 8 |
|
|
C780 KAMBIRI IKOLI ROAD |
SHINYALU |
YOUTH |
5 or 6 |
|
|
D1769 MURHANDA - INGAVIRA |
SHINYALU |
OPEN |
5 or 6 |
|
|
E9155 MUNDULU ECD-MURHANDA ROAD |
SHINYALU |
OPEN |
5 or 6 |
|
|
G92428 MUSAKA-CHEKATA-MUREGU ROAD |
NAVAKHOLO |
OPEN |
5 or 6 |
|
|
G92514 EBURENGA- NALUCHIRA ROAD |
NAVAKHOLO |
PWD |
5 or 6 |
|
|
G92526 MATIA- EWAMAKHUMBI- SUMEA ROAD |
NAVAKHOLO |
OPEN |
5 or 6 |
|
|
C675 MUYAMBULI-EMULUSIO ROAD |
KHWISERO |
YOUTH |
7 or 8 |
|
|
E9215 KHWISERO-MWISESHE ROAD |
KHWISERO |
OPEN |
7 or 8 |
|
|
G93386 EMULUNYA-ELWANGALE PRI ROAD |
KHWISERO |
WOMEN |
7 or 8 |
|
|
G93388 EMALINDI-ESHIMBU-MUNDAHA ROAD |
KHWISERO |
PWD |
7 or 8 |
|
|
G93390 KHWISERO-MULWANDA-MUNDEKO ROAD |
KHWISERO |
OPEN |
7 or 8 |
|
|
G93401 MWIHILA-ELUKARI-EMWIRU ROAD |
KHWISERO |
OPEN |
7 or 8 |
|
|
G93419 EMAKO-EBUSHIRI ROAD |
KHWISERO |
OPEN |
7 or 8 |
|
|
C782 MATUNGU-RV.SIO ROAD |
MATUNGU |
YOUTH |
5 or 6 |
|
|
G93756 ST. PAULS JNCT- SAYANGWE- ITETE MKT ROAD |
MATUNGU |
OPEN |
7 or 8 |
|
|
G93656 R. RUWE-BURIYA-LUKONGO-YWAYA ROAD |
MUMIAS WEST |
OPEN |
5 or 6 |
|
|
G93699 IKHONJE – IYABO ROAD |
MUMIAS WEST |
WOMEN |
5 or 6 |
|
|
G93699 AHOINJIO SCHS-SHIKALAME ROAD |
MUMIAS WEST |
OPEN |
5 or 6 |
|
|
C623 MATUNDA POLISE-KONA MBAYA ROAD |
LIKUYANI |
OPEN |
7 or 8 |
|
|
D1554 MURIOLA-LIKUYANI-MUSONYE JUNCT ROAD |
LIKUYANI |
YOUTH |
5 or 6 |
|
|
E9117 NYORTIS – LUGULU ROAD |
LIKUYANI |
OPEN |
7 or 8 |
|
|
D1780 NZOIA MARKET -MBURURU- MACHINE ROAD |
LIKUYANI |
OPEN |
7 or 8 |
|
|
C780 MALICHI-KUVASALI ROAD |
MALAVA |
PWD |
5 or 6 |
|
|
C785 MALAVA-SAMITSI ROAD |
MALAVA |
OPEN |
5 or 6 |
|
|
G92251 SHIPALA-TANDE ROAD |
MALAVA |
OPEN |
7 or 8 |
|
|
C678 MUSENO-MPAKA ROAD |
IKOLOMANI |
OPEN |
5 or 6 |
|
|
E9130 MALIMILI- MUSOLI ROAD |
IKOLOMANI |
PWD |
5 or 6 |
|
|
E9215 MWITESESHE-SHIKUNGA ROAD |
IKOLOMANI |
OPEN |
5 or 6 |
|
|
D1766 EMUKABA-SHIKOTI ROAD |
LURAMBI |
OPEN |
5 or 6 |
|
|
D1766 EMUSALA-EMUKABE BRIDGE ROAD |
LURAMBI |
OPEN |
5 or 6 |
|
|
D1772 EKONYERO-ESHIONGO-ISONGO ROAD |
LURAMBI |
OPEN |
5 or 6 |
|
|
D1772 SHIBULI-MULELE ROAD |
LURAMBI |
YOUTH |
5 or 6 |
|
|
G92641 EMUKANGU- ELWAMINYI ROAD |
LURAMBI |
OPEN |
5 or 6 |
|
|
P62 MATENDE-SHIVAKALA ROAD |
LURAMBI |
WOMEN |
5 or 6 |
|
|
D1766 EMUKABA-SHIKOTI ROAD |
LURAMBI |
WOMEN |
5 or 6 |
|
|
D1772 EKONYERO-ESHIONGO-ISONGO ROAD |
LURAMBI |
OPEN |
5 or 6 |
|
|
P62 MATENDE-SHIVAKALA ROAD |
LURAMBI |
OPEN |
5 or 6 |
|
|
C650 LUMAKANDA- STENDIKISA ROAD |
LUGARI |
OPEN |
5 or 6 |
|
|
C788 LWANDETI-RV NZOIA ROAD |
LUGARI |
OPEN |
5 or 6 |
|
|
D1779 MFUTU-LUMAMA-MANYONYI ROAD |
LUGARI |
PWD |
5 or 6 |
|
|
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-101 |
D1767 MAKUTANO-SIPANDE ROAD |
LUGARI |
OPEN |
5 or 6 |
|
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-102 |
D1779 LUGARI HIGH-MAKUTANO ROAD |
LUGARI |
OPEN |
5 or 6 |
|
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-103 |
E9103 CHEKALINI-MUKHUYU ROAD |
LUGARI |
YOUTH |
5 or 6 |
|
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-104 |
E9104 CHEKALINI-MUSEMBE ROAD |
LUGARI |
WOMEN |
5 or 6 |
|
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-105 |
E9063 MANYONYI-ANGATE ROAD |
LUGARI |
OPEN |
5 or 6 |
Bidders must among other things attach and meet the following requirements:
- Certified Copy of a Certificate of Incorporation/Business Registration Name.
- Certified Copy of a valid NCA Roadworks Certificate, NCA.
- Certified Copy of a valid Annual Roadworks practising License Certificate, NCA.
- Certified Copy of a Valid Tax Compliance Certificate (TCC).
- Certified Copy of a PIN Certificate.
- Certified Copy of the recent CR12 Certificate, which should be within recent 12 months from the date of this advert/notice.
- Certified Copy of a valid AGPO Certificate issued by the National Treasury, in either of the three specific Groups (Youth, Women or Persons Living with Disabilities).
- Certified copy of Membership IDs issued by NCPWD, for Physically challenged/Disabled Directors, for AGPO – PWD bids only.
- Certified Copies of IDs/Passports of all Directors of the Firm.
- Authority to Seek Reference from the Tenderers Bankers.
- Proof of a Valid principal place of Business in the form of either; valid Tenancy Agreements/Lease Agreements/Title Deed.
- Certified copy of a valid Single Business Permits issued by the respective Counties.
- Litigation History to be dated not later than 6 months from the date of this advert/notice.
- Serialization and Pagination of bids documents in a sequential manner.
NB: Authentication and verification of documents submitted will be confirmed from the Respective Issuing Agencies/Authorities.
Certifications should be done by Commissioner of Oaths.
There will be MANDATORY Pre-tender site visits for the tenders to be held on various dates for each of the Constituencies as indicated in the table below.
|
No. |
CONSTITUENCY |
DATE |
TIME AND VENUE |
|
1 |
MALAVA |
Wednesday, 25th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
2 |
LIKUYANI |
Wednesday, 25th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
3 |
SHINYALU |
Thursday, 26th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
4 |
NAVAKHOLO |
Thursday, 26th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
5 |
LURAMBI |
Thursday, 26th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
6 |
MATUNGU |
Thursday, 26th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
7 |
MUMIAS WEST |
Friday, 27th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
8 |
IKOLOMANI |
Friday, 27th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
9 |
KHWISERO |
Friday, 27th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
|
10 |
LUGARI |
Friday, 27th October, 2023 |
9:30am, KeRRA Kakamega Regional Offices |
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA Website; www.kerra.go.ke tenders portal FREE OF CHARGE, as from Wednesday 25th October, 2023.
All clarification on the tenders should be sought in writing through the official Regional Email address: This email address is being protected from spambots. You need JavaScript enabled to view it.
The Completed tender documents are to be placed in Wax sealed plain envelopes marked with Tender number and the road name description and Constituency should be deposited in the Tender Box located at the Kenya Rural Roads Authority, Kakamega Region or be addressed and sent to;
The Regional Director,
Kenya Rural Roads Authority, Kakamega Region,
P.O. Box 477-50100,
KAKAMEGA.
So as to be received by Monday 6th November, 2023 at 10.00 AM. Opening of bids will take place immediately thereafter in the presence of Tenderers’or representatives who wish to attend. Bids submitted after the closing time and date, shall automatically be rejected.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KAKAMEGA REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
Date: 13th October 2023.
FY 2023-2024 10% RMLF FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.
Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF) in the Kisii Region for Routine maintenance of the following roads.
Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;
|
|
Tender No. |
Road Name & Code |
Preference & Reservation |
|
1 |
Ibacho-Masimba (E6237) |
Youth |
|
|
2 |
Chironge-Ibacho (C894) |
Citizen |
|
|
3 |
Ibacho-Chirichiro (C894) |
PWD |
|
|
4 |
Gesusu-Kiemenyinga (C891) |
Citizen |
|
|
5 |
Eberege-Botaranda (G65492) |
PWD |
|
|
6 |
Riamuma-Maiga-Nyamecheo (E6266) |
Citizen |
|
|
7 |
Getumo-Omobera (F6172) |
Youth |
|
|
8 |
Rianyanchabera-Riyabu-Tongeri (E6265) |
Citizen |
|
|
9 |
Igembe-Riobara (C893) |
PWD |
|
|
10 |
Itumbe-Igare (D206) |
Citizen |
|
|
11 |
Friends-Nyamache (C896) |
Citizen |
|
|
12 |
Nyamache-Bigogo-Riokibeni (G65329) |
Women |
|
|
13 |
Igare-Mogonga (E6261) |
Citizen |
|
|
14 |
Sofaset-Egetuki (G65537) |
Citizen |
|
|
15 |
Mbaka Corner-Muma-Machengo (G65624) |
Youth |
|
|
16 |
Kineni-Nyamasege (G65509) |
Women |
|
|
17 |
Itibo-Egetuki-Ikoba (F6173) |
Citizen |
|
|
18 |
Omosasa-Getuki-Matagaro (G65549) |
Citizen |
|
|
19 |
Itibo-Ekerubo (D1963) |
Youth |
|
|
20 |
Luthe Dongo-Nyamatuta |
PWD |
|
|
21 |
Nyamira-Bigogo (G65019) |
Citizen |
|
|
22 |
Nyamira Junct-Genga-St. Franciscan-Suku (G65019) |
Citizen |
|
|
23 |
Nyagwekoa-Ekebuse (G64998) |
Women |
|
|
24 |
Kiamori-Ekerore (G64992) |
Citizen |
|
|
25 |
Matongo-Raganga (E1068) |
Citizen |
|
|
26 |
Mogumo-Raganga (E6217) |
Citizen |
|
|
27 |
Moneke-Riamichieka (G64963) |
Women |
|
|
28 |
Nyambera-Nyankongo-Gesarara (E6230) |
Citizen |
|
|
29 |
Nyatieko-Nyabundo (E6227) |
PWD |
|
|
30 |
Riangoko-Moneke-Motemomwamu (D6055) |
Youth |
|
|
31 |
Chirichiro-Birongo (C894) |
PWD |
|
|
32 |
Nyansancha-Kiamabundu Sec. School (C891) |
Citizen |
|
|
33 |
Riobara-Keumbu (C893) |
Citizen |
|
|
34 |
Kiemenyinga-Nyabisabo (C891) |
Citizen |
|
|
35 |
Menyinkwa-Masongo (D1963) |
Women |
|
|
36 |
Nyatieko-Geturi-Nyakeyo (C863) |
Citizen |
|
|
37 |
Ngenyi-Charachani (C892) |
Citizen |
|
|
38 |
Mrani-Kegogi (C897) |
Youth |
|
|
39 |
Nyabera-Nyansembe (C866) |
Youth |
|
|
40 |
Mochengo-Gesonso-Nyakembene (G65599) |
Citizen |
|
|
41 |
Etago-Mogenda-Geteni-Nyamondo (D1955) |
Citizen |
|
|
42 |
Nyandiwa-Mote-Onkoba (F6161) |
Citizen |
|
|
43 |
Riosiri-Mosache-Okameri (G65630) |
Women |
QUALIFICATION FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the bid;
- Copy of Certified Certificate of Incorporation
- Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
- Copy of Valid Tax Compliance Certificate
- Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
- Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
- Valid Certified Current Single Business permit.
- Tender Security in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
- Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
- Dully, Filled, Signed and Stamped Confidential Business Questionnaire
- Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 1
- Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
- Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
- All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1.
Other Requirements
As specified in the respective tender document, submit the following;
- Attach proof of similar previous experience (attach award letters and completion certificates)
- Audited Accounts for the last 3 consecutive years
- Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
- Attach proof of equipment holding/hire in the format provided.
- Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
- Declaration of Current ongoing Works
- Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
- Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
- Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
- If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
- Provide a Work Methodology relevant to the proposed works.
- Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
- Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
- ELIGIBILITY:
- To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
- Any form of canvassing will lead to disqualification
- Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.
Note
The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.
All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 16th October 2023.
Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)
A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -
KISII REGION
Kenya Rural Roads Authority,
P.O. Box 1084-40200,
KISII.
Regional Email address: This email address is being protected from spambots. You need JavaScript enabled to view it.
REGIONAL DIRECTOR
KISII REGION
KENYA RURAL ROADS AUTHORITY
Completed tenders must be delivered to the address above so as to be received on or before Thursday 26th October, 2023 at 11:00 AM. Bids submitted after this prescribed time shall be rejected.
The opening of bids will be on Thursday 26th October, 2023 at 11:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Bidders with ongoing projects in the region need not to apply.
- Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
Date: 9th October 2023.
FY 2023-2024 22%CRC FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.
Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF) in the Kisii Region for Routine maintenance of the following roads.
Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;
|
|
Tender No. |
Road Name & Code |
Preference & Reservation |
|
A |
BOBASI CONSTITUENCY |
||
|
1 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-022 |
Mogonga-Emenwa (D1953) |
Citizen |
|
2 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-023 |
Borangi-Mochengo (G65371) |
Women |
|
3 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-024 |
Mogonga-Nyamache (E6263) |
Citizen |
|
4 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-025 |
Rise-Nyambunde (E1138) |
Youth |
|
5 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-026 |
Igare – Borangi (F6164) |
Women |
|
6 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-027 |
Nyambunde – Riamarube (E1138) |
PWD |
|
7 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-028 |
Nyamokenye Market - Kinyerere TBC (G65468) |
Youth |
|
8 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-030 |
Nyangusu – Gesabakwa (F6169) |
Citizen |
|
9 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-031 |
Riokibeni - Getai - Entankana-Transmara Border (G65342) |
Citizen |
|
10 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-033 |
Nyansongo-Gitenyi (D1957 ) |
Citizen |
|
11 |
KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-111 |
Rionyoni - Majimazuri – Nyacheki (G65355) |
Women |
|
B |
SOUTH MUGIRANGO CONSTITUENCY |
||
|
12 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-034 |
Riembe - Igare Pri. School (C955) |
PWD |
|
13 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-035 |
Kiagware – Openda (D1950) |
Citizen |
|
14 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-036 |
Nyabine-Suguta-Muma (G65489) |
Citizen |
|
15 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-037 |
Nyabera – Mochengo (F6155) |
Citizen |
|
16 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-038 |
Moticho - Suguta - Maroo – Nyabontono (G65483) |
Citizen |
|
17 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-039 |
Etago – Suguta (G65588) |
Women |
|
19 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-040 |
Suguta-Nyamaiya (D1952) |
Women |
|
20 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-041 |
Ekona – Nyamaiya (G65486) |
Youth |
|
21 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-042 |
Ekona – Eberege (G65588) |
Citizen |
|
22 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-043 |
Nyakembene – Matangamano (F6159) |
Citizen |
|
23 |
KeRRA /08/24/KSI/39/SM/2-46-2023/2024-044 |
Nduru Pri. Sch. – Kiteere (D1951) |
Youth |
|
C |
BOMACHOGE CHACHE CONSTITUENCY |
||
|
24 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-045 |
Nyansara-Nyamasege (G65508) |
PWD |
|
25 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-046 |
Tendere Junct. - Enamba – Omosocho (G64448) |
Citizen |
|
26 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-047 |
Sameta Junct-Egetuki-Maroba (G65531) |
Citizen |
|
27 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-048 |
Sani-Tunta-Itabago (G65538) |
Citizen |
|
28 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-049 |
Nyamiobo - Riotonyi – Kebege (G65542) |
Youth |
|
29 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-050 |
Buyonge-Nyagenke (URP18) |
Citizen |
|
30 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-051 |
Riamatora – Etora (G65546) |
Women |
|
31 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-052 |
Baraine - Egetono - Nyamoranga - Gakero – Misesi (G65664) |
Women |
|
32 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-053 |
Kebege - Nyamboga – Misesi (G65549) |
Citizen |
|
33 |
KeRRA /08/24/KSI/39/BC/2-46-2023/2024-054 |
Getumbe - Riamo – Mugambi (G65507) |
Citizen |
|
D |
NYARIBARI CHACHE CONSTITUENCY |
||
|
34 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-068 |
Nyosia - Timani – Nyaguta (G65060 ) |
Citizen |
|
35 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-069 |
Kiogoro- Boronyi (G65023) |
PWD |
|
36 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-070 |
Nyabiuto - Nyaguta – Rigena (F6147) |
Citizen |
|
37 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-071 |
Keumbu –Kebobora- Chindwani (E6233) |
Youth |
|
38 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-072 |
Nyabiosi – Riamacharia (G65071) |
Citizen |
|
39 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-073 |
Keumbu - Riondonga – Nyanturago (E6233) |
Citizen |
|
40 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-074 |
Amariba-Nyambunde (E6207) |
Citizen |
|
41 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-075 |
Boruma-Birongo (G65044) |
Citizen |
|
42 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-076 |
Birongo-Nyaturubo- Nyankororo (G65045) |
Citizen |
|
43 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-077 |
Nyanturago – Chirichiro (F6145) |
Citizen |
|
44 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-078 |
Rianyachae – Keumbu (G65060) |
Youth |
|
45 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-079 |
Menyikwa- Nyansancha – Kiamabundu (K16) |
Women |
|
46 |
KeRRA /08/24/KSI/39/NC/2-46-2023/2024-080 |
Nyanturago-Matierio (G65111) |
Women |
QUALIFICATION FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the bid;
- Copy of Certified Certificate of Incorporation
- Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
- Copy of Valid Tax Compliance Certificate
- Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
- Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
- Valid Certified Current Single Business permit.
- Tender Security in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
- Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
- Dully, Filled, Signed and Stamped Confidential Business Questionnaire
- Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 1
- Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
- Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
- All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1.
Other Requirements
As specified in the respective tender document, submit the following;
- Attach proof of similar previous experience (attach award letters and completion certificates)
- Audited Accounts for the last 3 consecutive years
- Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
- Attach proof of equipment holding/hire in the format provided.
- Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
- Declaration of Current ongoing Works
- Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
- Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
- Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
- If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
- Provide a Work Methodology relevant to the proposed works.
- Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
- Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
- ELIGIBILITY:
- To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
- Any form of canvassing will lead to disqualification
- Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.
Note
The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.
All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 9th October 2023.
Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)
A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -
KISII REGION
Kenya Rural Roads Authority,
P.O. Box 1084-40200,
KISII.
Regional Email address: This email address is being protected from spambots. You need JavaScript enabled to view it.
REGIONAL DIRECTOR
KISII REGION
KENYA RURAL ROADS AUTHORITY
Completed tenders must be delivered to the address above so as to be received on or before Thursday 19th October, 2023 at 11:00 AM. Bids submitted after this prescribed time shall be rejected.
The opening of bids will be on Thursday 19th October, 2023 at 11:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Bidders with ongoing projects in the region need not to apply.
- Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.
Eng. W. O. Nyariki
REGIONAL DIRECTOR

![]() |
|
| Financial Year | 2017-2019 |
| Tender Ref Number | KeRRA/011/MDR/39/04/2017 - 2018 |
| Tender Name | Spot improvement of Burduras -Funa teso Baru Road |
| Category Name | Category C |
| Funding Source Name | 22% RMLF |
| Procument Method | Restricted Tendering |
| Status | ACTIVE |
| Tender Notice File | Not Available |
| Tender Document File | Not Available |
| Project Site Map File | Not Available |
| Publication Date | 2018-01-01 08:43:40 |
| Start Date | 2018-01-02 08:00:00 |
| End Date | 2018-01-16 10:00:00 |
| Reserved for YWPLD? | No |
| Application Fee | 1000 |
| Opening Venue | KeRRA Mandera Regional office |
| Date of Pre-tender Visit | 2018-01-09 |
| Tender Description | Bids are invited from Contractors who are pre-qualified in Lafey, Mandera West, Mandera South, Mandera North, Bannissa and Mandera East Constituencies (Mandera Region) for Financial Year 2017/18 under categories C and registered with the NCA in respective categories Spot improvement works |
| Cost Centre | Not set |
Addenda
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
ADDENDUM NO. 1
SPOT IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES
Reference is made to the Tender Notice that appeared in the MyGov pullout printed on The Star Newspaper and the Authority’s website on 23rd July, 2024 (Issue No. 4/2024-2025).
- The Authority has received various requests for clarification and interested bidders are requested to note as detailed in the table below;
|
Item |
Clarification |
Response |
|
1. |
Clarification on the following bill of quantities. The filled parts are inconsistent with values. 1. Tender for Construction of Enkepesi Bridge and Nadosoido Box Culvert and Approach Roads, Tender No. KeRRA/08/39/84/2023 - 2024 in Narok. 2. Tender for Consruction of Oloorroito Box Culvert Tender No. KeRRA/08/39/85/2023-2024 in Narok |
ü Bill Item No. 25 for the Tender for Construction of Enkepesi Bridge and Nadosoido Box Culvert and Approach Roads, Tender No. KeRRA/08/39/84/2023 - 2024 in Narok has been revised and is hereby attached as Annex 1 to the Addendum. ü Bill Item No. 25 for the Tender for Tender for Consruction of Oloorroito Box Culvert Tender No. KeRRA/08/39/85/2023-2024 in Narok has been revised and is hereby attached as Annex II to the Addendum. |
|
2. |
The following Tender has No provision for Bill Item No. 9 on the Summary Page; 1. Tender for Construction of Box Culvert on Kalalani ECD – Mavivirini E6046 Road, Tender No. KeRRA/08/39/84/2023 – 2024 in Kwale |
ü The Summary page for the Tender for Construction of Box Culvert on Kalalani ECD – Mavivirini E6046 Road, Tender No. KeRRA/08/39/84/2023 – 2024 in Kwale has been revised to include the summary total for Bill Item No. 9 and is hereby attached as Annex III to the Addendum. |
- The submission date for the tenders (1) Construction of Enkepesi Bridge and Nadosoido Box Culvert and Approach Roads, Tender No. KeRRA/08/39/84/2023 - 2024 in Narok, (2) Consruction of Oloorroito Box Culvert Tender No. KeRRA/08/39/85/2023-2024 in Narok, (3) Construction of Box Culvert on Kalalani ECD – Mavivirini E6046 Road, Tender No. KeRRA/08/39/84/2023 – 2024 in Kwale, is hereby revised from 20th August, 2024 to 22nd August, 2024 at 11.00am.
- The submission date and time for ALL other tenders listed under the initial Advertisement published on 23rd July, 2024 and 26th July, 2024 remains as 20th August, 2024 at 11.00am.
- Tenders not received at the submission venue by the closing date and time as indicated above will not be accepted for opening and will be rejected and returned unopened.
- Full details of the Clarification Response is available and can be downloaded from the Authority’s website kerra.go.ke.
- Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..
- All other information remains the same.
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL
INVITATION TO TENDER
IMPLEMENTATION OF ARID AND SEMI-ARID LAND (ASAL) RURAL ROADS PROJECT
LOW VOLUME SEALING, AND PERFORMANCE BASED ROUTINE MAINTENANCE WORKS
The Government of Kenya has received a loan from Agence Francaise de Developpement (AFD) – Credit No. CKE 1117 and EU grant towards the implementation of the Climate Proofed Arid and Semi-Arid Land
(ASAL) Rural Roads Project in the Counties of Meru, Tharaka Nithi, Laikipia, Samburu, Isiolo and Marsabit, and intends to use part of these funds for rehabilitation of roads to Low Volume Seal (LVS) standard using both Labour and Equipment based methods.
The Kenya Rural Roads Authority (KeRRA) invites sealed tenders from eligible Labour Based Contractors for Low Volume Sealing, And Performance Based Routine Maintenance Works of the following roads:
|
No. |
Tender No: |
Road Name & No. |
Length (Km) |
Region |
Constituency |
Date for Pretender site visit |
DOWNLOADS |
|
1. |
AFD/EU/LKP/ LVS /1/2023/24 |
Mirera - Malle Road Batch 1 |
5.5 |
Laikipia |
Laikipia East |
30/01/2024 |
|
|
2. |
AFD/EU/ME/LVS/1/2023/24 |
Isiolo - Muriri Road Batch 1 |
6.0 |
Meru |
Igembe North |
31/01/2024 |
|
|
3. |
AFD/EU/ TN/LVS/1/2023/24 |
Itugururu - Kamaende Road Batch 1 |
6.0 |
Tharaka Nithi |
Chuka Igamba Ng’ombe |
01/02/2024 |
|
|
4. |
AFD/EU/SA/LVS/3/2023/24 |
Maralal Town Road/3 |
4.0 |
Samburu |
Samburu West |
30/01/2024 |
Tendering will be conducted under open competitive bidding using a standardized tender document.
Tendering is open to all qualified and interested Citizen contractors.
Tender documents and the Long Advertisements for Low Volume Seal Roads may be obtained electronically from the Authority’s Website (www.kerra.go.ke) and the PPIP Portal (www.tenders.go.ke) free of charge. Tenderers who download the tender document must forward their particulars immediately to (This email address is being protected from spambots. You need JavaScript enabled to view it.) to facilitate any further clarification or addendum. Eligible Bidders must meet the following qualification criteria;
- Certified Copy of Certificate of incorporation under Companies Act;
- Certified copy of Form CR12 (List of Directors) issued by the Registrar of Companies;
- Certified copy of Registration Certificate National Construction Authority (NCA)- Categories 6 or 5 or 4 only;
- Have at least one Director and two Technical Supervisors who have been trained on Low Volume Seal Roads Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC);
- Certified copies of Training Certificates for Performance Based Routine Maintenance (PBRM) course from KIHBT for supervisory staff;
- Provide proof of overall financial soundness: -
- Minimum average annual construction works turnover for the last 5 years - Ksh 50 Million (attach certified audited accounts for the last 5 years);
- Access to or has available liquid assets minimum of Ksh 10 Million (attach bank statements, letter of credit);
- Copy of Valid Tax Compliance Certificate from Kenya Revenue Authority (KRA);
- A written Power of Attorney authorizing the signatory of the bid to commit the Bidder Witnessed by a Commissioner of Oaths;
- Provide tender security of Ksh. 100,000.00 per tender document in form of Guarantee from a Bank or a PPRA approved insurance company;
- Bidders may participate in several tenders but they will be considered for award in one tender;
The pre-arranged pre-tender site visits are MANDATORY on the dates specified above, at 9:00am to be conducted by the Client, at the respective Regional Offices.
Tenderers may participate in several tenders but shall only be considered for award of one contract.
Tenders shall be valid for a period of 140 days after Tender Opening
Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors indicated above or be addressed and posted to the respective regional addresses below so as to be received on or before 15th February, 2024 at 11.00am. Electronic Tenders will not be permitted.
Tenders will be opened immediately after the deadline date and time specified above. Tenders will be publicly opened in the presence of the Tenderers' designated representatives who choose to attend at the respective regional offices address below. Late tenders will be rejected.
For all enquiries, please contact the respective Kenya Rural Roads Authority -Regional Director.
|
Regional Director, Kenya Rural Roads Authority – Meru Region, P. O. Box 442-60200, MERU |
Regional Director, Kenya Rural Roads Authority- Tharaka Nithi Region, P. O. Box246-60400, CHUKA |
Regional Director, Kenya Rural Roads Authority – Laikipia Region, P. O. Box 495-10400, NANYUKI |
|
Regional Director, Kenya Rural Roads Authority – Samburu Region, P. O. Box 44-20600, MARALAL |
|
|
or obtain further information from the Supply Chain Unit at the address below during working hours from 09:00 to 16:00 Hours local time Monday to Friday.
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao Road, Opposite KCAA building P. O. Box 48151 - 00100, NAIROBI.
Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it. Tel: +254(20)780600/01-05, Mobile: +254 711851103
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT
REHABILITATION AND IMPROVEMENT, AND PERFORMANCE BASED ROUTINE MAINTENANCE
The Government of Kenya has received a loan from Agence Francaise de Developpement (AFD) – Credit No. CKE 1117 and EU grant towards the implementation of the Climate Proofed Arid and Semi-Arid Rural Roads Project in the counties of Meru, Tharaka Nithi, Laikipia, Samburu, Isiolo and Marsabit, and intends to use part of these funds for rehabilitation of roads to gravel standards using both Labour and Equipment based methods.
The Kenya Rural Roads Authority (KeRRA) invites sealed tenders from eligible Labour Based Contractors for the Rehabilitation and Improvement and Performance Based Routine Maintenance of the following roads to gravel standards:
|
No. |
Tender No: |
Road Name & No. |
Length (Km) |
Region |
Constituency |
Date for Pretender site visit |
Downloads |
|
1. |
AFD/EU/LKP/GR/1/2023/24 |
Babito - Solio - Villages/1 |
7 |
Laikipia |
Laikipia East |
30/01/2024 |
|
|
2. |
AFD/EU/LKP/GR/2/2023/24 |
Ilpolei - Kimanjo/1 |
9.4 |
Laikipia North |
|||
|
3. |
AFD/EU/LKP/GR/3/2023/24 |
Ilpolei - Kimanjo/2 |
9.3 |
Laikipia North |
|||
|
4. |
AFD/EU/ME/GR/1/2023/24 |
C346 Kachulu - Gotu |
6.0 |
Meru |
Igembe North |
31/01/2024 |
|
|
5. |
AFD/EU/ME/GR/2/2023/24 |
Gichanine - Mariara Batch 1 |
6.0 |
Igembe North |
|||
|
6. |
AFD/EU/ TN/GR /1/2023/24 |
Marima - Makutano/1 |
6.0 |
Tharaka Nithi |
Muthambi |
01/02/2024 |
|
|
7. |
AFD/EU/ TN/GR /2/2023/24 |
Matiri - Kamarandi/1 |
6.0 |
Tharaka |
|||
|
8. |
AFD/EU /IS/GR/1A/2023-24 |
Gotu - Merti (C340)/1A |
10 |
Isiolo |
Isiolo North |
31/01/2024 |
|
|
9. |
AFD/EU /IS/GR/1B/2023-24 |
Gotu - Merti (C340)/1B |
10 |
Isiolo North |
31/01/2024 |
||
|
10. |
AFD/EU/IS/GR/2A/2023-24 |
Isiolo-Mlango- Oldonyiro (C342)/2A |
10 |
Isiolo North |
30/01/2024 |
||
|
11. |
AFD/EU /IS/GR/2B/2023-24 |
Isiolo-Mlango- Oldonyiro (C342)/2B |
10 |
Isiolo North |
30/01/2024 |
||
|
12. |
AFD/EU /IS/GR/3/2023-24 |
Kinna-Rapsu (E4288)/3 |
8 |
Isiolo South |
30/01/2024 |
||
|
No. |
Tender No: |
Road Name & No. |
Length (Km) |
Region |
Constituency |
Date for Pretender site visit |
|
|
13. |
AFD/EU /SA/GR/1A/2023-24 |
Baragoi-MasikitaSereolipi (C605)/1A |
10 |
Samburu |
Samburu North/East |
31/01/2024 |
|
|
14. |
AFD/EU /SA/GR/1B/2023-24 |
Baragoi-MasikitaSereolipi (C605)/1B |
10 |
Samburu North/East |
31/01/2024 |
||
|
15. |
AFD/EU /SA/GR/1C/2023-24 |
Baragoi-MasikitaSereolipi (C605)/1C |
10 |
Samburu North/East |
31/01/2024 |
||
|
16. |
AFD/EU /SA/GR/2/2023-24 |
Maralal-Opiroi- Barsaloi (C606)/2 |
10 |
Samburu West/North |
30/01/2024 |
||
|
17. |
AFD/EU /MA/GR/1/2023-24 |
Loglogo-Korr- Kargi (E4299)/1 |
10 |
Marsabit |
Laisamis |
01/02/2024 |
|
|
18. |
AFD/EU /MA/GR/2/2023-24 |
Sololo Town-Mado Adhi-Wayegodda/2 |
4.3 |
Moyale |
02/02/2024 |
||
|
19. |
AFD/EU /MA/GR/3/2023-24 |
A2-Manyatta JilloGororukesa - Central Chief’s Office/3 |
7.2 |
Saku |
01/02/2024 |
Tendering will be conducted under open competitive bidding using a standardized tender document.
Tendering is open to all qualified and interested Citizen contractors.
Tender documents and the Long Advertisement for Rehabilitation and Improvement to Gravel Standard may be obtained electronically from the Authority’s Website (www.kerra.go.ke) and the PPIP Portal (www.tenders.go.ke) free of charge. Tenderers who download the tender document must forward their particulars immediately to (This email address is being protected from spambots. You need JavaScript enabled to view it.) to facilitate any further clarification or addendum. Eligible Bidders must meet the following qualification criteria;
- Certified Copy of Certificate of incorporation under Companies Act;
- Certified copy of Form CR12 (List of Directors) issued by the Registrar of Companies;
- Have a Certified copy of Registration certificate from National Construction Authority (NCA)- Categories 7 or 6 only;
- Have at least one Director and two Technical Supervisors who have been trained on gravel works Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC);
- Provide proof of overall financial soundness:
- Minimum average annual roadworks turnover for the last 5 years - Ksh 20 Million (attach certified audited accounts for the last 5 years);
- Access to or has available liquid assets minimum of Ksh 5 Million (attach bank statements, letter of credit);
- Copies of Valid Tax Compliance Certificate from Kenya Revenue Authority (KRA);
- A written Power of Attorney authorizing the signatory of the bid to commit the Bidder Witnessed by a Commissioner of Oaths;
- Provide tender security of Ksh. 50,000.00 per tender document in form of Guarantee from a Bank or a PPRA approved insurance company;
- Bidders may participate in several tenders but they will be considered for award in only one;
The pre-arranged pre-tender site visits are MANDATORY on the dates specified above, at 9:00am to be conducted by the Client, at the respective Regional Offices.
Tenderers may participate in several tenders but shall only be considered for award of one contract.
Tenders shall be valid for a period of 140 days after Tender Opening
Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors indicated above or be addressed and posted to the respective Regional addresses below so as to be received on or before 15th February, 2024 at 11.00am. Electronic Tenders will not be permitted.
Tenders will be opened immediately after the deadline date and time specified above. Tenders will be publicly opened in the presence of the Tenderers' designated representatives who choose to attend at the respective regional offices address below. Late tenders will be rejected.
For all enquiries, please contact the respective Kenya Rural Roads Authority - Regional Director.
|
Regional Director, Kenya Rural Roads Authority Meru Region, P. O. Box 442-60200, MERU |
Regional Director, Kenya Rural Roads Authority Tharaka Nithi Region, P. O. Box246-60400, CHUKA |
Regional Director, Kenya Rural Roads Authority– Isiolo Region, P. O. Box 528-60300, ISIOLO |
|
Regional Director, Kenya Rural Roads Authority Laikipia Region, P. O. Box 495-10400, NANYUKI |
Regional Director, Kenya Rural Roads Authority Samburu Region, P. O. Box 44-20600, MARALAL |
Regional Director, Kenya Rural Roads Authority - Marsabit Region, P. O. Box 73-60500, MARSABIT |
or obtain further information from the Supply Chain Unit at the address below during working hours from 09:00 to 16:00 Hours local time Monday to Friday.
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao Road, Opposite KCAA building P. O. Box 48151 - 00100, NAIROBI.
Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it. Tel: +254(20)780600/01-05, Mobile: +254 711851103
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL KENYA RURAL ROADS AUTHORITY
KeRRA is a State Parastatal under the Ministry of Transport and Infrastructure established through the Kenya Roads Act 2007.
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
28th September,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Public Participation and 10% by Cabinet Secretary, F/Y 2021/2022.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
|
01 |
U_G61160: Chegere - Kadongo Road KeRRA/HB/KAB/08/39/51/PH /21|22-245 |
C |
KABONDO |
GENERAL |
7/10/2022 |
download |
|
02 |
URP1-R :Gogo -Homaline Road KeRRA/HB/KARA/08/39/51/PH /21|22-246 |
C |
KARACHUONYO |
YOUTH |
7/10/2022 |
download |
|
03 |
UNCL: JN Aloo -Kawaindi KeRRA/HB/KAS/08/39/51/PH/21|22-247 |
C |
KASIPUL |
GENERAL |
7/10/2022 |
download |
|
04 |
C864: Kendu/Kotieno Beach Road KeRRA/HB/KARA/08/39/51/PH /21|22-248 |
C |
KARACHUONYO |
PWD |
7/10/2022 |
download |
|
05 |
C867 Kiabuyi - Kitawa Road KeRRA/HB/SUB/08/39/51/PH /21|22-249 |
C |
SUBA |
GENERAL |
7/10/2022 |
download |
|
06 |
UNCL015: Kigoto -Kumbatha Road KeRRA/HB/SUB/08/39/51/PH /21|22-250 |
C |
SUBA |
WOMEN |
7/10/2022 |
download |
|
07 |
R40: Kotieno Gumba/Bware Mawego KeRRA/HB/KARA/08/39/51/PH /21|22-251 |
C |
KARACHUONYO |
GENERAL |
7/10/2022 |
download |
|
08 |
E113J2: Laknyiero -Otati KeRRA/HB/SUB/08/39/51/PH /21|22-252 |
C |
SUBA |
YOUTH |
7/10/2022 |
download |
|
09 |
E15A: Magunga - Mananja KeRRA/HB/SUB/08/39/51/PH /21|22-253 |
C |
SUBA |
WOMEN |
7/10/2022 |
download |
|
10 |
Uncl Malongo –Ongalo Road KeRRA/HB/SUB/08/39/51/PH /21|22-254 |
C |
SUBA |
GENERAL |
7/10/2022 |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers(Current/Original)
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Three years audited account.
- Bidders MUST serialize all the pages of their tender documents.
- Cash Flow of 8million for the last 3 years
- Bidders MUST provide all the information required as per the tender document/tender advert.
- Average turn over (Sale/Revenue) 8million 3 years
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 4th October,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before
12th October,2022 , Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
Dated: 30rd May, 2019
The Kenya Rural Roads Authority hereby invites bids from Registered Contractors in Migori Region for Selected Road to be funded under Cabinet Secretary Allocation: The Advert to be read together with instructions to tenderers.
|
GROUP A: RESERVED FOR FIRMS OWNED BY YOUTHS |
||||
|
Name of Road |
Category of Works |
Constituency |
Tender No. |
|
|
Kanga – Kuja Nyokal Road |
Grading &Gravelling |
Rongo |
KeRRA/011/MIG/RON/10%CS/39/18-19/098 |
download |
Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke.Further information can be obtained from Procurement Office in Migori during the normal working hours Monday – Friday (8AM _5PM).
Tenderers are requested to apply for the category of works specified above and in the respective constituency. The following documents must be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification.
- Certified copy of certificate of Incorporation
- Certified copy of VAT & PIN registration
- Copy of certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above to be checked online.
- Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
- Duly filled Confidential Business Questionnaire (CBQ)
- Current CR12 Form from the registrar of companies
- Serialisation of all pages of the bid document
- Bank Statement for the Three months from the date of the advert
- Major items of construction equipment owned or leased
- Any other information / condition as stipulated in the tender Documents
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) must provide the following additional information:
- A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
- A copy of a recent CR12 Form from Registrar of Companies
- A proof of having opened a Bank Account
- Names and Copies of National Identity Cards / Valid Passports of directors
- Copies of National Identity Card / Valid Passports of Directors
- A copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)
- The validity of special groups will be checked online.
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
All Bidders must attend a mandatory pretender site visit to be conducted on the date, time and venues stated below.
|
Constituency |
Date |
Venue / Starting Place / Time |
|
Rongo |
Monday, 3rd June, 2019 |
Rongo office,KeRRA @9.00 Am |
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 12th June, 2019 at 11:00Am” should be addressed to the undersigned and deposited in the appropriate tender box situated at the KeRRA Regional Office in Migori.
The tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
Eng. Michoma J.N
DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
MIGORI
KENYA RURAL ROADS AUTHORITY
________KIRINYAGA REGION_______
INVITATION FOR TENDERS
Date: 15th October, 2019
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works to be financed under 10% RMLF by Minister Funds as listed in the table below.
|
Sn |
Tender No |
Road No. |
Road name |
Constituency |
Prequalification Category Either |
NCA Either |
Special group Category |
|
1 |
KERRA/011/KIR/3 9/002/2019-20 |
C396 |
KIMUNYE - NGARIAMA |
GICHUGU |
C,D,E |
6,7,8 |
YOUTH |
|
2 |
KERRA/011/KIR/3 9/003/2019-20 |
E2137 |
RIANJUKI - DIFATHAS |
MWEA |
C,D,E |
6,7,8 |
WOMEN |
|
3 |
KERRA/011/KIR/3 9/004/2019-20 |
G26930 |
KWARAMA – MIRERA |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
4 |
KERRA/011/KIR/3 9/005/2019-20 |
G27024 |
KARAGARA - GATHOGE |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
5 |
KERRA/011/KIR/3 9/006/2019-20 |
G27023 |
GATHIGI - WAMUMBE |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
6 |
KERRA/011/KIR/3 9/007/2019-20 |
G27070 |
WABICINI - ICANGI |
MWEA |
C,D,E |
6,7,8 |
PWD |
|
7 |
KERRA/011/KIR/3 9/008/2019-20 |
G26756 |
MURURI - NGIRIAMBU |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
|
8 |
KERRA/011/KIR/3 9/009/2019-20 |
F2188 |
ITANGI – TOGONYE PRY |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
9 |
KERRA/011/KIR/3 9/010/2019-20 |
C396 |
KIAMUNYE – KAVOTE - KARUMANDI |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
|
10 |
KERRA/011/KIR/3 9/011/2019-20 |
G26613 |
KABOYO - KIAMUATHIA |
GICHUGU |
C,D,E |
6,7,8 |
YOUTH |
|
11 |
KERRA/011/KIR/3 9/012/2019-20 |
G26909 |
MURURI - KAJIJI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
12 |
KERRA/011/KIR/3 9/013/2019-20 |
G27037 |
KIUMBU - NYAMINDI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
13 |
KERRA/011/KIR/3 9/014/2019-20 |
G26809 |
MAHIGAINI – RED SOIL |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
14 |
KERRA/011/KIR/3 9/015/2019-20 |
D1368 |
KATHIRIKU - MURURI |
MWEA |
C,D,E |
6,7,8 |
PWD |
|
15 |
KERRA/011/KIR/3 9/016/2019-20 |
C526 |
KIMBIMBI - KAJIJI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
16 |
KERRA/011/KIR/3 9/017/2019-20 |
D1385 |
KIORUGARI - NYAGATI |
GICHUGU |
C,D,E |
6,7,8 |
PWD |
|
17 |
KERRA/011/KIR/3 9/018/2019-20 |
F2193 |
NYAGATI - KAMIIGUA |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
18 |
KERRA/011/KIR/3 9/019/2019-20 |
G27138 |
KIUMBU - RUDINGAZI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
19 |
KERRA/011/KIR/3 9/020/2019-20 |
G26906 |
DIFATHAS - KINYAMBO |
GICHUGU |
C,D,E |
6,7,8 |
WOMEN |
|
20 |
KERRA/011/KIR/3 9/021/2019-20 |
G26766 |
DIFATHAS - MBIRI |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
|
21 |
KERRA/011/KIR/3 9/022/2019-20 |
G26330 |
KIVINGO - MUTITO |
KIRINYAGA CENTRAL |
C,D,E |
6,7,8 |
OPEN |
|
22 |
KERRA/011/KIR/3 9/023/2019-20 |
F2190 |
MUTITHI – KIANDEGWA - CIAGINI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
23 |
KERRA/011/KIR/3 9/024/2019-20 |
F2193 |
KIARAGARI - NYAGATI |
MWEA |
C,D,E |
6,7,8 |
YOUTH |
|
24 |
KERRA/011/KIR/3 9/025/2019-20 |
F2189 |
KIUMBU – DB EMBU |
MWEA |
C,D,E |
6,7,8 |
OPEN |
|
25 |
KERRA/011/KIR/3 9/026/2019-20 |
F2211 |
RIANDIRA – SAVAGE CAMPSITE |
NDIA |
C,D,E |
6,7,8 |
WOMEN |
|
26 |
KERRA/011/KIR/3 9/027/2019-20 |
G26568 |
KIANGOTHE – GATUNGURU - KONYU MUTIGE |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
|
27 |
KERRA/011/KIR/3 9/028/2019-20 |
G26694 |
GAKUU – GATHATA – RWAMBITI |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
|
28 |
KERRA/011/KIR/3 9/029/2019-20 |
E1640 |
KABUMBU – GITUMBE |
KIRINYAGA CENTRAL |
C,D,E |
6,7,8 |
OPEN |
|
29 |
KERRA/011/KIR/3 9/030/2019-20 |
D1369 |
MUTITHI – KIRWARA – MAKUTANO |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.)
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Contract estimate is provided in tender document.to promote openness and prevent overquoting and so low quoting to meet employers objective.
There will be Mandatory pretender site visit as from 23th October, 2019 Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed by someone authorized to do so.
- Filled and signed Appendix to form of Bid by someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the respondent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed by someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement by third party providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed by someone authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest In Terms Of Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any canvassing by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.O Box 390-10300, kerugoya
To be received on or before 5th November, 2019 at 11.00 am. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
SENIOR SUPPLY CHAIN OFFICER
FOR; DEPUTY DIRECTOR (RAM) KIRINYAGA REGION
KENYA RURAL ROADS AUTHORITY
KIRINYAGA REGION
INVITATION TO TENDER
Date: 26th April, 2019
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works to be financed under 22% RMLF FY 2018-19 as listed in the table below.
KIRNYAGA REGION
|
|
Tender No |
Road NO. |
Road name |
SITE VISIT |
Category |
NCA |
CATEGORY |
DOWNLOAD |
|
KIRINYAGA CENTRAL CONSTITUENCY |
||||||||
|
1 |
KERRA/011/KIR/39/049/2018-19 |
C527 |
KERUGOYA – MUTITU(Section I) |
6th May 2019 |
A,C,E |
7 and Above |
YOUTH |
Download |
|
2 |
KERRA/011/KIR/39/050/2018-19 |
C527 |
KERUGOYA - MUTITU(Section II) |
6th May 2019 |
A,C,E |
7 and Above |
WOMEN |
Download |
|
3 |
KERRA/011/KIR/39/051/2018-19 |
C527 |
KERUGOYA - MUTITU(Section III) |
6th May 2019 |
A,C,E |
7 and Above |
OPEN |
Download |
|
4 |
KERRA/011/KIR/39/052/2018-19 |
C527 |
KERUGOYA - MUTITU(Section IV) |
6th May 2019 |
A,C,E |
7 and Above |
OPEN |
Download |
|
GICHUGU CONSTITUENCY |
||||||||
|
5 |
KERRA/011/KIR/39/22%/053/2018-19 |
G26897 |
Ngariama-Kiamugumo |
8th May 2019 |
C,E |
5,6,7,8 |
WOMEN |
Download |
|
6 |
KERRA/011/KIR/39/22%/054/2018-19 |
G26897 |
Ngariama-Kiamugumo |
8th May 2019 |
C,E |
5,6,7,8 |
PWD |
Download |
|
7 |
KERRA/011/KIR/39/22%/055/2018-19 |
C526 |
Kutus-Kianyaga-Mbiri (D458) |
8th May 2019 |
C,E |
5,6,7,8 |
OPEN |
Download |
|
8 |
KERRA/011/KIR/39/22%/056/2018-19 |
C526 |
Kutus-Kianyaga-Mbiri (D458) |
8th May 2019 |
C,E |
5,6,7,8 |
OPEN |
Download |
|
9 |
KERRA/011/KIR/39/22%/072/2018-19 |
C396 |
Kangaita - Kimunye(E616) (R2000 – STRATEGY) |
8th May 2019 |
E |
5,6,7,8 |
YOUTH |
Download |
|
MWEA CONSTITUENCY |
||||||||
|
8 |
KERRA/011/KIR/39/22%/046/2018-19 |
D1384 |
Kutus -Junct.R14 |
9th May 2019 |
C,E |
5,6,7,8 |
OPEN |
Download |
|
9 |
KERRA/011/KIR/39/22%/047/2018-19 |
E2139 |
Junct.R14 - Kimbimbi |
9th May 2019 |
C,E |
5,6,7,8 |
WOMEN |
Download |
|
10 |
KERRA/011/KIR/39/22%/048/2018-19 |
C526 |
PI Embu - UC_B6_Kimbimbi(D458J1) |
9th May 2019 |
C,E |
5,6,7,8 |
YOUTH |
Download |
|
NDIA CONSTITUENCY |
||||||||
|
11 |
KERRA/011/KIR/39/22%/057/2018-19 |
C399 |
Kibirigwi - Kiburu |
7th May 2019 |
A,C,E |
7 and Above |
OPEN |
Download |
|
12 |
KERRA/011/KIR/39/22%/058/2018-19 |
C399 |
Kibirigwi - Kiburu |
7th May 2019 |
A,C,E |
7 and Above |
WOMEN |
Download |
|
13 |
KERRA/011/KIR/39/22%/059/2018-19 |
D1377 |
B27Kiangai - C399 Kiburu |
7th May 2019 |
C,E |
5,6,7,8 |
OPEN |
Download |
|
14 |
KERRA/011/KIR/39/22%/060/2018-19 |
D1377 |
B27Kiangai - C399 Kiburu |
7th May 2019 |
C,E |
5,6,7,8 |
PWD |
Download |
|
KERRA/011/KIR/39/22%/066/2018-19 |
D1374 |
B25 Kangaru - Gathaka(E612) |
7th May 2019 |
C,E |
5,6,7,8 |
OPEN |
Download | |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Contract estimate is provided in tender document.to promote openness and prevent over quoting and so low quoting to meet employers objective.
There will be Mandatory pretender site visit as indicated above starting at 10.00am from regional office Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
- Filled and signed Appendix to form of Bid with someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the deponent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
- Certificate for Labour based from KIHBT (Category E) MUST be attached for contract KERRA/011/KIR/39/006/2018-19
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any caniversation by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Manager
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.o Box 390-10300, kerugoya
To be received on or before 13th May, 2019 at 11.30 am for Kirinyaga Central, 14th May, 2019 for Ndia Constituency, 15th May, 2019 for Gichugu Constituency and 16th May, 2019 for Mwea Constituency respectively. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
SENIOR SUPPLY CHAIN OFFICER
FOR; DEPUTY DIRECTOR
KIRINYAGA REGION
KENYA RURAL ROADS AUTHORITY
KIRINYAGA REGION
INVITATION TO TENDER
Date: 26th April, 2019
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works to be financed under 10% RMLF FY 2018-19 as listed in the table below.
KIRINYAGA REGION
|
|
Tender No |
Road NO. |
Road name |
SITE VISIT |
Category |
NCA |
CATEGORY |
DOWNLOADS |
|
1 |
KERRA/011/KIR/39/064/2018-19 |
C527 |
KERUGOYA - MUTITU |
6th May 2019 |
A,C,E |
6,7,8 |
OPEN |
Download |
|
2 |
KERRA/011/KIR/39/065/2018-19 |
C527 |
KERUGOYA - MUTITU |
6th May 2019 |
A,C,E |
6,7,8 |
YOUTH |
Download |
|
NDIA CONSTITUENCY |
||||||||
|
3 |
KERRA/011/KIR/39/070/2018-19 |
C527 |
BARICHO-THUMAITA |
7th May 2019 |
A,C,E |
6,7,8 |
PWD |
Download |
|
4 |
KERRA/011/KIR/39/071/2018-19 |
THUMAITA - KAGIO |
7th May 2019 |
A,C,E |
6,7,8 |
OPEN |
Download | |
|
GICHUGU CONSTITUENCY |
||||||||
|
5 |
KERRA/011/KIR/39/067/2018-19 |
C396 |
Kangaita - Kimunye(E616) |
8th May 2019 |
C,E |
6,7,8 |
YOUTH |
Download |
|
6 |
KERRA/011/KIR/39/068/2018-19 |
C396 |
Kimunye - Ngariama(E616J1) |
8th May 2019 |
C,E |
6,7,8 |
WOMEN |
Download |
|
7 |
KERRA/011/KIR/39/069/2018-19 |
C396 |
Kimunye - Ngariama(E616J1) |
8th May 2019 |
C,E |
6,7,8 |
OPEN |
Download |
|
MWEA CONSTITUENCY |
||||||||
|
8 |
KERRA/011/KIR/39/062/2018-19 |
C526 |
PI Embu - UC_B6_Kimbimbi(D458J1) |
9th May 2019 |
C,E |
5,6,7,8 |
WOMEN |
Download |
|
9 |
KERRA/011/KIR/39/063/2018-19 |
C526 |
PI Embu - UC_B6_Kimbimbi(D458J1) |
9th May 2019 |
C,E |
5,6,7,8 |
OPEN |
Download |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Engineers estimate is provided in tender document.to promote openness and prevent over quoting and so low quoting to meet employer’s objective.
There will be Mandatory pretender site visit as indicated above starting at 10.00am starting from the Regional office Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
- Filled and signed Appendix to form of Bid with someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the deponent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any caniversation by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.o Box 390-10300, kerugoya
To be received on or before 13th May, 2019 at 11.30 am for Kirinyaga Central, 14th May, 2019 for Ndia Constituency, 15th May, 2019 for Gichugu Constituency and 16th May, 2019 for Mwea Constituency respectively. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
SENIOR SUPPLY CHAIN OFFICER
FOR; DEPUTY DIRECTOR
KIRINYAGA REGION
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUSIA OFFICE
INVITATION TO NOTICE 21st April, 2021
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 tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
MAGOMBE-BORO (C827) |
KeRRA/011/39/BSA/BDL/10%/20/21-001 |
BUDALANGI |
3,000,000.00 |
OPEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
28/4/2021 at 10.00am |
download |
|
2. |
OKADOS-MUNDERE (C828) |
KeRRA/011/39/BSA/BDL/10%/20/21-002 |
3,122,000.00 |
YOUTH |
download | |||
|
3. |
D250 JCT-SISENYE (D1856) |
KeRRA/011/39/BSA/BDL/10%/20/21-003 |
3,284,000.00 |
OPEN |
download | |||
|
4. |
BUMALA-DB SIAYA(1848) |
KeRRA/011/39/BSA/BTL/10%/20/21-010 |
BUTULA |
3,174,000.00 |
OPEN |
download | ||
|
5. |
BURINDA-BURIYA-NYAMWANGA(F9014) |
KeRRA/011/39/BSA/BTL/10%/20/21-011 |
3,722,000.00 |
OPEN |
download | |||
|
6. |
IKONZO-BUMUTIRU(F9014) |
KeRRA/011/39/BSA/BTL/10%/20/21-012 |
2,994,000.00 |
YOUTH |
download | |||
|
7. |
SIO PORT-MUFUMU- AGENGA DISP.(OFFD1856) |
KeRRA/011/39/BSA/FYL/10%/20/21-018 |
FUNYULA |
3,000,000.00 |
OPEN |
download | ||
|
8. |
JCTC 828 SIO PORT-SISENYE(D1856) |
KeRRA/011/39/BSA/FYL/10%/20/21-019 |
4,211,000.00 |
OPEN |
download | |||
|
9. |
MURAMBA-NYAKWAKA(E9006) |
KeRRA/011/39/BSA/FYL/10%/20/21-020 |
2,726,000.00 |
PWD |
download | |||
|
10. |
GANJALA – MATAYOS(C830) |
KeRRA/011/39/BSA/MTS/10%/20/21-026 |
MATAYOS |
2,923,000 |
YOUTH |
download | ||
|
11. |
MATAYOS – NAMWITSULA BRIDGE(D1851) |
KeRRA/011/39/BSA/MTS/10%/20/21-027 |
3,258,000.00 |
WOMEN |
download | |||
|
12. |
NAMWITSULA BRIDGE – NASEWA(D1851) |
KeRRA/011/39/BSA/MTS/10%/20/21-028 |
3,507,000.00 |
WOMEN |
download | |||
|
13. |
BUSIDIBU – NAMBALE(C826) |
KeRRA/011/39/BSA/NBL/10%/20/21-035 |
NAMBALE |
3,625,000.00 |
PWD |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
28/4/2021 at 10.00am |
download |
|
14. |
MALANGA RV- MALANGA JCT.(E9020) |
KeRRA/011/39/BSA/NBL/10%/20/21-036 |
2,351,000 |
OPEN |
download | |||
|
15. |
NAMBALE – MABUNGE(E9021) |
KeRRA/011/39/NBL//10%/20/21-037 |
3,711,000.00 |
WOMEN |
download | |||
|
16. |
ANGARO – AKOBWAIT- MALINDA(C814) |
KeRRA/011/39/BSA/TN/10%/20/21-043 |
TESO NORTH |
1,867,000.00 |
OPEN |
download | ||
|
17. |
ANGURAI - CHEMASIR(C831) |
KeRRA/011/39/BSA/TN/10%/20/21-044 |
4,515,000.00 |
OPEN |
download | |||
|
18. |
CHANGARA – CHEMASIR(C831) |
KeRRA/011/39/BSA/TN/10%/20/21-045 |
3,507,000.00 |
WOMEN |
download | |||
|
19. |
TOWNSHIP – AMONI – ANGOROM (938) |
KeRRA/011/39/TS//10%/20/21-050 |
TESO SOUTH |
3,186,000.00 |
WOMEN |
download | ||
|
20. |
BUTEBA – ADUNGOSI – SEGERO(D1855) |
KeRRA/011/39/BSA/TS/10%/20/21-051 |
1,398,000.00 |
WOMEN |
download | |||
|
21. |
SIMBACHAI – LUKOLIS(E9029) |
KeRRA/011/39/BSA/TS/10%/20/21-083 |
5,305,000.00 |
OPEN |
download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- To enhance EQUITY, Bidders shall bid for a maximum of Two (2No.) If upon evaluation they emerge responsive in both, they shall qualify for award of only one tender. Bidders who participate in more than Two (2No.) tenders shall be disqualified. The bidders who were successful in the recently concluded tenders (Advertised on 27th January 2021) should not participate.
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
9th December, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% RMLF Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
|
KISUMU CENTRAL CONSTITUENCY |
|||||
|
1. |
P24_Kisumu: ACCESS TO KERRA OFFICES ROAD KERRA/008/39/KSM/10% CRC/KSM CENTRAL/2-48-22|23-056 |
N/A |
Friday, 16th December, 2022 |
Women |
download |
|
2. |
P212_Kisumu: EZRA GUMBE – MAMBOLEO ROAD KERRA/008/39/KSM/10% CRC/KSM CENTRAL/2-48-22|23-055 |
C |
Friday, 16th December, 2022 |
General |
download |
|
3. |
P206_Kisumu: OBUNGA – KUDHO ROAD KERRA/008/39/KSM/10%CRC/KSMCENTRAL/2-48-22|23-054 |
C |
Friday, 16th December, 2022 |
General |
download |
|
KISUMU EAST CONSTITUENCY |
|||||
|
1. |
C852: CHIGA - LIE LANGO ROAD KERRA/008/39/KSM/10% CRC/KSM EAST/2-48-22|23-044 |
C |
Friday, 16th December, 2022 |
General |
download |
|
2. |
C853: KIBOS – CHIGA ROAD KERRA/008/39/KSM/10%CRC/KSMEAST/2-48-22|23-045 |
N/A |
Friday, 16th December, 2022 |
Youth |
download |
|
3. |
P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD KERRA/008/39/KSM/10% CRC/KSM EAST/2-48-22|23-046 |
C |
Friday, 16th December, 2022 |
General |
Revised document download |
|
KISUMU WEST CONSTITUENCY |
|||||
|
1. |
G93187: COPTIC - KONA MBAYA ROAD KERRA/008/39/KSM/10% CRC/KSM WEST/2-48-22|23-052 |
N/A |
Thursday, 15th December 2022 |
Persons With Disability |
download |
|
2. |
P109_Kisumu: DAGO ULALO ROAD KERRA/008/39/KSM/10%CRC/KSMWEST/2-48-22|23-053 |
C |
Thursday, 15th December 2022 |
General |
download |
|
3. |
G62511: DARAJA MBILI- HUMA ROAD KERRA/008/39/KSM/10%CRC/KSM WEST/2-48-22|23-050 |
N/A |
Thursday, 15th December 2022 |
General |
download |
|
4. |
P102_Kisumu: KIBOSWA OBEDE ROAD KERRA/008/39/KSM/10% CRC/KSM WEST/2-48-22|23-051 |
C |
Thursday, 15th December 2022 |
Persons With Disability |
download |
|
MUHORONI CONSTITUENCY |
|||||
|
1. |
C851: AHERO – OMBEYI ROAD KERRA/008/39/KSM/10% CRC/MUHORONI/2-48-22|23-065 |
N/A |
Friday, 16th December, 2022 |
Youth |
download |
|
2. |
C851: OMBEYI – MIWANI ROAD KERRA/008/39/KSM/10%CRC/MUHORONI/2-48-22|23-066 |
C |
Friday, 16th December, 2022 |
General |
download |
|
NYAKACH CONSTITUENCY |
|||||
|
1. |
C758: NYAMARIMBA – OBUORA ROAD KERRA/008/39/KSM/10% CRC/NYAKACH/2-48-22|23-049 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
2. |
C757: NYAMARIMBA -OBOCH ROAD KERRA/008/39/KSM/10% CRC/NYAKACH/2-48-22|23-048 |
C |
Wednesday, 14th December,2022 |
Women |
REVISED DOCUMENT download |
|
3. |
C758: OBUORA – DIRUBI ROAD KERRA/008/39/KSM/10% CRC/NYAKACH/2-48-22|23-047 |
N/A |
Wednesday, 14th December,2022 |
General |
download |
|
NYANDO CONSTITUENCY |
|||||
|
1. |
D1887: AWACH AWASI ROAD KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-063 |
N/A |
Wednesday, 14th December,2022 |
General |
download |
|
2. |
C854: KOROWE – WITHUR ROAD KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-061 |
C |
Wednesday, 14th December,2022 |
Youth |
download |
|
3. |
C854: WITHUR – NYANGANDE ROAD KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-062 |
C |
Wednesday, 14th December,2022 |
General |
download |
|
4. |
G62850: WITHUR – RIAT ROAD KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-064 |
N/A |
Wednesday, 14th December,2022 |
General |
download |
|
SEME CONSTITUENCY |
|||||
|
1. |
G62365: ARITO LANGI- RIAT ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-058 |
N/A |
Thursday, 15th December 2022 |
Women |
download |
|
2. |
G62384: KOLWEYO – HARAMBEE ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-059 |
N/A |
Thursday, 15th December 2022 |
General |
download |
|
3. |
F6082: KOMBEWA – KORUMBA ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-057 |
C |
Thursday, 15th December 2022 |
General |
download |
|
4. |
G62429: KOMBEWA- ASOL ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-060 |
N/A |
Thursday, 15th December 2022 |
General |
download |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 13th December, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 23rd December, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/021 Date: 25th July, 2023
INVITATION TO TENDER
10% RMLF SAVINGS FUNDING
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 10% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
171 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-171 |
Nyabiosi-Nyakorere-Nyamarambe (R20) |
Prequalified |
DOWNLOAD |
|
2 |
172 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-172 |
Rise-Nyambunde (E1138) |
Prequalified |
DOWNLOAD |
|
3 |
164 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-164 |
Rionyoni-Majimazuri (G65355) |
PWD |
DOWNLOAD |
|
4 |
173 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-173 |
Sengera-Kiagware (R21) |
Women |
DOWNLOAD |
|
5 |
177 |
KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-177 |
Mbanda-Bomburia-Ngenyi (C864) |
Prequalified |
DOWNLOAD |
|
6 |
178 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-178 |
Chibwobi-Ibanchore (G65167) |
Prequalified |
DOWNLOAD |
|
7 |
179 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-179 |
Nyabitunwa-Nyabiore (E6266) |
PWD |
DOWNLOAD |
|
8 |
180 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-180 |
Moneke-Riamachuki-Nyabinyinyi (G64969) |
Youth |
DOWNLOAD |
|
9 |
182 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-182 |
Nyatuta-Mogumo |
Women |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER NOTICE NO.1
DATE:18th June,2019
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 10% RMLF FOR THE FINANCIAL YEAR 2018/19.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 10% RMLF.
|
S/No |
CONSTITUENCY |
ROAD CODE &NAME |
RESERVATIONS |
TENDER No. |
|
|
1 |
Bomachoge Borabu |
F6169 Ichuni-Ritembu-Kona ya Ngare |
Youth/Women |
KeRRA/011/KSI/39/49-2-46-18/19 |
Download |
|
2 |
Bonchari |
D1963 Itibo-Ekerubo-Menyinkwa |
Youth/Women |
KeRRA/011/KSI/39/71-2-46-18/19 |
Download |
|
3 |
G64994 Itierio-Oroche-Iruma-Sewage |
Prequalified |
KeRRA/011/KSI/39/72-2-46-18/19 |
Download | |
|
4 |
Kitutu Chache South |
C863 Mosasa-Oroboti-Geturi |
Prequalified |
KeRRA/011/KSI/39/81-2-46-18/19 |
Download |
|
5 |
Kitutu Chache North |
C863 Geturi-Nyakeyo |
Prequalified |
KeRRA/011/KSI/39/61-2-46-18/19 |
Download |
|
6 |
Nyaribari Chache |
G65111 Ibeno-Kabosi-District Border Nyaribari Masaba |
Prequalified |
KeRRA/011/KSI/39/11-2-46-18/19 |
Download |
|
7 |
E6231 Ekenyoru-Nyamemiso |
Prequalified |
KeRRA/011/KSI/39/13-2-46-18/19 |
Download | |
|
8 |
Nyaribari Masaba |
G65090 Amabuko-Rianyoka-Giensembe |
Prequalified |
KeRRA/011/KSI/39/28-2-46-18/19 |
Download |
|
9 |
C894 Chironge-Chirichiro |
Prequalified |
KeRRA/011/KSI/39/29-2-46-18/19 |
Download | |
|
10 |
Bomachoge Chache |
G65509 Nyansara-Nyamasege |
Prequalified |
KeRRA/011/KSI/39/58-2-46-18/19 |
Download |
|
11 |
Bobasi |
C894 Nyacheki-Chironge |
Youth |
KeRRA/011/KSI/39/39-2-46-18/19 |
Download |
|
12 |
C896 Oganda-Bendere Border |
Prequalified |
KeRRA/011/KSI/39/40-2-46-18/19 |
Download | |
|
13 |
C896 Nyamache-Iranya |
PWD |
KeRRA/011/KSI/39/41-2-46-18/19 |
Download |
MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.
PRE-TENDER SITEVISIT SCHEDULE
|
No. |
CONSTITUENCY |
PRE-TENDER |
ASSEMBLE |
TIME |
|
1. |
Nyaribari Masaba |
24/06/2019 |
CRO Office Masimba |
10.00AM |
|
2. |
Bonchari |
CDF Office Suneka |
||
|
3. |
Nyaribari Chache |
Regional Office |
||
|
4. |
Bomachoge Chache |
25/06/2019 |
KeRRA Office Ogembo |
|
|
5. |
Bobasi |
KeRRA Office Ogembo |
||
|
6. |
Bomachoge Borabu |
26/06/2019 |
CDF Office Kenyenya |
|
|
7. |
Kitutu Chache South |
Regional Office |
||
|
8. |
Kitutu Chache North |
CDF Office Marani |
Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 20th June, 2019 and register with the Supply Chain Management Office (procurement office) to ensure a serial number is allocated to the bid document. Those not able to download may obtain complete tender Documents from the regional office at KeRRAKisii as from 20th June, 2019 during normal working hours upon payment of anon-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;
Branch Name : - Moi Avenue, Nairobi
Account No. : - 1114343196
Account Name : -KeRRAA-1-A
Transacted by : R24..... (Firm name)
The Tenderer shall prepare one original copy and a copy of the Tender Documents as described in the Instructions to Tenderers.
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before the d
ates, as indicated in the table below at 10:30 am. Thereafter, opening of the bids will take place at the same venue starting from 10:30am.as below
Notification of outcome to all tenderers will be made on the KeRRA- Kisii Regional Office notice board when the process is over and more information will be availed from the Supply Chain Management Office (procurement office).
|
S.NO. |
CONSTITUENCY |
DATE |
TIME |
|
1 |
Nyaribari Masaba |
03/07/2019 |
10:30 a.m |
|
2 |
Kitutu Chache South |
||
|
3 |
Bomachoge Chache |
||
|
4 |
Nyaribari Chache |
04/07/2019 |
|
|
5. |
Bobasi |
||
|
6. |
Bomachoge Borabu |
||
|
7. |
Bonchari |
05/07/2019 |
|
|
8. |
Kitutu Chache North |
Deputy Director (Kisii),
Kenya Rural Roads Authority,
P O Box 1084-00100,
KISII.
Deputy Director,
KISII REGION
KENYA RURAL ROADS AUTHORITY
KeRRA is responsible for the management, development, rehabilitation and maintenance of rural roads, classified as D, E and others.
KENYA RURAL ROADS AUTHORITY
REGIONAL OFFICE,
Tel: +254 769 399 HOMABAY REGION
Email:This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 550-40300,
HOMABAY.
Date: 21st August,2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of the management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are registered in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Savings and 10%RMLF Savings Funding Source, F/Y 2022/2023.
|
S/No. |
Road Name and Tender No. |
Work Category |
Constituency |
Reservation |
|
|
1 |
E1028:JN Kanyadhinag -Simbi KeRRA/HB/KARA/08/39/51/22%RMLF -S/22|23-135 |
C |
Karanyuonyo |
OPEN |
download |
|
2 |
U_G6971:Kirima Sch –Kuoyo SDA -Kapis KeRRA/HB/KARA/08/39/51/22%RMLF-S/22/23-136 |
C |
Karanyuonyo |
PWD |
download |
|
3 |
UNCL008:Namba Ogilo center –Ogilo Secondary KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-137 |
C |
Kabondo |
YOUTH |
download |
|
4 |
Uncl120: Nyandolo –Miriu KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-138 |
C |
Kabondo |
OPEN |
download |
|
5 |
U_G61211: Ongamo – JN Katun KeRRA/HB/KAS/08/39/51/22%RMLF-S/22|23-139 |
C |
Kasipul |
OPEN |
download |
|
6 |
URP7-S:Kigoto –Nyamadede- Kumbatha(Box Culvert) KeRRA/HB/SUB/08/39/51/22%RMLF-S/22|23-140 |
B |
Suba |
OPEN |
download |
|
7 |
URA16-S:Kaugege – Beach Access Road KeRRA/HB/MBT/08/39/51/22%RMLF-S/22|23-141 |
C |
Mbita |
WOMEN |
download |
|
8 |
Uncl: Gogo-Katuma -Kijawa KeRRA/HB/HBT/08/39/51/22%RMLF-S/22|23-142 |
C |
Homabay Town |
OPEN |
download |
|
9 |
C872:Kabodo - Kadio KeRRA/HB/NDW/08/39/51/22%RMLF-S/22|23-143 |
C |
Ndhiwa |
OPEN |
download |
|
10 |
Uncl006:Onganga –Nyachar -Anyinjo KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-144 |
|
Rangwe |
YOUTH |
download |
|
11 |
E213J1:Adiedo –Twist –Donga Primary -Border KeRRA/HB/KARA/08/39/51/10%RMLF-S/22|23-145 |
C |
Karachuonyo |
OPEN |
download |
|
12 |
Kakapere Junct – Kadie Secondary KeRRA/HB/KAB/08/39/51/10%RMLF-S/22|23-146 |
C |
Kabondo |
YOUTH |
download |
|
13 |
Uncl144:Bongu –Kachieng -Awach KeRRA/HB/KAS/08/39/51/10%RMLF-S/22|23-147 |
C |
Kasipul |
OPEN |
download |
|
14 |
Uncl:Luwimi –Rang’wa –Rowo Road KeRRA/HB/SUB/08/39/51/10%RMLF-S22|23-148 |
C |
Suba South |
OPEN |
download |
|
15 |
Uncl137:JN Mbita High School -Kawaater KeRRA/HB/MBT/08/39/51/10%-RMFLS/22|23-149 |
C |
Mbita |
OPEN |
download |
|
16 |
R12 Disii –Yogo KeRRA/HB/HBT/08/39/51/10%RMLF-S/22|23-150 |
C |
Homabay Town |
OPEN |
download |
|
17 |
Uncl Sing;enge Box Culvert Protection works KeRRA/HB/NDW/08/39/51/10%RMLF-S/22|23-151 |
C |
Ndhiwa |
WOMEN |
download |
|
18 |
Uncl: Omoche - Anyalo KeRRA/HB/RAN/08/39/51/10%RMLF-S/22|23-152 |
C |
Rangwe |
OPEN |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work categories and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the
Contractors registered in work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification
criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any
Tender addenda or clarifications that may arise before submission date.
- Pretender site visit is Mandatory, bidders are required to liaise with the respective
Constituency Roads Officer to visit Site and thereafter collect duly Signed Pretender Site
Certificate from the respective Constituency Roads Officer.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke from 23rdAugust,2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,
Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 11.00 am on or before 29th August 2023, Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the
Presence of Bidders and or their representatives.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Senior Supply Chain Management Officer,
For: REGIONAL DIRECTOR
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
15th October, 2020
TENDER NOTICE (22% RMLF) 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado West to be funded using 22% RMLF.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
F7004 |
Njoronyori - Mpeti |
KeRRA/11/KJD/39/001/2020-2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
C436 |
Kona Baridi - Kipeto |
KeRRA/11/KJD/39/002/2020-2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
C436 |
Kipeto - Oloyangalani |
KeRRA/11/KJD/39/003/2020-2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
C726 |
Najile - Enkorika |
KeRRA/11/KJD/39/004/2020-2021 |
C |
None |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 16th October, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 30th October 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/020 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR BOMACHOGE BORABU CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
181 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-181 |
Riokindo-Riasaa (G65422) |
Prequalified |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/012 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR BOMACHOGE CHACHE CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
154 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-154 |
Sameta-Egetuki (G65531) |
Prequalified |
DOWNLOAD |
|
2 |
155 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-155 |
Nyamiobo-Riotonyi-Kebege (G65542) |
Prequalified |
DOWNLOAD |
|
3 |
156 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-156 |
Tendere Jnct-Enamba-Omosocho (G64448) |
Women |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h)
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/013 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR BOBASI CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
154 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-157 |
Igare-Borangi (F6164) |
Prequalified |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF bids for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/016 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR BONCHARI CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
162 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-162 |
Kerina-Nyameuru-Nyasagati-Mwata (G64991) |
Women |
DOWNLOAD |
|
2 |
163 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-163 |
Iyabe-Sigisi (G65648) |
Youth |
DOWNLOAD |
|
3 |
168 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-168 |
Nyamaonde-Metaburo-Bonyaoro-Motonto (E6211) |
Prequalified |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/017 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR KITUTU CHACHE SOUTH CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
165 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-165 |
Getare-Riogaro-Jokevilla (U-P26 KISII) |
Prequalified |
DOWNLOAD |
|
2 |
166 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-166 |
Mosocho-Gesieka (G64963) |
Prequalified |
DOWNLOAD |
|
3 |
167 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-167 |
Nyabururu-Keore (G64977) |
PWD |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/014 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR NYARIBARI CHACHE CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
158 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-158 |
Menyinkwa-Nyansacha-Kiamabundu (K16) |
Prequalified |
DOWNLOAD |
|
2 |
159 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-159 |
Menyinkwa-Otamba (D1963) |
Women |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/018 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR NYARIBARI MASABA CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
169 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-169 |
Gesusu Mkt-Moi Gesusu Sec-Kiomiti (G65155) |
Prequalified |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/015 Date: 25th July, 2023
INVITATION TO TENDER
22% RMLF SAVINGS FOR SOUTH MUGIRANGO CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
160 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-160 |
Nyabera-Mochengo (F6155) |
Prequalified |
DOWNLOAD |
|
2 |
161 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-161 |
Riembe-Igare Pri. School (C955) |
Youth |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
14th September, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% Savings RMLF Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
|
1. |
P243: OGANGO - STAR HOSPITAL ROAD KERRA/008/39/KSM/22% SAVINGS/KSM CENTRAL/2-48-21|22-091 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
2. |
F6082: KOMBEWA – KORUMBA(KMTC-LANGI CAMPUS ACCESS) ROAD KERRA/008/39/KSM/22% SAVINGS/SEME/2-48-21|22-093 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
3. |
D1887: KATITO - AWACH ROAD KERRA/008/39/KSM/22% SAVINGS/NYAKACH/2-48-21|22-095 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
4. |
G62523: MAEMBE- KODERO ROAD KERRA/008/39/KSM/22% SAVINGS/KSM WEST/2-48-21|22-101 |
N/A |
Wednesday, 21st, September 2022 |
Women |
download |
|
5. |
C676: MIWANI – OBUMBA ROAD KERRA/008/39/KSM/22% SAVINGS/MUHORONI/2-48-21|22-107 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
6. |
E6133: AHERO- APONDO ROAD KERRA/008/39/KSM/22% SAVINGS/NYANDO/2-48-21|22-109 |
N/A |
Thursday, 22nd, September 2022 |
Youth |
download |
|
7. |
E6135: NYALENDA- NYIRENDA ROAD KERRA/008/39/KSM/22% SAVINGS/NYANDO/2-48-21|22-110 |
N/A |
Thursday, 22nd, September 20222022. |
Persons with Disability |
download |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 16th September, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 28th September, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Road classification in Kenya takes into account the function the road serves i.e.
- If the Road serves as a link between centres of international importance, crossing international boundaries or terminating at international ports (Class A roads-International Trunk Roads)
- If the road links nationally important centres, principal towns or urban centres (Class B roads-National Trunk Roads)
- A road that links provincially important centres to each other or to higher class roads are Class C roads or Primary Roads
- If a road links locally important centres to each other or to a more important centre, or to a higher class road it is a class D Road (Secondary Road)
- Any road link to a minor centre, market or local center is a Class E Road(Minor Road)
In addition there are other Classes of road as per usage (Special Roads) i.e;
- Forest Roads Class F Roads
- Roads serving Schools, Hospitals and Government Institutions Class G roads
- Roads leading to Coffee(Kahawa) growing areas Class K Roads
- Roads accessing settlement schemes Class L Roads
- National Park Roads Class P Roads
- Roads Accessing Rural areas Class R
- Roads Accessing Sugar growing areas Class S
- Roads accessing tea growing places Class T Roads
- Unclassified Rural Roads including those leading to areas with mineral deposits Class U Roads
- Roads Accessing Wheat growing areas Class W Roads
The Finance Act 2009 set up Constituency Roads Committees in each constituency in Kenya which, under the assistance of each Member of Parliament, advices KeRRA on the formulation of an annual roads programme and the roads to be included in it. These committees thus prioritize projects within their jurisdiction and which are hence implemented under the supervision of KeRRA.
KeRRA has 47 Regional Offices spread in each of the 47 counties as stipulated in the current constitution. Each office is headed by a regional manager who represents the Director General in each County.
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
5th December,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under A.I.A Funding Source, F/Y 21/2022.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
|
01 |
C872 BONDE - JABAGRE ROAD KeRRA/HB/NDW/08/39/51/AIA/21|22-277 |
C |
NDHIWA |
GENERAL |
14/12/2022 |
download |
|
02 |
URA21-HB GOT KOKECH - IMBO ROAD KeRRA/HB/HBT/08/39/51/AIA/21|22-278 |
C |
HOMABAY TOWN |
Y/W/PWD |
14/12/2022 |
download |
|
03 |
URA13 WIGA - OGANDE ROAD KeRRA/HB/HBT/08/39/51/AIA/21|22-279 |
C |
HOMABAY TOWN |
GENERAL |
14/12/2022 |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Pretender Site Visit is Mandatory as per the scheduled Dates.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 8th December,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 21st December,2022, Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
OPENING UP RURAL KENYA
KeRRA is a State Corporation within the State Department of Infrastructure under the Ministry of Transport, Infrastructure, Housing and Urban Development and established through the Kenya Roads Act, 2007.
Our Head Office is situated in Nairobi with 30 Regional Offices in each County.
Vision
Easy Access to Resources and Services
Mission Statement
To Develop, Manage and Maintain National Secondary Trunk Road Network
Core Values
- Professionalism
- Innovation
- Integrity
- Equity
- Teamwork
- Collaboration
- Environmental & Social Stewardship
- Inclusiveness
The values that will guide us in achieving our vision and mission are:
- Integrity-We are committed to the promotion of honesty, transparency, accountability and professional ethics
- Professionalism- We practice the highest professional standards across the board
- Innovation- We will explore innovative methods of implementing our mandate
- Teamwork- We recognize the synergy brought about by teamwork and will actively promote the same
- Inclusivity- We will strive to ensure that all stakeholders are considered in our operations including special interest groups
- Environmental and Social Stewardship- Mainstreaming of environmental, gender and other cross-cutting issues in our operations
MANDATE
The Authority’s primary mandate is to develop, construct and maintain the rural road network in the country as per the Kenya Roads Act, 2007. The scope of the rural road network was revised via the Kenya Gazette Legislative Supplement No. 4 (Special Edition) of 22nd January 2016. It comprises the following functions and duties.
- Constructing, upgrading, rehabilitating and maintaining rural roads.
- Controlling reserves for rural roads and access to roadside developments.
- Implementing road policies in relation to rural roads.
- Ensuring adherence by motorists to the rules and guidelines on axle load control prescribed under the Traffic Act or any other existing regulations.
- Ensuring that the quality of road works is in accordance with such standards as may be defined by the Ministry responsible for Transport and Infrastructure, overseeing the management of traffic on rural roads and issues related to road safety.
- Collecting and collating data related to the use of rural roads as may be necessary for efficient forward planning.
- Monitoring and evaluating the use of rural roads, planning the development and maintenance of rural roads, liaising and co-coordinating with other Authorities in planning and operations in respect of roads, preparing road work programs for all rural roads, advising the Cabinet Secretary on all issues relating to rural roads; and performing other functions related to rural roads as may be directed by the Cabinet Secretary.
- Complaints Handling Infrastructure
- Complaints and Information Handling Structure
- Access to Information Form
- Access to Information Procedure
- KeRRA Organogram(Decision Making and Supervision Structure)
- Contract Details (As captured in the Public Procurement Information Portal
KENYA RURAL ROADS AUTHORITY
LAIKIPIA REGIONAL OFFICE
P.O BOX 495-10400 Nanyuki,
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
14th December, 2022
ADDENDUM 1
The Kenya Rural Roads Authority-LAIKIPIA hereby Inform all Laikipia Region Interested Registered Roadworks Contractors and AGPO Eligible Firms/Groups, for maintenance of roadworks in Laikipia, Constituencies; under 22% RMLF funds contracts, in the Financial Year 2022/2023 for the under listed roadworks projects that the opening date has been moved to 22 December 2022. The new dates are as follows:-
|
|
TENDER NUMBER |
SECTION NAME |
TENDER CLOSING/SUBMISSION DATES AND TIME |
|
KeRRA/08/39/LKP EAST/22%/22|23-07 Reserved for person living with disabilities |
AP POST – WITHARE(C501) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP EAST/22%/22|23-08 Open to all registered contractors in Laikipia |
MURAMATI – MWIRERI (C697) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP EAST/22%/22|23-10 Open to all registered contractors in Laikipia |
MIRERA – NANYUKI (D1627) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP EAST/22%/22|23-11 Reserved for women |
AKORINO – UMANDE (D1629) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP NORTH/22%/22|23-13 Reserved for youth |
IMPALA BRIDGE-JN C357 NAIBOR (C696) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP NORTH/22%/22|23-14 Open to all registered contractors in Laikipia |
JN C610THOMPSONS-IMPALA BRIDGE(C696) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP NORTH/22%/22|23-15 Reserved for women |
SOSIAN-IMPALA (C696) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP NORTH/22%/22|23-16 Open to all registered contractors in Laikipia |
KINAMBA – MOWUARAK(C77) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP NORTH/22%/22|23-17 Reserved for women |
MAUNDU MERI - KINAMBA(C77) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP NORTH/22%/22|23-18 Reserved for person living with disabilities |
MIA MOJA-UMANDE(G76189) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP WEST/22%/22|23-21 Reserved for women |
RUMURUTI - MURUKU RIVER (C501) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP WEST/22%/22|23-22 Open to all registered contractors in Laikipia |
RUTOS GATE – MUTARA(C501) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP WEST/22%/22|23-25 Reserved for person living with disabilities |
NYUMBA TATU - NJONJO GIRLS(G75565) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP WEST/22%/22|23-27 Reserved for youth |
MAUA JCT. - MASTOO – MUTUIKU(G75807) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP WEST/22%/22|23-28 Open to all registered contractors in Laikipia |
MUTETA – MAUA (G75846) |
22th December 2022 at 11:00am |
|
|
KeRRA/08/39/LKP WEST/22%/22|23-29 Reserved for youth |
TANDARE – MUTETA(G75846) |
22th December 2022 at 11:00am |
The bidders shall deposit the bids in tender box at the reception, not later than 11.00 A.M or before 22ndDECEMBER 2022. Tender opening will take place immediately after closing time in the presence of Bidders who wish to attend.
REGIONAL DIRECTOR,
KeRRA-LAIKIPIA Region
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUSIA OFFICE
TENDER NOTICE
ADDENDUM No.1
9th April, 2024
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER APPROPRIATION IN AIDS (AIA) FINANCIAL YEAR 2023-2024
Reference is made to the invitation to tender that is presently in the Authority’s website www.kerra.go.ke.
Pursuant to clause 10.1 of the instructions to tenderers, we wish to notify interested bidders that the Bills of Quantities (BoQ) for the bid documents uploaded in the website for the tender listed here below were erroneous. The Bills of Quantities (BoQ) have since been corrected and the bid documents uploaded to the website.
|
S/No |
Road Name & No. |
Tender No. |
Constituency |
Budgetary Estimate |
Reservations |
|
1 |
Off G9444 G9439 Asinge-Ngelechom (Asing’e- Ng’elechom ) |
Teso South |
6,000,000.00 |
Women |
|
|
2 |
Off G9444 G9439 Ngelechom-Okiporo(Ng’elechom-Okiporo) |
Teso South |
6,000,000.00 |
Open |
Tender Opening date has consequently been postponed to 16th April, 2024 ,10.00am at KeRRA Busia Regional Office.
All other information remains the same.
Any inconvenience caused is regretted.
ENG. JARED OMONIDI
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
BUSIA REGION
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. Busia Office,
Public Works Yard,
Kisumu – Busia Road,
P.O. Box 470-50400,
Busia, KENYA.
TENDER ADDENUM NO. 1
12 October, 2023
Reference is made to our invitation to tender dated 2 October, 2023, that is presently in our KeRRA website; www.kerra.go.ke.
Pursuant to clause 10.1 of the instruction to Tenderers, we hereby make the following adjustments;
- Nambale Constituency.
The tender for Routine maintenance and spot of Improvement for C825 Segero – Nambale, Contract No. KeRRA/08/39/BSA/NBL/22%RMLF 23/24 – 021
- There are corrections on the bid document, bidders interested in this tender are advised to download the new tender document as uploaded on our website today.
- Funyula Constituency
The tender for Routine maintenance and spot of Improvement for OFF C788 G9054 Bukiri – Funyula; Contract No. KeRRA/08/39/BSA/FYL/22%RMLF 23/24 – 090
- The Bid document has been re-uploaded on our website for your easy access.
The tender opening date, time and venue remains the same as in the invitation to tender.
JARED OMONDI
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
________Connecting Devolved Kenya__________
TENDER NOTICE: ADDENDUM NO.1
INVITATION TO TENDER 22%RMLF SAVINGS FY 22/23 DATED 31ST JANUARY, 2024
The Region wishes to clarify that the closing/opening date is on 13th February 2024 and NOT 9th January 2024 as indicated in the tender documents.
The sealed documents MUST be submitted to the address below or deposited in the Tender Box. The venue and time remains the same as per the advert.
Bids not received at the submission venue by the closing time shall not be accepted for opening and shall be rejected and returned unopened.
Bidders may obtain further information from the Procurement office in Migori during normal working hours from 0900hrs to 1600hrs local time Monday to Friday.
Eng. Joash N. Michoma
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
P O BOX 164-40400
SUNA- MIGORI
Kenya Rural Roads Authority
Siaya Region
Date: 24th October, 2023
ADDENDUM 1
The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 10% RMLF FY 23/24 that clarifications are deemed necessary calling for an addendum.
Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.
All other instructions and details remain unchanged.
Eng. K. A. Ochieng
Deputy Director - Roads
SIAYA REGION
Kenya Rural Roads Authority
Siaya Region
Date: 24th October, 2023
ADDENDUM 1
The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 22% RMLF FY 23/24 that clarifications are deemed necessary calling for an addendum.
Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.
All other instructions and details remain unchanged.
Eng. K. A. Ochieng
Deputy Director - Roads
SIAYA REGION
Kenya Rural Roads Authority
Siaya Region
Date: 24th October, 2023
ADDENDUM 1
The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 22% RMLF SAVINGS FY 22/23 that clarifications are deemed necessary calling for an addendum.
Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.
All other instructions and details remain unchanged.
Eng. K. A. Ochieng
Deputy Director - Roads
SIAYA REGION
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUSIA OFFICE
TENDER NOTICE
ADDENDUM No.1 18th January, 2023
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 10% RMLF FINANCIAL YEAR 2022-2023
Reference is made to the invitation to tender that is presently in the Authority’s website www.kerra.go.ke.
Pursuant to clause 10.1 of the instructions to tenderers, we wish to notify interested bidders that the tender number for the bid document uploaded in the website for the tender listed here below was incorrect. The tender number has since been corrected and the bid document uploaded to the website.
|
S/No |
ROAD NAME & No. |
TENDER No. |
CONSTITUENCY |
BUDGETARY ESTIMATE |
RESERVATIONS |
|
2 |
D1848: Bumala – DB Siaya |
Butula |
5,500,000.00 |
Women |
Bids shall be received on or before 27th January, 2023, opening of the bids will take place thereafter at the Regional office at 10:00a.m. all other information remains the same.
Any inconvenience caused is regretted.
JULIA N. KUNDU
FOR REGIONAL DIRECTOR
ADDENDUM NO. 1
SPOT IMPROVEMENT OF LISTED ROADS
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with the responsibility for management, development and maintenance of rural roads.
On 31st August, 2021 the Authority invited interested qualified Road works Contractors and AGPO eligible firms/
groups for Spot Improvement works on the listed roads.:
|
NO |
TENDER NO. |
ROAD |
ROAD NAME |
ELIGIBLE GROUP |
TIME FOR COMPLETION |
||
|
1 |
KeRRA/011/KWL/39/GOK/-20|21-48 |
Matuga |
C215 |
Marere-Kilulu |
Open |
4 Months |
|
|
2 |
KeRRA/011/KWL/39/GOK/-20|21-49 |
Msambweni |
C209 |
Mwachande – Milalani |
Youth |
4 Months |
|
|
3 |
KeRRA/011/KWL/39/GOK/-20|21-50 |
Lungalunga |
C209 |
Mwangulu – Mwachande |
Women |
4 Months |
|
|
4 |
KeRRA/011/KWL/39/GOK/-20|21-51 |
Kinango |
C212 |
Kafichoni – Vigurunganii |
PWD |
4 Months |
|
|
5 |
KeRRA/011/KWL/39/GOK/-20|21-52 |
Kinango |
C203 |
Guranze - Kilibasi - Macknon Road |
Open |
4 Months |
|
|
6 |
KeRRA/011/KWL/39/GOK/-20|21-53 |
Kinango |
C204 |
Kilibasi - Mbita Bongo |
Women |
4 Months |
|
|
7 |
KeRRA/011/KWL/39/GOK/-20|21-54 |
Kinango |
E947 |
Kibaoni – Lutsangani |
Youth |
4 Months |
Bidders are hereby advised that;
- Changes have been made on the bid documents for tender nos
- KeRRA/011/KWL/39/GOK/-20|21-48 (no.2 of page 7)
- KeRRA/011/KWL/39/GOK/-20|21-49 (no.2 of page 7)
- KeRRA/011/KWL/39/GOK/-20|21-51 (no.2 of page 7)
- The closing date and all other requirements remain unchanged.
Eng. Onesmus Ikoa
REGIONAL DIRECTOR - (KWALE REGION)
KENYA RURAL ROADS AUTHORITY
Ref;HB/2018-19/008
Homa Bay Region Office
P.O. Box 550,
HOMABAYKENYA
16TH September, 2019
Tender No. : HB/2018-19/008
1. Reference is made to the above-mentioned lnvitation to Tender made on L3thsept 2019. An addendum to the tender is made as herein below.
2. Tenderers shall attend a mandatory pre-tender site visit will be conducted on 19th September, 2019 starting at 10.00am at Homabay Regional office for Rangwe,Ndhiwa and Homabay Town constituencies,For Kabondo and Kasipul constituenciesat Oyugis Kerra office, suba and Mbita constituencies at Mbita Kerra Office..
3' The rest of the details to the lnvitation to Tender remain as earlier indicated.
GE WAHOME
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
For: DEPUTY DIRECTOR
Kenya Rural Roads Authority
Siaya Region
Date: 18th July, 2022
ADDENDUM 1
The Kenya Rural Roads Authority (Siaya) wishes to inform firms participating in the tenders for 22% RMLF SAVINGS, 10% RMLF SAVINGS & GOK SAVINGS FY 21/22 that clarifications are deemed necessary calling for an addendum.
CORRECTION OF TENDER NUMBER
Kindly take note of the following changes and corrections; The correct tender documents have been uploaded on the KeRRA official website: www.kerra.go.ke.
|
S/No. |
ROAD CODE & NAME |
ORIGINAL TENDER NUMBER |
CORRECT TENDER NUMBER |
|
001 |
E6080: NYANGERA- NYAMONYE (Dudi-Kefri-Bondo TTC) |
KeRRA/008/SYA/BONDO/039/PP-SAV/2-49-21|22-1018 |
KeRRA/008/SYA/BONDO/039/GoK-SAV/2-49-21|22-1018 |
|
002 |
C844: RABANGO- ULUDHI RIVER (Nina-Ndege) |
KeRRA/008/SYA/ALEGO/039/PP-SAV/2-49-21|22-1017 |
KeRRA/008/SYA/ALEGO/039/GoK-SAV/2-49-21|22-1017 |
The other instructions and details remain unchanged.
Eng. K. A. Ochieng
Regional Director - Roads
SIAYA REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
(LONG ADVERTISEMENT)
UPGRADING TO BITUMEN STANDARD AND PERFORMANCE BASED ROUTINE MAINTENANCE OF ROADS UNDER 2020/2021 BATCH 3
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
The Authority hereby invites bids from eligible construction companies on behalf of the Ministry of Transport, Infrastructure, and Housing and Urban Development to bid for the Upgrading to Bitumen Standard and Performance Based Routine Maintenance of Roads in 2020/2021 Batch 3 as shown below under the Low Volume Seal Roads Programme to be financed by the Government of Kenya through the Development Vote
|
S/ No. |
Tender Doc Download RWC No. |
Road Name |
CLARIFICATION: AMMENDED VAT RATE AND SCOPE |
Previous date of Submission |
Revised date of Submission |
||
|
Scope |
Old VAT Rate |
Revised VAT Rate |
|||||
|
1 |
Muvakari- Kanyuambora-Kageri Roads |
30 km |
14 % |
16 % |
20th January, 2021 |
2nd February, 2021 |
|
|
2 |
Cheborge Junction - Kipwasituiya Market Road/Sotik – Sulal Roads |
12 km |
14 % |
16 % |
20th January, 2021 |
2nd February, 2021 |
|
|
3 |
Chepkorniswa – Kapchemogen – Kaporowo – Sina Road |
23km |
14 % |
16 % |
20th January, 2021 |
2nd February, 2021 |
|
|
4 |
RWC 606 |
Naitiri – Misikhu / Nzoia Bridge – Matunda Roads |
Original Scope: 30 km Revised Scope: 38 km |
14 % |
16 % |
20th January, 2021 |
2nd February, 2021 |
The above tender documents for RWC 603 to RWC 605 remain the same as originally uploaded however, RWC 606 has been revised and uploaded in the Authority’s Website www.kerra.go.ke and all are to be read together with clarifications in this Addendum. All other information regarding NCA category, preference and reservations remains unchanged.
The sealed bids MUST be submitted to the address below located on Ground floor Barabara Plaza, Block B or deposited in the Tender Box on or before the dates indicated above for various tenders at 11.00 a.m. All pages of the submitted documents to be Serialized Thereafter, opening of the bids will take place at the same venue starting from 11:15am.
Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.
Bidders may obtain further information from the Procurement Unit of KeRRA at the address below during working hours from 09:00 to 16:00 hrs local time Monday to Friday.
Deputy Director, Supply Chain, Barabara Plaza, Block B, Airport South Road,
- O. Box 48151-00100,
NAIROBI, KENYA.
Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.
Tel: +254(20)8013846/2710451, Mobile: +254 724 735 568
DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE ADDENDUM NO 1
(LONG ADVERTISEMENT) –
UPGRADING TO BITUMEN STANDARD AND PERFORMANCE BASED ROUTINE MAINTENANCE OF ROADS UNDER LOW VOLUME SEAL ROADS (BATCH 5)
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
The Authority hereby invites bids from eligible construction companies on behalf of the Ministry of Transport, Infrastructure, and Housing and Urban Development for the following Roads Works Tender as shown below and set to be financed by the Government of Kenya through the Development Vote.
|
S/No. |
Name of Road |
Length (Km) |
Region/County |
Tender Number DOCUMENT DOWNLOAD |
NCA |
Preference & Reservations |
Date of Submission |
|
1.0 |
Upgrading to Bitumen Standards and Performance Based Routine Maintenance of Got Nanga – Jera –Bar – Ober |
12 |
Siaya |
1, 2 or 3 |
CITIZEN |
21st June, 2021 |
|
|
2.0 |
Upgrading to Bitumen Standards and Performance Based Routine Maintenance of Bondo - Ayawi – Kibanga – Liunda Beach. |
27 |
Siaya |
1 |
OPEN |
21st June, 2021 |
|
|
3.0 |
Upgrading to Bitumen Standards and Performance Based Routine Maintenance of Njoro – Neisut Roads |
10 |
Nakuru |
1, 2 or 3 |
CITIZEN |
21st June, 2021 |
The Bid Document has been amended and the revised document will be available for downloading FREE OF CHARGE on the Authority’s Website www.kerra.go.ke with effect from 1st June, 2021.
The Authority wishes to inform interested eligible bidders as follows;
- Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
- In order to manage the spread of COVID-19, the Authority will not conduct Pre-Tender Site visit. However, bidders are encouraged to visit the project site for more insight on the project roads before bidding.
.
- Contact details for the Regional Directors are available on the Authority’s Website.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Bidders can submit bids for all the projects, however, no bidder will be awarded more than one (1) Project.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and be deposited in the Tender Box located at the Ground Floor, Barabara Plaza Block B, or be addressed and posted to the address below on or before the dates indicated above at 11.00 a.m. All pages of the submitted documents are to be Serialized
- Opening of the bids will take place immediately thereafter at the Ground Floor Board Room, Barabara Plaza, Block B in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- The Authority will strictly adhere to Government guidelines on management of COVID 19. Bidders who choose to attend the opening of bids ceremony are therefore required to only send one (1) representative. This will reduce on congestion and crowding of the opening venue.
- Bidders with enquiries are encouraged to do so vide the email addresses shown below. This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it..
Director General
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao road, Opposite KCAA building
- O. Box 48151-00100,
NAIROBI, KENYA.
Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.
Tel: +254(20)8013846/2710451, Mobile: +254 724 735 568
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 1 3rd October, 2023
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 22% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024
Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that
the above referenced tender stands CANCELLED due to material governance issues hitherto unforeseen.
Any inconvenience caused is regretted
ENG JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 1 2nd November, 2021
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS FUNDED VIDE 22% RMLF ALLOCATION FOR THE
FINANCIAL YEAR 2021-2022
Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the cover page for tender No. KeRRA/08/39/BGM/SRS/22% RMLF/21/22-012 (ANG’ARO – CB. MT. ELGON (C814) ROAD) was inadvertently titled BUMULA CONSTITUENCY instead of SIRISIA CONSTITUENCY.
Kindly note that this has been corrected and the document with the correct page title has been uploaded to the website. All other details remain the same.
Any inconvenience caused is regretted
ENG JARED OMONDI
REGIONAL DIRECTOR
TENDER NOTICE
ADDENDUM NO. 1
REHABILITATION AND PERODIC MAINTENANCE OF;
- A2, Chaka – State Lodge –A2, Giagatika (Nyeri), TENDER NO. KeRRA/011/39/16/2018-19
- A 8 Naivasha – Karagita – Kongoni (Moi South Lake), TENDER NO. KeRRA/011/39/ 17/2018-19
Addedundum Pdf download here
Reference is made to the Tender Notice that appeared in the Authority’s website and the Newspaper Advertisement on MyGov dated 4th September, 2018.
The Authority would like to clarify as follows;
- The Bills of Quantity for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/ 17/2018-19 have been revised and will be uploaded on KeRRA’s website on Friday 28th September, 2018.
- The NCA requirement for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/17/2018-19 has been revised to be NCA Category 4 & above.
- Due to Item No. 2 above, all interested bidders are required to attend a Mandatory Pre Tender Site Meeting scheduled for Wednesday 3rd October, 2018 for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/ 17/2018-19. This also applies to all bidders that had attended the initial Pre Tender Site Meeting.
- The Tender Submission date for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/17/2018-19 is hereby revised from Thursday 27th September, 2018 to Tuesday 9th October, 2018 at 11.00am.
- The Tender Submission date for the Tender for Rehabilitation of A2, Chaka – State Lodge –A2, Giagatika (Nyeri), Tender No. KeRRA/011/39/16/2018-19 still remains as Thursday 27th September, 2018.
- All other information remains the same.
- Full details of the tenders can be downloaded from the Authority’s website: kerra.go.ke.
PROCUREMENT MANAGER
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 18th February, 2022
ADDENDUM NOTICE NO.1
Reference is made to the advertisement notice dated 11th February, 2021 for tenders under GOK and 22% RMLF in 2021-2022 Financial year.
Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications is hereby made as follows;
- The correct Tender Number for the Tender; C786 Mbande-Nambirima-Kiliboti Pri Road is KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145
- Therefore, the Tender Number KeRRA/008/39/GOK/ 2/55/ 2021/ 22-031 appearing on the Top Page of the above Tender is hereby corrected to read KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145
The closing and opening of tenders shall remain the same as earlier advertised
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
23rd September, 2022
KISUMU REGION
Minor Road Maintenance and Spot Improvement Works under GOK Savings, 10% Savings & 10%CS Savings Funds
ADDENDUM 1
The Kenya Rural Roads Authority-Kisumu Region wishes to inform firms participating in the tenders for minor Road Maintenance and Spot Improvement Works under GOK Savings, 10% Savings & 10%CS Savings funds for FY 2021/2022 that clarification is deemed necessary calling for an addendum.
- Kindly take note that the tender document uploaded on the KeRRA website for contract no. C676: MIWANI – OBUMBA ROAD (KERRA/008/39/KSM/10% SAVINGS/MUHORONI/2-48-21|22-106)was not the correct tender document. The error has been corrected and the document has been uploaded on the KeRRA website.
- Also, the tender document uploaded on the KeRRA website for contract no. P243: OGANGO - STAR HOSPITAL ROAD (KERRA/008/39/KSM/CARRY OVER/KSM CENTRAL/2-48-21|22-129) was not the correct tender document. The error has been corrected and the document has been uploaded on the KeRRA website.
- Submission date & time for this specific tender has been extended from 28th September, 2022 to 30th September, 2022 at 10.00 am.
- The other instructions remain unchanged
Eng. K.A. Ochieng
Regional Director
KISUMU REGION.
KENYA RURAL ROADS AUTHORITY
________Connecting Devolved Kenya__________
TENDER NOTICE: ADDENDUM NO.1
INVITATION TO TENDER 22%RMLF AND 10%RMLF FY 21/22 DATED 15TH OCTOBER, 2021
The Region wishes to make changes to the invitation to tender dated 15th October, 2021 and the bid documents with regards to the Bills of quantites as follows:
- 1. Ogwamrondo SDA- A1 Ranen Contract no. KeRRA/011/MIG/AWEN/22%/39/21-22/061 Bill no. 10 activity no 10.60.03 the quantity should be 2297.6 and not 22297.6 as indicated earlier.
- Ndege Oriedo – A1 Kamagambo Contract no. KeRRA/011/MIG/RON/GOKSAV/39/20-21/268 has been changed to KeRRA/011/MIG/GOKSAV/39/20/21/271 and the tender document has been uploaded.
- The tender document for Migori – Nyikendo contract no. KeRRA/011/MIG/SE/10%/39/21-22/035 which was missing has since been uploaded.
The sealed documents MUST be submitted to the address below or deposited in the Tender Box. The venue, time and the date remains the same as per the advert.
Bids not received at the submission venue by the closing time shall not be accepted for opening and shall be rejected and returned unopened.
Bidders may obtain further information from the Procurement office in Migori during normal working hours from 0900hrs to 1600hrs local time Monday to Friday.
Eng. Joash N. Michoma
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
P O BOX 164-40400
SUNA- MIGORI
Kenya Rural Roads Authority
Siaya Region
Date: 24th October, 2023
ADDENDUM 1
The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 10% RMLF SAVINGS FY 22/23 that clarifications are deemed necessary calling for an addendum.
Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.
All other instructions and details remain unchanged.
Eng. K. A. Ochieng
Deputy Director - Roads
SIAYA REGION
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 1 9th September, 2021
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS FUNDED VIDE 22% & 10% RMLF SAVINGS FOR THE FINANCIAL YEAR 2020-2021
Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the bid document uploaded in the website for the tender listed here below was incorrect. The correct bid document has now been uploaded.
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE |
RESERVATIONS |
|
|
16 |
CB MINYALI – E278 NDALU (622) B |
KeRRA/011/39/BGM/TNG /10%SAV/20/21-093 |
TONGAREN |
394,000.00 |
PWD |
download |
Any inconvenience caused is regretted
ENG JARED OMONDI
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KWALE REGION
ADDENDUM NO .1
Date: 4th November 2024
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the tender advertisement notices 1 & 2 and tender documents uploaded for road works dated 30th October 2024 for Kwale region. Bidders are hereby notified that;
Pursuant to section 63(e) of PPADA 2015, the tender advertisement notices and tender documents uploaded on the KeRRA website www.kerra.go.ke have been withdrawn until further notice.
We regret the inconvenience this might have caused.
Eng. Onesmus Ikoa.
REGIONAL DIRECTOR
KWALE REGION
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
20th December,2021
ADDENDUM NOTICE NO.2
Reference is made to the Advertisement Notice dated 10th December,2021 for tenders under GOK savings in the Financial year 2021-2022
Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tenders;
|
No |
Road Name |
Constituency |
Tender No. |
Category |
Corrected Budgeted Amount |
|
6 |
G92587 Iyala – Stand Muhogo Road |
Lurambi |
KeRRA/008/39/KAK/GOK savings/2-55-21|22-207 |
ALL |
2,190,244.05.00 |
NB.
Take note that the Budget for the above Tender have been corrected as provided above
All details including tender closing and opening remain the same as earlier stated.
Eng. E.K. Cheserek
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 1 8th February, 2021
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 22% RMLF ALLOCATION FOR THE
FINANCIAL YEAR 2020-2021
Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 2.4 of the Instructions to Tenderers, we wish to notify interested bidders that the bid document uploaded in the website for the tender listed here below did not include Bill No.10 in the Bills of Quantities. The correct bid document has now been uploaded.
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE |
RESERVATIONS |
|
|
41 |
B139SIKUSI – D1827MUKHWEYA (G9824) |
KeRRA/011/BGM/KBCH/22%/39/20/21-034 |
KABUCHAI
|
3,419,000.00 |
OPEN |
download |
Any inconvenience caused is regretted
ENG JARED OMONDI
REGIONAL DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 25th February, 2022
ADDENDUM NOTICE NO 2
Reference is made to the advertisement notice dated 11th February, 2021 for tenders under GOK and 22% RMLF in 2021-2022 Financial year.
Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications is hereby made as follows;
- The Engineers Estimate provided in the Tender Document; (s) Clause 14.4 of instruction to Tenderers is amended for the various Tenders as follows:
|
No |
Tender No |
Road Name |
Corrected Engineers Estimate |
|
1 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 141 |
E9206 Harambee- Shitsisori Road |
9,785,000.00 |
|
2 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 142 |
E9196 Manyunza- Dido Road |
9,828,000.00 |
|
3 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 144 |
C780 Ikoli- Kimangeti- Malava (C780 Chimoi- Malichi) Road |
9,742,000.00 |
|
4 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145 |
C786 Mbande-Nambirima-Kiliboti Pri Road |
9,828,000.00 |
|
5 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-031(Retender) |
Uncl- 20 Kakamega Buruburu- Shibanga - Shibale Road |
5,643,533.30 |
|
6 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-033(Retender) |
Uncl-22 Kakamega Mwilala – Mureko Ack - Muriaka Road |
2,632,841.00 |
|
7 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-041 (Retender) |
Uncl- 17 Kakamega Shitimba – Nandwa Junct. Road |
3,968,331.58 |
|
8 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-047 (Retender) |
E1273 Nambacha – Navakholo Road |
2,601,138.38 |
Please note that he closing and opening of tenders is hereby postponed from 28th February, 2022 to 4th March, 2022
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
DOWNLOAD ADDENDUM 3 HERE
KENYA RURAL ROADS AUTHORITY
NYAMIRA REGION
P.O BOX 27-40500 NYAMIRA
ADDENDUM NO. 2
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR RMLF 22% FY 2020
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.
Following the Declared Covid-19 pandemic and Subsequent Presidential directive, KeRRA Nyamira has revised the opening dates for all the tenders that were posted on Tuesday, 3rd March 2020 both in our Regional Notice Board & our Website (see www.kerra.go.ke), the Authority wishes to make several changes as follows:
|
S/No |
TENDER NUMBER |
ROAD NAME
|
REVISED OPENING& CLOSING TIME : 9.00AM |
|
BORABU CONSTITUENCY RMLF 22% |
|||
|
1 |
KeRRA/11/NMR/39/22% CRC/2-47-005 -19|20 |
Amakara - Isoge |
24TH APRIL, 2020 |
|
2 |
KeRRA/NMR/39/22% CRC /2-47- 006-19|20 |
Gucha - Kegogi - Nyagware |
|
|
3 |
KeRRA/11/NMR/39/22% CRC/2-47- 009-19|20 |
Matutu -Riamanoti -Nyaronge |
|
|
4 |
KeRRA/11/NMR/39/22% RMLF/2-47-007-19|20 |
Nyaronge - Mwongori - Chebilati |
|
|
5 |
KeRRA/11/NMR/39/22% CRC/2-47- 008-19|20 |
Nyapara 11 - Mokomoni - Kitaru |
|
|
6 |
KeRRA/11/NMR/39/22% CRC/2-47- 010-19|20 |
Kijauri - ensakia - Riotonyi |
|
|
7 |
KeRRA/11/NMR/39/22% CRC/2-47- 012-19|20 |
Itibo - Kiabonyoru -Kegogi |
|
|
8 |
KeRRA/11NMR/39/22% CRC/2-47- 011-19|20 |
Amatierio - Kiendera - Nyankongo TBC |
|
|
NORTH MUGIRANGO RMLF 22% |
|||
|
1 |
KeRRA/11/NMR/39/22% CRC/2-47-016-19|20 |
Bomabacho – Nyamusi |
23RD APRIL, 2020 |
|
2 |
KeRRA/11/NMR/39/22% CRC/2-47-017-19|20 |
Nyamusi - URP Nyaobe – Chabera |
|
|
3 |
KeRRA/11/NMR/39/22% CRC/2-47-018-19|20 |
Mabariri - Kioge - Nyanchoka - Gekano |
|
|
4 |
KeRRA/11/NMR/39/22% CRC/2-47-019-19|20 |
Magwagwa - Sakwa - Nyaututu |
|
|
5 |
KeRRA/11/NMR/39/22% CRC/2-47-020-19|20 |
Ikonge (Tombe Junction) - Isinta - Avocado |
|
|
6 |
KeRRA/11/NMR/39/22% CRC/2-47-021-19|20 |
Magwagwa - Nyabwaroro - A1 Sondu |
|
|
7 |
KeRRA/11/NMR/39/22% CRC/2-47-022-19|20 |
Nyaramba - Itibo |
|
|
WEST MUGIRANGO RMLF 22% |
|||
|
1 |
KeRRA/11/NMR/39/22% CRC/2-47-026-19|20 |
Tinga - Ekero - Gesiaga |
22ND APRIL, 2020 |
|
2 |
KeRRA/11/NMR/39/22% CRC/2-47-028-19|20 |
Karota Junct - Karota Market |
|
|
3 |
KeRRA/11/NMR/39/22% CRC/2-47-029-19|20 |
Mobamba - Gucha |
|
|
4 |
KeRRA/11/NMR/39/22% CRC/2-47-037-19|20 |
Miruka - Bomabacho |
|
|
5 |
KeRRA/11/NMR/39/22% CRC/2-47-040-19|20 |
Bondeni - Magombo |
|
|
6 |
KeRRA/11/NMR/39/22% CRC/2-47-041-19|20 |
Mabundu - Nyamira |
|
|
7 |
KeRRA/11/NMR/39/22% CRC/2-47-042-19|20 |
Nyabomite Bridge |
|
|
KITUTU MASABA RMLF 22% |
|||
|
1 |
KeRRA/11/NMR/39/22% CRC/2-47-027-19|20 |
Kegati - Nyangori |
22ND APRIL,2020 |
|
2 |
KeRRA/11/NMR/39/22% CRC/2-47-030-19|20 |
Nyankongo Society - Emenyeche - Nyabuya |
|
|
3 |
KeRRA/11/NMR/39/22% CRC/2-47-031-19|20 |
Girango - Keboba |
|
|
4 |
KeRRA/11/NMR/39/22% CRC/2-47-039-19|20 |
Keroka - Matangi - Rikenye |
|
We wish further to state that some amendments have been made to correct the anomalies that appeared in Amatierio - Kiendera - Nyankongo TBC Tender Number KeRRA/11NMR/39/22% CRC/2-47- 011-19|20 for Borabu Constituency and Miruka-Bomacho Tender NO. KeRRA/11/NMR/39/22% CRC/2-47-037-19|20 for West Mugirango.
|
S/no |
TENDER NUMBER |
ROAD NAME |
CHANGES |
|
1 |
KeRRA/11NMR/39/22% CRC/2-47- 011-19|20 |
Amatierio - Kiendera - Nyankongo TBC |
Budgeted amount revised To read 2.4 Million |
|
2 |
KeRRA/11/NMR/39/22% CRC/2-47-037-19|20 |
Miruka - Bomabacho |
B.O.Q Revised |
Bidders are advised to download revised tender documents from the Authority’s Website: www.kerra.go.ke as from Friday, 27th March, 2020. All other information regarding the tender documents on requirements, specification and scope of works remains the same.
Completed duly serialized Tender Documents in Wax sealed plain envelopes marked with Tender reference and Road Name description, without bidder’s identity, should be deposited in the Tender Box located in the Regional Office at the Public Works Building or be addressed and sent to;
The Deputy Director,
Kenya Rural Roads Authority-Nyamira Region,
P.O. Box 27-40500,
NYAMIRA
So as to be received by 9:00 AM on the respective tabulated dates above. Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend. Bids submitted after this prescribed time shall be rejected.
24th MARCH 2020
.
DEPUTY DIRECTOR,
KENYA RURAL ROADS AUTHORITY,
NYAMIRA REGION
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO. 3 8th February, 2021
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 22% RMLF ALLOCATION FOR THE
FINANCIAL YEAR 2020-2021
Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 2.4 of the Instructions to Tenderers and section 63 of the Public Procurement and Asset Disposal Act 2015, we wish to notify interested bidders that the tenders list here below are hereby Cancelled. The same shall be re-advertised at a later date.
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE |
RESERVATIONS |
|
30 |
NASUSI-MWANGALE BRIDGE-MAROFU (UG9115) |
KeRRA/011/BGM/KML/22%/39/20/21-040 |
KIMILILI
|
3,468,000.00 |
OPEN |
|
32 |
MOI GIRLS KAMUSINGA-KAMUTIONG (E1237) |
KeRRA/011/BGM/KML/22%/39/20/21-042 |
4,181,000.00 |
OPEN |
|
|
35 |
C809 TEMBA TEMBA-KITAYI-KIBINGEI (UP25) |
KeRRA/011/BGM/KML/22%/39/20/21-045 |
3,690,000.00 |
OPEN |
Any inconvenience caused is regretted
ENG JARED OMONDI
REGIONAL DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
EMBU REGION
Date: 4th November, 2024
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the tender advertisement notice for road works dated 30th October, 2024 for Embu Region. Bidders are hereby notified that;
The tender advertisement notice has been withdrawn until further notice.
We regret the inconvenience this might have caused
Eng. Alex Machira
REGIONAL DIRECTOR EMBU REGION
KENYA RURAL ROADS AUTHORITY
KAJIADO REGION
INVITATION TO TENDER
Date: 19th October 2021
ADDENDUM NO. 1
ROUTINE MAINTENANCE/ SPOT IMPROVEMENT OF LISTED ROADS
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with the responsibility for management, development and maintenance of rural roads.
On 7th October, 2021 the Authority invited interested qualified Road Works Contractors-Prequalified and AGPO eligible firms/groups for Routine Maintenance/Spot Improvement works on various roads under 22% and 10% RMLF Funds for Kajiado Central Constituency.
Bidders are hereby notified that;
The closing date of the tenders has been changed from Thursday, 21st October, 2021 to Thursday, 28th October 2021.This is to give bidders adequate time to prepare for the biding process. All other conditions remain the same.
REGIONAL DIRECTOR
KAJIADO REGION
KENYA RURAL ROADS AUTHORITY
KITUI REGION
DATE: 4TH NOVEMBER 2024
Tenders under Allocations in the Financial Year 2024-/2025 were advertised 30th October, 2024 at our Regional Office Notice board and posted on www.kerra.go.ke. Subsquently all interested bidders are notified that the tenders have been CANCELLED until further notice.
|
Tender Ref.
|
Road Name |
Category & Target group |
Eligible bidders/ NCA |
|
KeRRA/KTI/008/039/001/2024-2025 |
C254, Ngomeni - Mandongoi |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/002/2024-2025 |
C356, Kwa Governor- Musavani - Manzinga -Kyenini-Wikithuki |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/003/2024-2025 |
C356, Kwa Kathukya - Malatani |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/004/2024-2025 |
C356, Usueni - Mwangea |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/005/2024-2025 |
C359, ciampiu - Gakombe - Tana River |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/006/2024-2025 |
C417 Kwa Nguru - Tulanduli - Ngaie |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/007/2024-2025 |
C417, Kyuso- Ngaie |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/008/2024-2025 |
C423, Ciambyu- Mwangea |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/009/2024-2025 |
D1242, Kyuso-Kimangao-Katse |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/010/2024-2025 |
E4102, Muunguu - Ngai |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/011/2024-2025 |
E4103, Winzelya - Kiromboko |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/012/2024-2025 |
E4117, Kyuso-Ngomeni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/013/2024-2025 |
UR5, Kamuongo - Tyaa- kamuthale |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/014/2024-2025 |
C395, Kanyaa - Kaikungu - Kavililo |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/015/2024-2025 |
C395, Kanyaa - Kwa Muthusi |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/016/2024-2025 |
C395, Kwa Muthusi - Kyusyani |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/017/2024-2025 |
C395, Thaana Nzau - Kyusyani |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/018/2024-2025 |
C422, Kathumulani - Kyome - Ndaluni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/019/2024-2025 |
C42,2 Kisovo - Ithengeli |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/020/2024-2025 |
D1221, Kiio - Kwa Ivia - Malatani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/021/2024-2025 |
E4092, Kavalyani - Itaani - Ilalambyu |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/022/2024-2025 |
E4097, Kanginga Oasis - Kavuvwani - Musuani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/023/2024-2025 |
G45846, Mavuni - Ngongoni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/024/2024-2025 |
G45846, Nguutani - Mavuni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/025/2024-2025 |
UR23, Kavaini-Kyamboo |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/026/2024-2025 |
C417, Kyumbe - Kamuluyuni - Iviani |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/027/2024-2025 |
C417, Nguni - Kalanga - Mulinde - Ukasi |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/028/2024-2025 |
C417, Nguni - Katulani Yatwa |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/029/2024-2025 |
C417, Yatwa - Kyumbe - Nuu |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/030/2024-2025 |
C422, Musukini-Katalwa |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/031/2024-2025 |
C425, Lundi - Ngoo - Kathosweni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/032/2024-2025 |
C425, Kanyonga-Kauswini |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/033/2024-2025 |
D1246, Kyulugwa - Mwambui - Waita |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/034/2024-2025 |
D1246, Miambani - Mui - Mutwangombe |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/035/2024-2025 |
D1246, Mutwangombe - Kathoka |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/036/20242025 |
E4123 Mathuki - Kimongo |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/037/2024-2025 |
F4048, A3 Mwingi - Kyandani - Ikuuni |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/038/2024-2025 |
F4048, Kivou - Kasovoni -Kanzui |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/039/2024-2025 |
F4048, Ukasi - Ngooni - Miuni(Sosoma) |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/040/2024-2025 |
F4050, Muangeni - Kaombe - Iviani(Kalesi - Kaai) |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/041/2024-2025 |
F4050, Muangeni - Kavindu - Yatwa - Mwaani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/042/2024-2025 |
F4052, Kavoko - Kalesi - Kimongo |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/043/2024-2025 |
G46099, Mwingi - Mathiakani - Yanyonge |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/044/2024-2025 |
G46120, Mui - Nduvani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/045/2024-2025 |
UR16, Nguni - Mandove(Muthuka - Nzouni) |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/046/2024-2025 |
UR17, Uvati-Nyanyaa-Enziu (Kivui - Kaunguni) |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/047/2024-2025 |
UR17, Waita - Ndithi - Nyanyaa(Thonoa- Muunguu - Maongoa) |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/048/2024-2025 |
UR22, Enziu - Kamulewa - Kalitini(Yumbu - Kangilwa) |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/049/2024-2025 |
UR22, Nguni-Kamulewa-Mwangeni |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/050/2024-2025 |
C395, Kwa Siku - Yalatani |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/051/2024-2025 |
C395, Yalatani - Usiani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/052/2024-2025 |
C427, Kwa Kinywa - Kwa Ngwambu |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/053/2024-2025 |
C427, Kakumuti - Kiatine |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/054/2024-2025 |
C427, Kiatine - Tulia |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/055/2024-2025 |
C427, Vyanyu - Kakumuti |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/056/2024-2025 |
C427, Vyanyu - Syongila |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/057/2024-2025 |
D1248, Katutu-Kwa Vonza |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/058/2024-2025 |
D124,8 Manzi Itumo - Kalimani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/059/2024-2025 |
UR 36, Ithekethe River - Kitamwiki Pri Sch - Kiatine Pri Sch |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/060/2024-2025 |
UR30, Kwa Mbelu - Muthale Road |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/061/2024-2025 |
C415, Kalulini Junction - Kanyangi |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/062/2024-2025 |
C415, Kanyangi - Makutano Ilengi |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/063/2024-2025 |
C415, Kiusyani - Kwa Kilui |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/064/2024-2025 |
C415, Kwa - Kilui - Nthongoni |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/065/2024-2025 |
C415, Kwa Kilui-Kalulini |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/066/2024-2025 |
C415, Nthongoni - Kalulini Junction |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/067/2024-2025 |
C415, Tiva - Kiusyani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/068/2024-2025 |
C420, Nzangathi - Kivuuni |
REGISTERED |
5 to 8 |
|
NeKeRRA/KTI/008/039/069/2024-2025 |
E4131, Kavisuni-Kisasi |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/070/2024-2025 |
E4156, Kisasi-Mbitini |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/071/2024-2025 |
UR7, Katothya - Kanyonyo |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/072/2024-2025 |
C395, Kasyala - Kalundu |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/073/2024-2025 |
C395, Kasyala - Kavalo |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/074/2024-2025 |
C395, Usiani - Kasyala |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/075/2024-2025 |
C415, Mulutu-Tiva |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/076/2024-2025 |
C416, Kwa Mukwa - Miambani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/077/2024-2025 |
C416, Kwa Ngindu - Kwa Mukwa |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/078/2024-2025 |
C416, Kyalilini- Kwa Mutheke |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/079/2024-2025 |
C416, Miambani - Mwanyani |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/080/2024-2025 |
C416, Mwanyani - Mikuyuni |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/081/2024-2025 |
C422, Kiluma - Ndiani Primiary |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/082/2024-2025 |
C422, Ndiani Primary - Miambani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/083/2024-2025 |
C416, Mikuyuni - Yoonye |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/084/2024-2025 |
C416, Ndovoini - Ikisaya |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/085/2024-2025 |
C418, Voo - Kisyuni |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/086/2024-2025 |
C419, Kinakoni - Voo |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/087/2024-2025 |
C41,9 Kivwauni - Mwitika |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/088/2024-2025 |
C419, Voo - Kivwauni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/089/2024-2025 |
C420, Kivuuni - Muambani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/090/2024-2025 |
C420, Muambani - Voo |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/091/2024-2025 |
C420, Nzewani - Nzangathi |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/092/2024-2025 |
C426, Kivaki - Kanti (Zombe) |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/093/2024-2025 |
C426, Malatani (Mikuyuni) - Kivaki |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/094/2024-2025 |
D1245, Inyuu- - Kyamusivi |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/095/2024-2025 |
E4152, Mangola-Kwa Mbaya |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/096/2024-2025 |
E4153, Zombe-Kaliku |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/097/2024-2025 |
C415, Athi - Katilini |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/098/2024-2025 |
C415, Ilengi - Katilini |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/099/2024-2025 |
C415, Katilini-Athi |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/100/2024-2025 |
C418, Kanziku - Ikutha |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/101/2024-2025 |
C418, Kisyuni - Mutha |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/102/2024-2025 |
C418, Mutha - Kanziku |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/103/2024-2025 |
C419, Myei - Kinakoni |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/104/2024-2025 |
D1243, Ikutha - Simisi |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/105/2024-2025 |
E4130, Ndatani - Vote |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/106/2024-2025 |
G46587, Makutano Ilengi - Ikutha |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/107/2024-2025 |
C356, Kavenya - Ngongoni Nzanzani - Usueni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/108/2024-2025 |
C423, Ciambyu- Mwangea |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/109/2024-2025 |
C423, Tharaka - Gankanga - Rimula |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/110/2024-2025 |
E4103, Itivanzou - Ndolonge - Ngai |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/111/2024-2025 |
C422, Kwa Mbuta - Kaliluni - Migwani |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/112/2024-2025 |
D1221, Kairungu - Kyanziani - Musonoke |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/113/2024-2025 |
D1221, Wikithuki-Karura |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/114/2024-2025 |
G45851, Kithyoko - Nzalae - Yitwa Mbemba |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/115/2024-2025 |
C416, Nuu - Ndovoini |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/116/2024-2025 |
C416, Nyaani - Nuu |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/117/2024-2025 |
C416, Yoonye - Nyaani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/118/2024-2025 |
C417, Kithumula - Nguni |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/119/2024-2025 |
C425, Lundi - Miambani |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/120/2024-2025 |
F4058, Kwa Nyingi - Mutini - Kwa Mumo - Kwa Mboya |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/121/2024-2025 |
G47404, Kabati-Kyondoni |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/122/2024-2025 |
G47418, Katheka - Ndolos Corner |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/123/2024-2025 |
P142, St. Bhakita School - Kwa Kavusw |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/124/2024-2025 |
UR24, Katutu - Mutanda |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/125/2024-2025 |
E4135, Kiusyani - Mandongoi |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/126/2024-2025 |
E4135, Mandongoi - Kiseuni |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/127/2024-2025 |
E4157, Mbitini-Mosa |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/128/2024-2025 |
G47282, Muselele - Zambia |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/129/2024-2025 |
UR7, Seku - katothya - kanyonyo |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/130/2024-2025 |
C395, Mutune - Kasyala |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/131/2024-2025 |
C416, Kwa Mukwa - Miambani |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/132/2024-2025 |
D1252, Kwa Muli-Ngiluni |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/133/2024-2025 |
E4150, Kyongwe-Mutula |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/134/2024-2025 |
L9_Kitui, Kwa Mukwa - Vinda |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/135/2024-2025 |
C416, Ndovoini - Ikisaya |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/136/2024-2025 |
C419, Kivwauni - Mwitika |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/137/2024-2025 |
C420, Muambani - Voo |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/138/2024-2025 |
C426, Kivaki - Kanti (Zombe) |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/139/2024-2025 |
C415,Katilini-Athi |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/140/2024-2025 |
C415 Makutano-Ilengi-Katulini |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/141/2024-2025 |
C418, Mutha - Kanziku |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/142/2024-2025 |
C419, Myei - Kinakoni |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/143/2024-2025 |
E4128, Mutomo Kamutei |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/144/2024-2025 |
F4061, Imumba -Wardena |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/031/2023-2024 |
C425, A3 Mwingi – Lundi |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/030/2023-2024 |
C425, Kanyonga- Kauswini |
REGISTERED |
5 to 8 |
|
KeRRA/KTI/008/039/141/2023-2024 |
C425, River Enziuv Kathonzweni - Munyuni |
YOUTH |
5 to 8 |
|
KeRRA/KTI/008/039/083/2022-2023 |
C422, Kaela-mulanga-Kanyonga |
WOMEN |
5 to 8 |
|
KeRRA/KTI/008/039/182/2023-2024 |
C425, A3 Mwingi - Lundi Yoonye- Nyaani - Nuu |
PWD |
5 to 8 |
|
KeRRA/KTI/008/039/216/2022-2023 |
C422, Enziu-Kivou-Waita-Endui( C422, Mwingi Mumbuni Mwanzilu) |
PWD |
5 to 8 |
Any inconvenience due to the CANCELLATION of the above tenders is regretted.
ENG. S.M NGUI
REGIONAL DIRECTOR
KITUI REGION
KENYA RURAL ROADS AUTHORITY
MACHAKOS REGION
Date: 4th November 2024
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the tender advertisement that is currently in the Authority’s website www.kerra.go.ke for road works dated 31st October 2024 for Machakos region. Bidders are hereby notified that;
Pursuant to section 63(e) of PPADA 2015, the tender advertisement notice uploaded on the KeRRA website www.kerra.go.ke have been withdrawn until further notice.
We regret the inconvenience this might have caused.
ENG.C.M. MUKUVA
REGIONAL DIRECTOR
MACHAKOS REGION
KENYA RURAL ROADS AUTHORITY
KWALE REGION
INVITATION TO TENDER 6th October, 2022
ADDENDUM NO. 1
SPOT IMPROVEMENT OF LISTED ROADS
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with the responsibility for management, development and maintenance of rural roads.
On 30th September, 2022 the Authority invited interested qualified Road works Contractors and AGPO eligible firms/ groups for Spot Improvement works on the listed roads.:
|
NO |
TENDER NO. |
Constituency |
ROAD |
ROAD NAME |
ELIGIBLE GROUP |
TIME FOR COMPLETION |
|
|
1 |
KeRRA/08/KWL/39/21|22-63 |
Lunga Lunga |
C204 |
BidiniMole - Magombanii |
ALL |
4 Months |
|
|
2 |
KeRRA/08/KWL/39/21|22-64 |
Kinango |
C204 |
Kilibasi - Mbita Bongo |
ALL |
4 Months |
|
|
3 |
KeRRA/08/KWL/39/21|22-65 |
Matuga |
C208 |
Kirewe - Kilulu |
PWD |
4 Months |
|
|
4 |
KeRRA/08/KWL/39/21|22-66 |
Matuga |
C207 |
Mwaluvanga -Lukore Primary |
YOUTH |
4 Months |
|
|
5 |
KeRRA/08/KWL/39/21|22-67 |
Lunga Lunga |
C209 |
Mwabandari-Mwananyamala Primary |
YOUTH |
4 Months |
|
|
6 |
KeRRA/08/KWL/39/21|22-68 |
Matuga |
C211 |
Manyatta -Kidongo Primary |
WOMEN |
4 Months |
|
|
7 |
KeRRA/08/KWL/39/21|22-69 |
Matuga |
C214 |
Majimboni - Chirimani Primary |
WOMEN |
4 Months |
|
|
8 |
KeRRA/08/KWL/39/21|22-70 |
Matuga |
C208 |
Kirewe-Mirihini Primary School |
ALL |
4 Months |
Bidders are hereby advised that;
- The Submission date have changed from Friday, 7th October, 2022 at 11.00am to Tuesday 11th October, 2022 at 11.00am
- All other information pertaining this tender remains the same.
Eng. Onesmus Ikoa
REGIONAL DIRECTOR - (KWALE REGION)
KENYA RURAL ROADS AUTHORITY
THARAKA NITHI REGION
Date: 4th November, 2024
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the tender advertisement notice for road works dated 30th October, 2024 for Tharaka Nithi Region. Bidders are hereby notified that;
The tender advertisement notice has been withdrawn until further notice.
We regret the inconvenience this might have caused
Eng. Alex Machira
REGIONAL DIRECTOR
THARAKA NITHI REGION
KENYA RURAL ROADS AUTHORITY
LAMU REGION
4th November,2024
ADDENDUM NO.1 LAMU REGION FY 2024/2025
The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.
Lamu Region, wishes to notify the public of the cancellation of the following tenders advertised on the KeRRA website www.kerra.go.ke on Wednesday 30th October,2024, pursuant to section 63(e) of PPADA 2015.
|
Tender Ref. Region: |
Road Name |
Category & Target group |
Eligible bidders/ NCA |
|
KeRRA/08/LMU/39/001/2024-2025 |
Mkokoni – Mvundeni road |
PWD |
5,6,7&8 |
|
KeRRA/08/LMU/39/002/2024-2025 |
Mvundeni – Rubu road |
Women |
5,6,7&8 |
|
KeRRA/08/LMU/39/003/2024-2025 |
Rubu – Mamboree road |
Youth |
5,6,7&8 |
|
KeRRA/08/LMU/39/004/2024-2025 |
Mamboree – Kiunga road |
Open |
5,6,7&8 |
|
KeRRA/08/LMU/39/005/2024-2025 |
Rubu Junction - Rubu Village & Other Link Roads |
Open |
5,6,7&8 |
|
KeRRA/08/LMU/39/006/2024-2025 |
Kizuke Jetty - Uzida Pri. Sch. - Telelani Pri. Sch. - Kilimani Pri. Sch. - Mama Uji - Worldwide Church- Mugumoini Pri. Sch – Komora Road |
Open |
5,6,7&8 |
|
KeRRA/08/LMU/39/007/2024-2025 |
A7(Wawahi) - Kbc - Mageria - Karogo - Bochi - Chupa - Kameme - Peleleza - Bomani Hill - Mwaura Mande - Mama Michael Road |
Open |
5,6,7&8 |
|
KeRRA/08/LMU/39/008/2024-2025 |
Mapenya - Kwa Kiragu - Mbadi Bwana Mkuu - Njoki Godffrey - Mca Mburu - Pcea Church Bomani - Sinambio Dispensary - Sinambio Centre - Manyatta (Lumshi B) Road |
Youth |
5,6,7&8 |
|
KeRRA/08/LMU/39/009/2024-2025 |
Mapenya Pri. Sch - Mapenya Catholic Church - Ftc - Gakunga - Mwaka road |
Open |
5,6,7&8 |
|
KeRRA/08/LMU/39/010/2024-2025 |
Mkunumbi Road - Mikoroshoni - Sese Pri Sch - Sese Lakwa - Mini Valley Centre - Mini Valley Pri. Sch - Baba Mose - Sefu Pri. Sch - Chuma - Mama Ngumbao Road |
Women |
5,6,7&8 |
|
KeRRA/08/LMU/39/011/2024-2025 |
Gitau - Mugo Doctor - Andrew Machini - Hongwe Makanisani - Muthira - Mbu6u - Chief Munene - Tawakal – Manyatta road |
PWD |
5,6,7&8 |
|
KeRRA/08/LMU/39/012/2024-2025 |
Mtangawanda – Pate Road |
Open |
5,6,7&8 |
|
KeRRA/08/LMU/39/013/2024-2025 |
Pate – Siyu Road |
Women |
5,6,7&8 |
|
KeRRA/08/LMU/39/014/2024-2025 |
Siyu – Faza Road |
Youth |
5,6,7&8 |
|
KeRRA/08/LMU/39/015/2024-2025 |
C258(Mapenya) - Karanja Lakwa - Msefuni Pri. Sch - Chege - Pastor John Nene - Sinambio Centre - Cucu - Lumshi B |
Women |
5,6,7&8 |
|
KeRRA/08/LMU/39/016/2024-2025 |
Mama Sera - Capol - Chief Shekuwe - Wagura - Cllr Macharia - Mwenda - Kagwa |
Open |
5,6,7&8 |
|
KeRRA/08/LMU/39/017/2024-2025 |
Ndambwe Mjini - Uzida Pri. Sch - Chief Mburu - Uziwa Centre - Mama Mumo - Uziwa Social Hall |
PWD |
5,6,7&8 |
|
KeRRA/08/LMU/39/018/2024-2025 |
Ndaguri - Julius - Mzee Wa Jamaa - Mbuthia - Fumo - A7 |
Youth |
5,6,7&8 |
We regret for the inconvenience caused.
ENG.PETER PATRICK MBAAMB
REGIONAL DIRECTOR,
LAMU REGION
LAMU.
- Addendum No. 1
- Clarifications
- Minutes of Pretender Site Visit
- Pretender site visit attendance register
UPGRADING OF GILGIL – MACHINERY ROAD PROJECTKENYA RURAL ROADS AUTHORITY
INVITATION FOR BIDS
UPGRADING OF GILGIL – MACHINERY ROAD PROJECT. TENDER NO. RWC 369
|
Tender Name |
Tender Document |
Tender Notice |
|
| UPGRADING OF GILGIL – MACHINERY ROAD PROJECT | Tenderdocument | Download | |
- The Government of the Republic of Kenya has received a Loan (herein called “funds”) from the Arab Bank for Economic Development in Africa (BADEA) towards the cost of upgrading of Gilgil – Machinery Road Project and intends to apply part of this Loan to cover eligible payments under the Contract Agreement for which this invitation to bid is issued.
- The Kenya Rural Roads Authority (KeRRA) now invites sealed bids from eligible bidders from qualifying countries for the Upgrading of Gilgil – Machinery Road Project.
- It is an existing gravel/earth road of approximately 23 km long and is located partially in Nakuru County (5 km) and mostly in Nyandarua County (18 km). It starts at Gilgil Town off Gilgil - Nyahururu (C77) road and moves in a North - eastern direction passing by important administrative towns and villages including Langa Langa, Cereals, Kabati and ends at Machinery on Njabini - Olkalou (C69) road. The approximate quantities for the major items of the Works are:
- Site Clearance………………………………………………………………….23 Ha.
- Earthworks……………………………………………………………………...716,000m3.
- Stabilised Gravel Subbase ...…………….…………………………41,000 m3.
- Graded Crushed Stone Base Course…………………………… ………… 39,000 m3.
- Asphalt Concrete Surfacing …………………………………………………..6,000 m3.
- Concrete Pipe Culverts………………………………………..……………....1420m.
- Box Culvert……………………………………………………………….…..…1 No.
- 25m single Span Concrete Bridge…………….………………………….…..1 No.
- Bidding will be through International Competitive Bidding (ICB) in accordance with the procedures for BADEA in coordination with the Government of Kenya.
- The Bid is restricted to Arab or African or Arab/African associated contracting firms.
- Mandatory requirements for Bidding are as follows:-
- Certified copy of certificate of incorporation.
- Certified copy of proof of registration with the National Construction Authority (NCA) under category 1 and 2 for those firms registered in Kenya. For foreign firms an equivalent registration from the country of incorporation.
- Thresholds specified in the Bid Document covering the following:
- Similar previous experience
- Key Personnel
- Turnover and liquid assets supported by Audited Accounts for the previous 3 years
- Currrent workload
- Litigation History
- Value Added Tax (VAT) registration from the country of incorporation.
- Personal Identification Number(PIN) from country of incorporation.
- Valid Tax Compliance Certificate from country of incorporation.
- Bidders are requested to download full advertisement and tender documents from IFMIS supplier portal: treasury.go.ke and/or our website www.kerra.go.ke
- A mandatory Pre-bid site visit and meeting will take place on 18th September 2018 at 1000 Hours Local Time starting from the Gilgil (C77/D390 Junction). The Pre- bid site meeting will be held after the Site visit at the end of the project road.
- Completed Bid documents enclosed in sealed envelopes/packages clearly marked with the Tender Number and Tender Name should be addressed and submitted to :
The Director General,
Kenya Rural Roads Authority,
Blue Shield Towers, 6th Floor,
P.O. Box 48151 – 00100,
NAIROBI
Or Deposited in the Tender Box on the 6th Floor, Blue Shield Towers, Hospital Road Upper Hill so as to be received on or before 5th October 2018 at 1100hrs local time.
Opening of Bids will take place immediately thereafter in the 6th Floor Boardroom, Blue Shield Towers Hospital Road Upper Hill in the prescence of bidders or their representatives who wish to attend. Bids not received at the submission venue by the closing time will NOT be accepted for opening and will be rejected and returned unopened.
- Interested eligible Bidders may obtain further information and inspect the bidding documents at the office of the Manager Procurement, 5th Floor, Blue Shield Towers, Hospital Road , Upper Hill, Nairobi, Kenya ;Telephone:+254208013846/+254724735568 between 9:00 am and 4:00 pm from Monday to Friday, except on Public Holidays.
Director General
KENYA RURAL ROADS AUTHORITY
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 1 3rd October, 2023
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 10% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024
Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that
the above referenced tender stands CANCELLED due to material governance issues hitherto unforeseen.
Any inconvenience caused is regretted
ENG JARED OMONDI
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 1" November, 2021
ADDENDUM NOTICE NO.1
Reference is made to the advertisement notice dated 12 th October, 2021 for tenders under 10% RMLF, 2021-2022 Financial year.
Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tenders;
|
to |
Road Name |
Constituency |
Tender No. |
Category |
Amended |
Amount |
|
C785 Samitisi - Malava Road |
MALAVA |
KeRRA/008/39/K AK/10% RMLF/2- 55-2l}22-001 |
YOUTH |
PWD |
4,945,214.95 |
|
|
C789 Harambee - Jtv. Khalaba ftoad |
MATUNGU |
KeRRA/008/39/K AK/10% RMLF/2- 55-21J22-051 |
ALL |
PWD |
5,960,436.37 |
|
|
C780 Kambiri- Ikoli Road |
SHINYALU |
KeRRA/008/39/K AK/10% RMLF/2- 55-21)22-010 |
WOMEN |
PWD |
4,822,172.49 |
|
|
4 |
E9l 30 Musoli- Malimili |
IKOLOMANI |
KeRRA/008/39/K AW10% RMLF/2- 55-21)22-022 |
ALL |
PWD |
6,421,033.40 |
|
5 |
G93388 Ebuliangoe- Emuruba Road |
KHWISERO |
KeRRA/008/39/K AK/I0% RMLF/2- 55-21 22-1135 |
ALL |
PWD |
4,457,842.87 |
|
6 |
G93390 Lukanji Junct- Muluwaya Road |
KHWISERO |
KeRRA/008/39/K AK/10% RMLF/2- 55-21)22-036 |
PWD |
ALL |
2,619,318.49 |
NB.
- The category for the above tenders have been amended
- The closing and opening of tenders scheduled to take place on Tuesday 2' d November 2021 is postponed to 9* November, 2021 at
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
ADDENDUM NO. 1
Date of Addendum No.1 Notice: 4h November, 2024
Reference is made to the tender notice that appeared on the Authority’s website and Public Procurement Information Portal (PPIP) respectively on 29th October, 2024; for routine maintenance and spot improvement tenders of various roads in Kericho region.
This is to notify all interested bidders that the above-mentioned tenders have since been cancelled till further notice to enable amendments to specifications and conditions of the tenders.
All interested bidders are requested to continually check the Kenya Rural Roads Authority website: www.kerra.go.ke and Public Procurement Information Portal (PPIP): www.ppip.go.ke.
Eng. G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER NOTICE: ADDENDUM NO.1
DATE: 5th June, 2024
- Reference is made to the tender advertisement dated 22nd May, 2024 for 10 % 22% and GOK Development Vote FY 2022/2023&2024, Pursuant to clause 10.1 of the instructions to tenderers, we wish to notify interested bidders that the Bills of Quantities (BoQ) and the engineer’s estimate for the bid documents uploaded in the website for the tender listed here below were erroneous. The Bills of Quantities (BoQ) have since been corrected and the bid documents uploaded to the website.
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
|
1 |
NYARIBARI MASABA |
WOMEN |
KeRRA/08/24/KSI/39/NM/2-46-2022/23-212 |
|
|
2 |
BOBASI |
CITIZEN |
KeRRA/08/24/KSI/39/NM/2-46-2022/23-212 |
N/B Bidders are advised to check the corrections on the adverts and bids for the above tenders before submission
The closing/opening dates for all the tenders have been revised from 6th June 2024 to be held on Thursday 13th June, 2024 at 10:00 am.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER NOTICE: ADDENDUM NO.1
DATE: 3rd October, 2023
- Reference is made to the tender advertisement dated 26th September, 2023 for GOK Development Vote FY 2022/2023, The document has been corrected and it should be for persons living with disability and not prequalified as indicated bidders are advised to download the corrected document.
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
|
|
1 |
NYARIBARI CHACHE |
E1146 NYANTURAGO- OMOYO |
PWD |
KeRRA/08/24/KSI/39/NC//2-46-2022/23-212 |
DOWNLOAD |
N/B Bidders are advised to check the corrections on the adverts and bids for the above tenders before submission
The closing/opening dates for all the tenders has been rescheduled from 4th October, 2023 to Wednesday 11th October, 2023 at 10:00 am.
All other details remain the same.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
BOMET REGION
ADDENDUM NO. 2
Date of Addendum No.2 Notice: 4h November, 2024
Reference is made to the tender notice that appeared on the Authority’s website and Public Procurement Information Portal (PPIP) respectively on 30th October 2024 and addendum No. 2 issued on 31st October 2024; for routine maintenance and spot improvement tenders of various roads in Bomet region.
This is to notify all interested bidders that the above-mentioned tenders have since been cancelled till further notice to enable amendments to specifications and conditions of the tenders.
All interested bidders are requested to continually check the Kenya Rural Roads Authority website: www.kerra.go.ke and Public Procurement Information Portal (PPIP): www.ppip.go.ke.
Eng. G.K. Nyamota
Regional Director - Bomet Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
The Kenya Rural Roads Authority (Homabay Region) wishes to inform firms participating in the tenders for 10% BY CABINET SECRETARY FUNDING FY 2021-2022 that was made on 26th July,2022 on KeRRA Website that clarifications are deemed necessary calling for an addendum to the tender is made as herein below..
- Due to delay in uploading tenders to KeRRA website,
- That the closing and Opening date for the above tender has been extended to 30th August,2022 at 10.00 a.m
- The rest of the details to the Invitation to Tender remain as earlier indicated.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Categ ory |
Constituency |
Reservatio n |
Pre Tender Site Visit |
|
01 |
UNCL : Mariwa - Nyauu KeRRA/HB/RAN/08/39/51/10%CS /21|22-230 |
C |
RANGWE |
GENERAL |
04/08/2022 |
|
02 |
UNCL: Tom Mboya University College-Homabay Prysons-Kogeloe –Kalanya Kapita –Rangwena –Lela Beach KeRRA/HB/HBT/08/39/51/10%CS /21|22-231 |
C |
HOMABAY TOWN |
YOUTH |
04/08/2022 |
|
03 |
UNCL:– Jnc. Luora - Kodhouoch Road KeRRA/HB/RAN/08/39/51/10% CS/21|22-232 |
C |
RANGWE |
GENERAL |
04/08/2022 |
|
04 |
Uncl152: Kuja – Kokeno –Rapedhi Road KeRRA/HB/NDW/08/39/51/10%CS /21|22-233 |
C |
NDHIWA |
PWD |
04/08/2022 |
|
05 |
UNCL: Rusinga –Ring Road KeRRA/HB/MBT/08/39/51/10%CS /21|22-234 |
C |
MBITA |
GENERAL |
04/08/2022 |
|
06 |
UNCL Okiki Amayo – Migunde Road KeRRA/HB/KARA/08/39/51/10%CS /21|22-235 |
KARACHUO NYO |
WOMEN |
04/08/2022 |
|
|
07 |
UNCL Ongor –Store Pamba KeRRA/HB/RAN/08/39/51/10%CS /21|22-236 |
C |
RANGWE |
GENERAL |
04/08/2022 |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 5th August,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 30th August,2022 , Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
KITUI REGION
TENDER ADDENDUM 1
DATE: 15TH DECEMBER, 2022
Tenders listed below for MWINGI CENTRAL CONSTITUENCY under 22%RMLF Allocation in the Financial Year 2022-/2023 which was advertised 5th December, 2022 at our Regional Office Notice board and posted on www.kerra.go.ke and www.tenders.go.ke is hereby CANCELLED until further notice. All interested bidders are notified on the same.
|
CONSTITUENCY |
CONTRACT NO. |
ROAD NAME |
BUDGET PROVISION |
CATEGORY |
SITE VISIT DATE |
|
MWINGI CENTRAL |
KeRRA/KTI/008/039/080/22%/2022-2023 |
C417, Ngaie - Katulani |
4,252,270.00 |
B/C |
Open but before closing date |
|
KeRRA/KTI/008/KTI//039/081/22%/2022-2023 |
C417, Katulani - Ivuusya |
4,264,160.00 |
B/C |
Open but before closing date |
|
|
KeRRA/KTI/008/039/082/22%/2022-2023 |
C417, Ivuusya - Kyumbe |
3,824,404.00 |
WOMEN |
Open but before closing date |
|
|
KeRRA/KTI/008/039/084/22%/2022-2023 |
C416, Yoonye - Nyaani |
4,216,629.00
|
B/C |
Open but before closing date |
|
|
KeRRA/KTI/008/039/085/22%/2022-2023 |
C416, Nyaani - Nuu - Ndovoini |
4,296,930.00 |
PWD |
Open but before closing date |
|
|
KeRRA/KTI/008/039/086/22%/2022-2023 |
C416, Nuu-Ndovoini |
4,587,220.00 |
YOUTH |
Open but before closing date |
|
|
KeRRA/KTI/008/039/087/22%/2022-2023 |
C425, A3 Mwingi - Lundi |
3,755,500.00 |
WOMEN |
Open but before closing date |
|
|
KeRRA/KTI/008/039/088/22%/2022-2023 |
C425, Lundi - Miambani |
4,332,600.00 |
B/C |
Open but before closing date |
|
|
KeRRA/KTI/008/039/089/22%/2022-2023 |
G46036, Waita - Mutwangombe |
2,882,020.00 |
PWD |
Open but before closing date |
|
|
KeRRA/KTI/008/039/083/22%/2022-2023 |
C417, Kyumbe Nuu |
3,962,908.00
|
B/C |
Open but before closing date |
All other details of the tender notice for the other SEVEN constituencies in the Region remain the same and any inconvenience due to the cancellation of the above tenders is regretted
ENG. SAYO MBAVU
REGIONAL DIRECTOR
KITUI REGION
KENYA RURAL ROADS AUTHORITY
EMBU REGION
INVITATION TO TENDER
Date: 5th December, 2022
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the tender advertisement notice for 22% RMLF road works dated 22nd November 2022 for Embu region. Bidders are hereby notified that;
- The closing dateof the tenders has been changed from Wednesday, 7th December, 2022 to Thursday, 15th December 2022.
- The tender document for KeRRA/011/EBU/039/RUN/22%/2-23-22/23-015 for routine maintenance of Mirundi-Kevote (D1227) road was erroneously uploaded. This error has now been corrected.
All other conditions remain the same.
REGIONAL DIRECTOR
EMBU REGION.
download Addendum here.
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 15th February, 2023
ADDENDUM NOTICE NO.1
Reference is made to the Advertisement Notice dated 3rd February,2023 for Tenders under 10% CS FY 2022-2023 and savings from various Funding sources FY 2021-2022.
Kenya Rural Roads Authority (Kakamega Region) wish to inform all interested bidders that Tender opening exercise scheduled for Thursday 16th February, 2023 is hereby postponed to Wednesday 22nd February, 2023
All other information remains the same.
ENG. EDWIN CHESEREK REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 15th September, 2022
Reference is made to the advertisement notice dated 12th September, 2022 for tenders under AIA and GOK for the Financial year 2021-2022.
Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications is hereby made as follows;
- The Tender document for Tender No. KeRRA 008/39/KAK/AIA/2/55/2021/22-202 was erroneously uploaded.
- The correct Tender Document for the above mentioned Tender (G91819 Joyland- Musembe Road) has been uploaded.
|
No |
Tender No |
Road Name |
Preference & Reservation |
|
1 |
G91819 Joyland- Musembe Road |
WOMEN |
Please note that the closing and opening of tenders shall remain the same as earlier indicated.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
MACHAKOS REGION
9TH DECEMBER, 2022
TENDER NOTICE- ADDENDUM NO.1
TENDERS FOR 22% AND 10% RMLF ROADWORKS FOR FINANCIAL YEAR 2022/2023
Reference is made to the invitation to tender that is currently in the Authority’s website www.kerra.go.ke. dated 29th November, 2022.
Bidders are notified that the following contracts have been corrected as follows:-
- KeRRA/08/MKS/Mav/29/U-P113/22%/2-16-22/23-049-KATHOME-MAKILILI PRIMARY ROAD under Mavoko Constituency which was erroneously captured in the Standard Tender Document under eligibility group as Open to all instead of Persons Living with Disabilities (PWD) and therefore the same has been corrected and re-uploaded accordingly.
- KeRRA/08/MKS/Kath/39/E4044/22%/2-16-22/23-035 – KASEVE-MBUUNI ROAD under Kathiani Constituency which has duplicated bill items in the Bill of Quantities. Corrected Standard Tender Document with the correct Bill of Quantities has been re-uploaded.
Consequently, the opening dates in the invitation to tender notice has been pushed forward to Tuesday, 20th December, 2022 (Tuesday) to give bidders the sufficient time to correct the changes appropriately.
All the other information remains the same.
Any inconvenience caused is regretted.
KENYA RURAL ROADS AUTHORITY
MACHAKOS REGION
9TH DECEMBER, 2022
TENDER NOTICE- ADDENDUM NO.1
TENDERS FOR 22% AND 10% RMLF ROADWORKS FOR FINANCIAL YEAR 2022/2023
Reference is made to the invitation to tender that is currently in the Authority’s website www.kerra.go.ke. dated 30th November, 2022.
Bidders are notified that the day of opening as indicated in the advert, Tuesday, 14th December, 2022 is erroneous. The date has been corrected to read, Wednesday, 14th December, 2022.
All the other information remains the same.
Any inconvenience caused is regretted.
KENYA RURAL ROADS AUTHORITY
MANDERA REGION DATE: 31st January, 2024
TENDER ADDENDUM 1
Mandera Region tenders under 22%RMLF and 10%RMLF Allocation in the Financial Year 2023-/2024 of Mandera North, Mandera South, Mandera West and Lafey Constituencies which was advertised on 24th January, 2024 at our Regional Office Notice board and posted on www.kerra.go.ke and www.tenders.go.ke all interested bidders are notified that.
- Tender opening/closing date has been EXTENDED to 6th FEBRUARY, 2024.
All other information pertaining to tenders for all constituencies remains the same. Any inconvenience caused by the EXTENSION of tenders is regretted.
KENYA RURAL ROADS AUTHORITY
VIHIGA REGION
P.O BOX 1251 – 50300 MARAGOLI
15Th JANUARY, 2024
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24
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 National Trunk Roads; Class C.
We refer to our tender Notice on the above subject matter dated 15th January, 2024 on out Notices and KeRRA website www.kerra.go.ke and wish to notify all potential bidders of the following amendments changes:
|
S N5. |
Road Name |
Tender Number |
Amendments |
|
2 |
Ebukanga (Kwa Sofia - Duka Moja) |
Target group changed from Youths to Women |
|
|
3 |
Muyekhe-Wamachese-Wambwa(Ilungu) |
Target group changed from Youths to PWD |
|
|
4 |
Mwilonje - Mwisakha |
Target group changed from youths to PWD |
|
|
4 |
Okacha-Esiamete- Catholic Church |
Target group changed from Youths to Women |
All other details concerning the tender including the submission date remain the same.
Bidders are advised to download the revised tender document from KeRRA Website; www.kerra.go.ke or Public Procurement Information Portal (PPIP) portal: www.ppip.go.ke.
Eng. E.K. Cheserek
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 21ST November, 2023
ADDENDUM NOTICE NO. 1
Pursuant to section 75 (1) of the Public Procurement and Asset Disposal Act 2015 you are hereby notified of the following:
Reference is made to the Tender Notice dated 10Th November, 2023 for Road Work projects under 22% for FY 2023-2024.
Kenya Rural Roads Authority (Kakamega Region) wish to make clarifications to all interested bidders as follows;
- Please note that the BOQ for Tender Number KeRRA/008/KAK/GOK DEV SAVINGS/LURAMBI/2-55-22|23-248 for UK37_KAKAMEGA CABRO WORKS REGIONAL OFFICE Road that was earlier attached has been replaced with the correct one and the updated document has been uploaded.
- That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/BUTERE/2-55-23|24-106, E1162 MANYALA-LANA Road has been corrected from Ksh 8,055,139.70 to read Ksh 5,396,616.15 and the updated document has been uploaded.
- That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/BUTERE/2-55-23|24-108, MANYALA-BUTERE Road has been corrected from Ksh 9,446,185.70 to read Ksh 5,011,267.89 and the updated document has been uploaded.
The closing date Thursday, 23rd November, 2023 has been moved to Tuesday 28th November, 2023. The venue and time for opening remain the same.
ENG. EDWIN CHESEREK
REGIONAL DIRECTOR
KAKAMEGA REGION
KENYA RURAL ROADS AUTHORITY
KISII REGION
ADDENDUM NO.1
DATE: 4th November, 2024
We refer to the tender advertisement notice dated 29th & 30th October 2024 on our notice board and KeRRA website for Road Maintenance works for FY 2024-2025
The Kenya Rural Roads Authority (KeRRA) Kisii Region, wishes to inform interested bidders that all the tenders have been CANCELLED/WITHDRAWN UNTIL FURTHER NOTICE.
All Interested bidders are required to continually check the KeRRA website www.kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
Eng. Walter Nyariki
REGIONAL DIRECTOR,
KISII REGION
KENYA RURAL ROADS AUTHORITY
VIHIGA REGION
P.O BOX 1251 – 50300 MARAGOLI
24Th JANUARY, 2024
ADDENDUM 2
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24
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 National Trunk Roads; Class C.
We refer to our Tender Notice dated 15th January, 2024 and Addendum1 dated 18th January, 2024 on the above subject matter that appeared on our Notice Boards and KeRRA website www.kerra.go.ke. We wish to notify all potential bidders that the Submission date for the following Specific tenders under 22% fuel Levy Funding has been extended to 2nd February, 2024
|
S N5. |
Road Name |
Tender Number |
Amendments |
|
1 |
Hobunaka- Ebuhando |
Submission date changed to 2nd February, 2024 |
|
|
2 |
Obiero-Agoro-Mukhangula Box Culvert |
Special conditions of contracts amended |
|
|
3 |
Ibubi-Emuhaya Dcc Residence-Esiamarui |
Instruction to tenderers (ITT) |
|
|
4 |
Esiandumba-Nandi Road,Ebusyubi Access Road |
Submission date changed to 2nd February, 2024 |
|
|
5 |
Mwibona- Esibeye-Ebwiranyi |
Submission date changed to 2nd February, 2024 |
|
|
6 |
Mulele Plaza-Ebusatsi, Luanda P.A.G-Epanga |
Submission date changed to 2nd February, 2024 |
|
|
7 |
Ebusiralo-Desert |
Submission date changed to 2nd February, 2024 |
|
|
8 |
Ebusiralo-Emmutsa |
Submission date changed to 2nd February, 2024 |
|
|
9 |
Epanga -Mulwakhi |
Special conditions of contracts amended & ITT |
|
|
10 |
Luanda-Esinamutu-Mox Culvertulwanda Road |
Special conditions of contracts amended &ITT |
|
|
11 |
Mumbita-Mwilongo-Iboona, Kwa Straight-Wandeche |
Submission date changed to 2nd February, 2024 |
|
|
12 |
Musitinyi-Essongolo |
Submission date changed to 2nd February, 2024 |
|
|
13 |
Bukuga-Vigetse |
Submission date changed to 2nd February, 2024 |
|
|
14 |
Womulalu-Bukuga |
Submission date changed to 2nd February, 2024 |
|
|
15 |
Kideta-Lhyagalo-Ligale |
Submission date changed to 2nd February, 2024 |
|
|
16 |
Matangaro-Chanzuvu-Mbihi |
Submission date changed to 2nd February, 2024 |
|
|
17 |
Gavalagi-Chanzoka-Lusiola |
Submission date changed to 2nd February, 2024 |
|
|
18 |
Inavi-Nabwongo |
Submission date changed to 2nd February, 2024 |
|
|
19 |
Chango-Matsingulu |
Instruction To Tenderers (ITT) |
|
|
20 |
Mulele-Enderea-Magui |
Submission date changed to 2nd February, 2024 |
|
|
21 |
Kitulu-Muhanda |
Submission date changed to 2nd February, 2024 |
|
|
22 |
Manyatta-Chavugami |
Submission date changed to 2nd February, 2024 |
|
|
23 |
Stage Havi - Lyamagale |
Submission date changed to 2nd February, 2024 |
|
|
24 |
Vihiga Pri. - Womulalu |
Submission date changed to 2nd February, 2024 |
|
|
25 |
Lyamagale-Liavora |
Submission date changed to 2nd February, 2024 |
|
|
26 |
Inyanza Ring Road |
Submission date changed to 2nd February, 2024 |
|
|
27 |
Kigama-Wasundi-Chavakali |
Submission date changed to 2nd February, 2024 |
|
|
28 |
Ludzu-Wangulu/ |
Submission date changed to 2nd February, 2024 |
|
|
29 |
Muluchere Access Road |
Submission date changed to 2nd February, 2024 |
|
|
30 |
Chavogere-Mululu |
Submission date changed to 2nd February, 2024 |
|
|
31 |
Maganyi Access Road |
Submission date changed to 2nd February, 2024 |
|
|
32 |
Maganyi Box Culvert |
Special conditions of contracts amended |
|
|
33 |
Simboyi-Kishengwa |
Submission date changed to 2nd February, 2024 |
|
|
34 |
Huvuyia-Elunza |
Submission date changed to 2nd February, 2024 |
|
|
35 |
Kagolosi-Elunyu-Rotego |
Submission date changed to 2nd February, 2024 |
|
|
36 |
Lusengeli-Kavundanyi |
Bills Of Quantifies and Special Conditions of contracts |
|
|
37 |
Ebukanga (Kwa Sofia - Duka Moja) |
Submission date changed to 2nd February, 2024 |
|
|
38 |
Muyekhe-Wamachese-Wambwa(Ilungu) |
Submission date changed to 2nd February, 2024 |
|
|
39 |
Kube Box Culvert |
Special conditions of contracts amended & ITT |
|
|
40 |
Emalindi Box Culvert |
Special conditions of contracts amended & ITT |
|
|
41 |
Mawe Tatu-Mukhombe |
Submission date changed to 2nd February, 2024 |
|
|
42 |
Esirulo-Ekalabala-Munjiti-Emalindi/ |
Submission date changed to 2nd February, 2024 |
|
|
43 |
Mukobolia Box Culvert And Access Road |
Special conditions of contracts amended & ITT |
|
|
44 |
Okacha-Esiamete- Catholic Church |
Submission date changed to 2nd February, 2024 |
|
|
45 |
Mwilonje - Mwisakha |
Submission date changed to 2nd February, 2024 |
|
|
46 |
Essaba-Emmasafu/ |
Special conditions of contracts amended& ITT |
|
|
47 |
Galone -Gamudusi |
Submission date changed to 2nd February, 2024 |
|
|
48 |
Jebrok-Kinu |
Submission date changed to 2nd February, 2024 |
|
|
49 |
Musawa-Kapsengere |
Submission date changed to 2nd February, 2024 |
|
|
50 |
Shiru-Mwanzo |
Submission date changed to 2nd February, 2024 |
|
|
51 |
Lusasare-Muyere |
Submission date changed to 2nd February, 2024 |
|
|
52 |
Jemocheji-Kipsigori Primary |
Submission date changed to 2nd February, 2024 |
|
|
53 |
Luther-Madeya-Munzutsu |
Submission date changed to 2nd February, 2024 |
|
|
54 |
Chepsigaga-Saride |
Submission date changed to 2nd February, 2024 |
|
|
55 |
Musunji-Idereli |
Submission date changed to 2nd February, 2024 |
|
|
56 |
Cheptembo-Gimarian |
Submission date changed to 2nd February, 2024 |
|
|
57 |
Itumbi Box Culvert |
Special conditions of contracts amended |
|
|
58 |
Kisasi Box Culvert |
Special conditions of contracts amended |
All other details concerning the tenders including Opening venue and Timed remain the same.
Bidders are advised to download the Revised Tender document from KeRRA Website; www.kerra.go.ke or Public Procurement Information Portal (PPIP) portal: www.ppip.go.ke.
Eng. E.K. Cheserek
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
VIHIGA REGION
P.O BOX 1251 – 50300 MARAGOLI
24Th JANUARY, 2024
ADDENDUM 2
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24
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 National Trunk Roads; Class C.
We refer to our Tender Notice dated 15th January, 2024 and Addendum1 dated 18th January, 2024 on the above subject matter that appeared on our Notice Boards and KeRRA website www.kerra.go.ke. We wish to notify all potential bidders that the Submission date for the following Specific tenders under 22% fuel Levy Funding has been extended to 2nd February, 2024
|
S N5. |
Road Name |
Tender Number |
Amendments |
|
1 |
Hobunaka- Ebuhando |
KeRRA/LND/22%/008/039/002/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
2 |
Obiero-Agoro-Mukhangula Box Culvert |
KeRRA/LND/22%/008/039/003/2023-2024 |
Special conditions of contracts amended |
|
3 |
Ibubi-Emuhaya Dcc Residence-Esiamarui |
KeRRA/LND/22%/008/039/004/2023-2024 |
Instruction to tenderers (ITT) |
|
4 |
Esiandumba-Nandi Road,Ebusyubi Access Road |
KeRRA/LND/22%/008/039/005/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
5 |
Mwibona- Esibeye-Ebwiranyi |
KeRRA/LND/22%/008/039/006/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
6 |
Mulele Plaza-Ebusatsi, Luanda P.A.G-Epanga |
KeRRA/LND/22% /008/039/007/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
7 |
Ebusiralo-Desert |
KeRRA /LND/22%/008/039/008/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
8 |
Ebusiralo-Emmutsa |
KeRRA /LND/22%/008/039/009/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
9 |
Epanga -Mulwakhi |
KERRA/LND/22%/008/039/010/2023-2024 |
Special conditions of contracts amended & ITT |
|
10 |
Luanda-Esinamutu-Mox Culvertulwanda Road |
KeRRA/LND/22%/008/039/011/2023-2024 |
Special conditions of contracts amended &ITT |
|
11 |
Mumbita-Mwilongo-Iboona, Kwa Straight-Wandeche |
KeRRA/LND/22%/008/039/012/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
12 |
Musitinyi-Essongolo |
KeRRA/LND/22%/008/039/013/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
13 |
Bukuga-Vigetse |
KeRRA/VHG/22% /008/039/015/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
14 |
Womulalu-Bukuga |
KeRRA/VHG/22%/008/039/016/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
15 |
Kideta-Lhyagalo-Ligale |
KeRRA/VHG/22%/008/039/017/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
16 |
Matangaro-Chanzuvu-Mbihi |
KeRRA/VHG/22%/008/039/018/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
17 |
Gavalagi-Chanzoka-Lusiola |
KeRRA/VHG/22%/008/039/019/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
18 |
Inavi-Nabwongo |
KeRRA/VHG/22%/008/039/020/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
19 |
Chango-Matsingulu |
KeRRA /VHG/22%/008/039/021/2023-2024 |
Instruction To Tenderers (ITT) |
|
20 |
Mulele-Enderea-Magui |
KeRRA /VHG/22%/008/039/022/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
21 |
Kitulu-Muhanda |
KeRRA /VHG/22%/008/039/023/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
22 |
Manyatta-Chavugami |
KeRRA /VHG/22%/008/039/025/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
23 |
Stage Havi - Lyamagale |
KeRRA /VHG/22%/008/039/026/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
24 |
Vihiga Pri. - Womulalu |
KeRRA /VHG/22%/008/039/027/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
25 |
Lyamagale-Liavora |
KeRRA /VHG/22%/008/039/028/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
26 |
Inyanza Ring Road |
KeRRA /VHG/22%/008/039/029/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
27 |
Kigama-Wasundi-Chavakali |
KeRRA /SBT/22%/008/039/030/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
28 |
Ludzu-Wangulu/ |
KeRRA /SBT/22%/008/039/031/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
29 |
Muluchere Access Road |
KeRRA /SBT/22%/008/039/033/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
30 |
Chavogere-Mululu |
KeRRA /SBT/22%/008/039/034/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
31 |
Maganyi Access Road |
KeRRA SBT/22%/008/039/035/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
32 |
Maganyi Box Culvert |
KeRRA /SBT/22%/008/039/037/2023-2024 |
Special conditions of contracts amended |
|
33 |
Simboyi-Kishengwa |
KeRRA /SBT/22%/008/039/038/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
34 |
Huvuyia-Elunza |
KeRRA /SBT/22%/008/039/039/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
35 |
Kagolosi-Elunyu-Rotego |
KeRRA /SBT/22%/008/039/040/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
36 |
Lusengeli-Kavundanyi |
KeRRA /SBT/22%/008/039/041/2023-2024 |
Bills Of Quantifies and Special Conditions of contracts |
|
37 |
Ebukanga (Kwa Sofia - Duka Moja) |
KeRRA /EMH/22%/008/039/045/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
38 |
Muyekhe-Wamachese-Wambwa(Ilungu) |
KeRRA /EMH/22%/008/039/046/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
39 |
Kube Box Culvert |
KeRRA /EMH/22%/008/039/047/2023-2024 |
Special conditions of contracts amended & ITT |
|
40 |
Emalindi Box Culvert |
KeRRA EMH/22%/008/039/048/2023-2024 |
Special conditions of contracts amended & ITT |
|
41 |
Mawe Tatu-Mukhombe |
KeRRA /EMH/22%/008/039/049/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
42 |
Esirulo-Ekalabala-Munjiti-Emalindi/ |
KeRRA /EMH/22%/008/039/050/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
43 |
Mukobolia Box Culvert And Access Road |
KeRRA /EMH/22%/008/039/051/2023-2024 |
Special conditions of contracts amended & ITT |
|
44 |
Okacha-Esiamete- Catholic Church |
KeRRA/EMH/22%/008/039/054/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
45 |
Mwilonje - Mwisakha |
KeRRA /EMH/22%/008/039/052/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
46 |
Essaba-Emmasafu/ |
KeRRA /EMH/22%/008/039/053/2023-2024 |
Special conditions of contracts amended& ITT |
|
47 |
Galone -Gamudusi |
KeRRA/HMI/22%/008/039/056/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
48 |
Jebrok-Kinu |
KeRRA/HMI/22%/008/039/057/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
49 |
Musawa-Kapsengere |
KeRRA/HMI/22%/008/039/058/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
50 |
Shiru-Mwanzo |
KeRRA/HMI/22%/008/039/059/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
51 |
Lusasare-Muyere |
KeRRA/HMI/22%/008/039/060/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
52 |
Jemocheji-Kipsigori Primary |
KeRRA/HMI/22%/008/039/061/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
53 |
Luther-Madeya-Munzutsu |
KeRRA/HMI/22%/008/039/062/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
54 |
Chepsigaga-Saride |
KeRRA/HMI/22%/008/039/063/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
55 |
Musunji-Idereli |
KeRRA/HMI/22%/008/039/064/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
56 |
Cheptembo-Gimarian |
KeRRA/HMI/22%/008/039/065/2023-2024 |
Submission date changed to 2nd February, 2024 |
|
57 |
Itumbi Box Culvert |
KeRRA/HMI/22%/008/039/066/2023-2024 |
Special conditions of contracts amended |
|
58 |
Kisasi Box Culvert |
KeRRA/HMI/22%/008/039/067/2023-2024 |
Special conditions of contracts amended |
All other details concerning the tenders including Opening venue and Timed remain the same.
Bidders are advised to download the Revised Tender document from KeRRA Website; www.kerra.go.ke or Public Procurement Information Portal (PPIP) portal: www.ppip.go.ke.
Eng. E.K. Cheserek
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 20th August 2020
ADDENDUM NOTICE NO.2
Reference is made to the advertisement notice dated 10th August 2020 for tenders under various funding sources in the Financial year 2019-2020.
Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tender;
|
No |
Constituency |
Tender Number |
Road Name |
Eligibility |
|
|
1 |
Lurambi |
KeRRA/011/39/KAK/22% savings/2/55/2019/20- 637 |
Eshisiru – St. Anne H/Centre Road |
ALL |
DOWNLOAD |
NOTE
The BOQ for the above Tender Ref. KeRRA/011/39/KAK/22% Savings/2/55/2019/20 - Eshisiru – St. Anne H/Centre Road has been amended. Bidders therefore are advised to download the amended tender document.
Tender closing and opening shall remain the same Thursday, 27th August 2020
Eng. C. M. MUKUVA
DEPUTY DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 1 31st January, 2024
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN TONGAREN CONSTITUENCY FUNDED UNDER 10% RMLF SAVINGS FOR THE FINANCIAL YEAR 2022 -2023
Reference is made to the Invitation to tender on the above tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the quantity on Bill item 05-50-008 (Cut to spoil in Soft) under Bill No. 5, for the tender indicated here below, was erroneously indicated as 350 M³ instead of 950 M³.
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
|
|
1 |
SOKO MJINGA JCT -T JCT-RV KIMININI(C627) |
KeRRA/08/39/BGM/TGN/10%SAV/22/23-131 |
TONGAREN |
3,103,000.00 |
WOMEN |
DOWNLOAD |
- The error has been rectified and the correct bid document has been uploaded to Authority’s website - kerra.go.ke.
- All other requirements remain as indicated in the tender notice dated 12th January,2024
Any inconvenience caused is regretted.
ENG JARED OMONDI
REGIONAL DIRECTOR
What is AFCAP?
The African Community Access Programme(AFCAP) is a research initiative using evidence to promote the development of safe, sustainable, least-cost, all-weather, locally-owned access for poor rural communities. It is a 5-year programme funded by the UK government - DFID, which commenced in June 2008. By improving rural access communities are able to reach improved health & education services, road safety measures and greater gender equality.
AFCAP is based upon portfolio of: Research & Demonstration, Advisory Services and Training. The outputs from these activities feed into National Transport Policies streaming down to regional and local community level hence leading to greater poverty reduction. AFCAP works with other existing programmes funded by other development partners in each country. One of its core strategy is national ownership of the programme by each country and as such a national co-ordinator and steering group are identified by the host government to oversee the programme’s activities.
AFCAP has developed research collaboration with 8-10 African countries (currently Mozambique, Malawi, Tanzania, Kenya, Uganda, Ethiopia, Burkina Faso, Cameroon, Ghana) where it funds research, knowledge-exchange and training. The programme is also supported by regional bodies such as South Africa Development Community, East African Community and Sub Saharan Africa Transport Programme.
Establishment of LVSR Research Centre at Ministry of Roads
Limited mobility for people living in rural communities in Africa restricts their access to markets and basic services, hampers poverty eradication efforts and costs countries money and lives. Research is now helping to make the efforts of government’s and their development partners to improve the access of rural African communities much cheaper, longer-lasting, less damaging to the environment and more effective in tackling poverty.
In order to improve accessibility for rural communities, KeRRA has taken initial steps in research of low volume sealed roads in Western Kenya, Nyanza - Bondo and in Muranga & Nyeri through support from donor partners i.e SIDA, AFD, DFID/AFCAP.
However lack of adequate funding and technical support has incapacitated effective research management, co-ordination and dissemination of research findings. KeRRA’s Strategic Plan 2013-2018 already identified the need for more funding for road research, as one of the mitigation measures in addressing the many challenges the organization encounters in roadwork. In response to this need, AFCAP has made a commitment to establish a major Low Volume Roads Research Centre in the Ministry of Roads at “Materials Testing & Research Department” with a complimentary but smaller research unit at KeRRA. The centres will conduct research and create awareness of recent developments in Low-Volume Sealed Road technology in Kenya and the region.
A Justification for Low-Volume Sealed Roads in Kenya
KeRRA’s Strategic Plan 2013-18, is geared to continuously upgrade the rural road network to all weather bitumen standards and improved periodic and routine maintenance due to the fact that Kenya like many developing countries is equally facing challenges of increasing life cycle costs of rural road construction and maintenance. The substantial length of un-surfaced or gravel roads in the region is becoming unsustainable to maintain due to:
Ø Strategies. logistical, technical and financial burden on most road agencies due to constraints on physical, human, financial and natural resources
Ø Requirement of continuous use of a non-renewable resource (gravel) which is being seriously depleted in many countries and, in the process, is causing serious environmental problems
Ø Implementation results of regional research justifies the sealing of gravel roads to be economically cost effective for less than 100 vehicles per day (vpd).
Ø Failure to observe the optimal timing for sealing gravel roads can be very costly to national economies, not only in terms of incurring excess transport costs but, also, in the continuing excessive maintenance burden and adverse socio-environmental effects. This provides a strong impetus for policy change and the adoption of alternative, cost-effective, surfacing of rural road network in Kenya.
The Roads 2000 Central Phase I project; funded through Government of France (Afd - 20 Million Euros) Government of Kenya (GoK - 2 Milliion Euros) covering Nyandarua and Muranga regions, was implemented from 2007 to 2011 and achieved the planned outputs of improvements of 1,090 km of gravel roads using labour based techniques. An independent evaluation of the Phase 1 project was carried out in July 2016.
Based on the success of Phase I, GoK requested AfD for support to a Phase II Project. A Credit Facility Agreement was duly signed on 5 July 2010, making provision for a loan of EUR 40m from AfD, with counterpart GOK/KRB funding of EUR 22.4m. A Midterm Review and Feasibility Study for completing the Phase 2 project was carried out in August to December 2013. Based on this GoK committed to allocate an additional KES 1.5 Billion and AfD in May 2014 committed an additional 15 Million Euros.
The Phase 2 Project is on-going and implementation is underway including Works, Capacity Building, Training and Audits and is overall approximately 62% complete against 80% of the revised project time elapsed.
The projects under Phase II cover the following Counties Nyeri, Kiambu, Laikipia and Kirinyaga.
KENYA RURAL ROADS AUTHORITY
Tel: 0768 -112 048 Regional Director
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. Siaya - Region
P.O.Box14140600, SIAYA.
30th September, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for (FY 2021- 2023) in the respective Constituencies in Siaya Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under AIA & PP GoK Funding FY 21/22 & 10%RMLF Savings Re-Tender FY 21/22.
|
S/No. |
ROAD NAME AND CONTRACT No. |
Work Category |
pre-tender site visit date |
Reservation |
|
|
001 |
E1156: NYAGONDO - LANA KeRRA/008/SYA/GEM/039/AIA/2-49-21|22-1040 |
C |
04-10-2022 |
Open |
download |
|
002 |
F6065: RANGALA - SIMENYA (SIMENYA – DAHO - SIMERO SECTION 2) KeRRA/008/SYA/UGUNJA/039/AIA/2-49-21|22-1041 |
N/A |
04-10-2022 |
Women |
download |
|
003 |
G61999: LIGEGA - OMBWEDE (OMBWEDE - OGOT (OWAKO - NZOIA) KeRRA/008/SYA/UGUNJA/039/AIA/2-49-21|22-1042 |
C |
04-10-2022 |
Open |
download |
|
004 |
UR-6: RANGALA - RANGALA (ULWAN RING ROAD (RANGALA - SANGO) SECTION 2 KeRRA/008/SYA/UGUNJA/039/AIA/2-49-21|22-1043 |
C |
04-10-2022 |
Open |
download |
|
005 |
R38-Bondo: NDIRA YOUTH POLYTECHNIC - KAMNARA SCHL JAGUGA KeRRA/008/SYA/BONDO/039/AIA/2-49-21|22-1044 |
N/A |
05-10-2022 |
Youth |
download |
|
006 |
E6087: NDIRA - BAR OBER (ABOM PRI. SCHL - KAMNARA SEC. SCHL.) KeRRA/008/SYA/BONDO/039/AIA/2-49-21|22-1045 |
C |
05-10-2022 |
Open |
download |
|
007 |
E1157: BAR OPUK- BAR KOBERI (NGULU PRIMARY- MANYONGE PRIMARY) KeRRA/008/SYA/BONDO/039/AIA/2-49-21|22-1046 |
N/A |
05-10-2022 |
Women
|
download |
|
008 |
E134A: ANYUONGI - WANGAROT (ANYUONGI - NYAGOKO) KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1056 |
C |
06-10-2022 |
Open |
download |
|
009 |
E1154J1: WARINGA - KALANDIN (NYAGOKO - ARAM) KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1057 |
C |
06-10-2022 |
Open |
download |
|
010 |
E134A: NYAGOKO BOX CULVERT KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1058 |
C |
06-10-2022 |
Open |
download |
|
011 |
E128: Okago - D245 Pap Oterere (AKALA- PAP OTERERE)/KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1060 |
N/A |
06-10-2022 |
Youth
|
download |
|
RE-TENDER |
|||||
|
012 |
F6071: AKALA - RERA (AKALA - KOTOO (NJEJRA) KeRRA/008/SYA/GEM/039/10%SAV/2-49-21|22-1013 |
N/A |
04-10-2022 |
PWD |
download |
|
013 |
E6078: UHANYA - NYENYE KeRRA/008/SYA/BONDO/039/10%SAV/2-49-21|22-1024 |
C |
05-10-2022 |
Open |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective Constituencies and work category may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Pre tender site visits are Mandatory and will be as per the dates indicated in the schedule below;
|
S/No. |
Constituency |
pre-tender site visit date |
Officer In-charge |
Time |
|
01 |
Rarieda |
06-10-2022 |
Mr. Oloo |
10.00am |
|
02 |
Gem |
04-10-2022 |
Mr. Olal |
10.00am |
|
03 |
Ugunja |
04-10-2022 |
Ms Oguba |
10.00am |
|
04 |
Bondo |
05-10-2022 |
Mr. Wambisa |
10.00am |
N/B:
- Pretender site certificates signed by the Regional Director shall form part of the bid document
- Each company representative shall represent only one company and not multiple companies
- Other qualification requirements are as outlined in the Tender Document and company statutory requirements
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 4th October, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 141- 40600
SIAYA
All filled and sealed tenders MUST be submitted not later than 10.00am on or before Thursday 13th October, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Siaya Regional Office in Siaya County
Opening of the tenders will take place immediately thereafter at Siaya Regional Office in the presence of bidders and/or their representatives.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
SIAYA REGION
To be Updated soon
KENYA RURAL ROADS AUTHORITY
NAKURU REGION
TENDER NOTICE
Date: 28th October 2020
BAHATI CONSTITUENCY FY 2019-2020 22% FUNDS ROUTINE MAINTENANCE OF ROADS.
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class D, E & Others
Kenya Rural Roads Authority (Nakuru Region) invites bids from Pre-Qualified Contractors for the above project to be funded through Fuel Maintenance Levy Fund (RMLF) in Nakuru Region for projects indicated below;
|
|
Road Code |
Section Name |
Pakage Number |
Estimated Cost With VAT |
Group |
Prequalification Category |
DOWNLOAD |
|
1 |
E7311 |
Wanyororo Junct.B20 - Bahati Junction.E7314 |
043/20/21 |
4,999,020.67 |
Open |
C,D,E |
DOCUMENT |
|
2 |
E7312 |
Breakpoint-Tumsifu-Lanet |
044/20/21 |
3,099,797.12 |
PWD |
DOCUMENT | |
|
3 |
E7314 |
Maili Saba - Forest Gate |
045/20/21 |
5,499,660.82 |
Open |
C,D,E |
DOCUMENT |
|
4 |
E7315 |
Junct.B20 Lanet-Moi Forces-Ndege Ndimu |
046/20/21 |
3,999,422.38 |
Youth |
DOCUMENT | |
|
5 |
F7173 |
Junction B21 Maili Sita - Kabatini |
047/20/21 |
4,999,728.28 |
Open |
C,D,E |
DOCUMENT |
QUALIFICATION FOR TENDERING
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Pre-Tender Site visit is MANDATORY
- Tender Security
- Power of Attorney
- Serialisation of all the pages in the bid
- Certified CR12 & ID Copies
- Properly and dully filled form of tender and tender questionnaire
- Must be registered as a contractor in a specific work category.
- Registration with National Construction Authority (NCA 1 to NCA 8) & Valid Licence at the date of tender submission
- Special groups must be registered with Ministry of Finance (Treasury) under the access to the Government Procurement Opportunities (AGPO) from National Government
- Certified Certificate of Incorporation
- Certified PIN/VAT Registration Certificate
- Certified Valid current Tax compliance certificate
- Experience in works of a similar nature and size for the last one year, and clients who may be contacted for further information on these contracts;
- Major items of construction equipment owned or Hired
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Bank statements for the last two
- Current litigation information – Sworn Affidavit
- Business Permit/Trade Licence
- Provide Balanced Priced Bills of Quantities
ELIGIBILITY:
(i) Those with any Pending works within the Region needs not to apply
(ii) A company can only be awarded a maximum of one contract in the constituency
Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 28TH October 2020.
A mandatory Pretender site visit for all roads is open and on scheduled on the 4th November 2020 from 9.00a.m. All to assemble at the Regional Managers Office.
A Completed tender documents in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to :-
THE DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
P.O.BOX 17791-20100
NAKURU
be deposited at the Tender Box situated at KeRRA Regional Office, Nakuru on or before
13th November 2020 at 10.00 a.m. at the KeRRA offices.
Due to Ministry of Health Regulations bidders will NOT be allowed to attend the tender opening.
Senior Supply Chain Officer
For: DEPUTY DIRECTOR ROADS-NAKURU
KENYA RURAL ROADS AUTHORITY
Date 8th November, 2023
TENDER NOTICE
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS IN MANDERA ACOUNTY
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act, 2007, with responsibility for management, development, rehabilitation and maintenance of Rural Roads.
Kenya Rural Roads Authority Mandera Region invites bids from Eligible Construction companies who are registered in the Region & those in the Special group category (Youth, Women and PWD) to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through 22%RMLF and 10%RMLF allocation for Financial Year 2023-2024
22% RMLF and 10% RMLF FUND FOR BANISA CONSTITUENCY
|
No |
Road No. |
Road Name & Tender No. |
Reservation |
NCA Category |
Pretender Site Visit |
Meeting Point |
|
1. |
Darwed- Derkale |
Youth |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
|
|
2. |
Ameye- Kiliwehiri |
Registered |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
|
|
3. |
Banisa- Eimole |
Registered |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
|
|
4. |
hullow-arda gabicha |
PWD |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
|
|
5. |
malkamari- hullow |
Registered |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
|
|
6 |
Ameye- Kiliwehiri |
Registered |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
|
|
7 |
Banisa- Eimole |
Woman |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
|
|
8 |
malkamari- hullow |
Registered |
6,7 & 8 |
16/11/2023 |
KeRRA Banisa office |
A complete set of Tender Documents download from the KeRRA website at www.kerra.go.ke for free or collected from the Regional Procurement Office during Normal working hours upon the presentation of Ksh.1000.00-receipt paid to Kenya Rural Road Authority KCB A/c No.1114343196-Moi Avenue Nairobi. Pretender site visit is mandatory but every contractor to make their own arrangements to visit the site and collect the pretender site visit certificate from the Regional Director representatives, which shall be attached to Tender Document.
meeting point will be the above-mentioned venue.
Mandatory requirement includes but are not limited to the following;
- Certified copies (by commissioner of oaths) of Certificate of Incorporation, Certificate of registration and principal place of business
- Valid & Certified Registration Certificate for Road Works from National Construction Authority in the (NCA) NCA 8 ,7 or 6
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority in the (NCA)
- Authority to seek ban reference from tenderer’s bankers
- Certified copies (by Commissioner of Oaths) of National Identification cards for the Company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Valid Tax Compliance Certificate (Tobe verified from the KRA TCC Online Checker).
- Valid Certified Current Single Business permit,
- Certified copy of Recent/Current Certified CR12 generated form(s) for the last 12 Months indicating Directors, Nationality, Shareholding.
- All pages to be serialized,
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- Other Evaluation Criteria in the Tender Document
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 8th November, 2023 Duly filled Tender Documents shall be submitted in plain sealed envelopes (One Document per envelope) marked with Contract Number and Road Name addressed to the: -
Regional Director, MANDERA Region,
Kenya Rural Roads Authority, P. O. Box 86 - 70300 MANDERA
or be deposited in the Tender Box located within the Regional Director’s offices on or before 24th November, 2023 at 10 a.m. Tenders will be opened immediately thereafter in the presence of Tenderer’s representatives who choose to attend and late bids will not be accepted.
Regional Director,
MANDERA REGION
|
ROUTINE MAINTENANCE OF ROADS IN BARINGO REGION FUNDED UNDER 10% RMLF CS ALLOCATION FUNDS FY 2017 – 2018 Ref No:fuel levy fy 2017/18-01 06/11/2017 |
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 PREQUALIFIED BIDDERS ONLY for improvement of the roads to be funded through the 10%RMLF CS Allocation Funds for F/Y 2017/18 as detailed here below:-
- SCOPE OF WORKS
The scope of works is as detailed on every road. See next page
- QUALIFICATION FOR BIDDING
The requirements for Bidding are as follows:-
MANDATORY REQUIREMENTS
- Certified copy of Certificate of Incorporation
- Valid and current certificate of registration with National Construction Authority (NCA) NCA 8 and above
- Valid and current Contractors practicing license (NCA)
- VAT registration / PIN registration
- Valid Tax compliance certificate
- Proof of having opened a bank account in the contractor’s name.
- Signed and filled Bills of quantities page
- Signed and witnessed Form of bid.
TECHNICAL EVALUATION REQUIREMENTS
Thresholds specified in the Bid documents covering the following:
- Similar previous experience
- Equipment holding
- Professional and Technical Personnel
- Turnover and liquid assets supported by audited/-projected accounts for the last 1 year.
- Current Litigation history 2017/2018 certified by a Commissioner of Oaths
Procurement will be based on the post qualification method and the above details will be submitted with the priced Bid.
Bid documents will be available from the KeRRA Offices, KABARNET, from 6th November 2017.
Bidders will be required to familiarize themselves with the site before tendering.
Completed Bid documents should be submitted to: - The Regional Manager
Baringo Region
Kenya Rural Roads Authority,
P.O Box 156,
KABARNET.
Or deposited in the Bid box at KABARNET, so as to be received on or before 20th November 2017at 10.00 am. Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.
Eng. E. K. Cheserek
REGIONAL MANAGER, KeRRA BARINGO
|
Item |
Tender Number |
Tender Name |
Click to Download |
Deadline |
|
1 |
KERRA/011/BAR/39/2/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;E288 |
Download | |
|
2 |
KeRRA/011/39/3/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-E8044 |
Download | |
|
3 |
KeRRA/011/39/10/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G83591 |
Download | |
|
4 |
KeRRA/011/39/4/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF; ROAD NUMBER;U-E8039 |
Download | |
|
5 |
KeRRA/011/39/7/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G8361 |
Download | |
|
6 |
KeRRA/011/39/8/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF; ROAD NUMBER;U-G83560 |
Download | |
|
7 |
KeRRA/011/39/6/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;G1 BARINGO |
Download | |
|
8 |
KeRRA/011/39/9/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G83592 |
Download | |
|
9 |
KeRRA/011/39/5/2017-2018 |
ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G81107 |
Download |
ROUTINE MAINTENANCE OF ROADS IN BARINGO REGION FUNDED UNDER
10% RMLF CS ALLOCATION FUNDS FOR (FY 2017 - 2018) RE-TENDER
Ref No:fuel levy fy 2017/18-09 18/4/2018
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 PREQUALIFIED BIDDERS ONLY for improvement of the roads to be funded through the
10% RMLF CS Allocation Funds for F/Y 2017/18 Re-Tender as detailed here below:-
|
Tender NO |
Download |
|
KeRRA/011/BAR/39/3/2017-2018 |
- SCOPE OF WORKS
The scope of works is as detailed in the tender document
- QUALIFICATION FOR BIDDING
The requirements for Bidding are as follows:-
MANDATORY REQUIREMENTS
- a) Certified copy of Certificate of Incorporation
- b) Valid and current certificate of registration with National Construction Authority (NCA) NCA 7 and above
- c) VAT registration / PIN registration d) Valid Tax compliance certificate
- e) Proof of having opened a bank account in the contractor’s name. f) Signed and filled Bills of quantities page
- g) Signed and witnessed Form of bid.
TECHNICAL EVALUATION REQUIREMENTS
Thresholds specified in the Bid documents covering the following:
(i) Similar previous experience
(ii) Equipment holding
(iii) Professional and Technical Personnel
(iv) Turnover and liquid assets supported by audited/-projected accounts for the last 3 years. (v) Current Litigation history 2017/2018 certified by a Commissioner of Oaths
Procurement will be based on the post qualification method and the above details will be submitted with the priced Bid. Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website
www.kerra.go.ke with effect from 12th April 2018.
Pre-Bid site visits shall be MANDATORY on 18th April, 2018 starting from the KeRRA office in Eldama Ravine, Baringo County at 10.00am.Bidders must ensure the Site Visit Certificates are signed by the Regional Manager/Representative. The list of contact details for Regional Manager is available on the Authority’s Website.
Completed Bid documents should be submitted to :- The Regional Manager
Baringo Region
Kenya Rural Roads Authority
P.O Box 156
KABARNET.
Or deposited in the Bid box at KABARNET, so as to be received on or before 26th April, 2018 at 10.30am. Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.
Eng. Edwin.K.Cheserek
REGIONAL MANAGER
BARINGO NORTH CONSTITUENCY 10% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/57/2018-19/10%/BRN |
UF8082 |
Yatia-Chepkesin |
5,841,864.51 |
ALL |
|
KERRA/011/39/BAR/58/2018-19/10%/BRN |
UG83561 |
C660 Jnct-Kapkombe-Torokwonin |
1,500,000.00 |
YOUTH |
|
KERRA/011/39/BAR/59/2018-19/10%/BRN |
UG83560 |
C660 Jnct-Kelwondonin-Kapchepkisa |
2,320,000.00 |
WOMEN |
ELDAMA RAVINE CONSTITUENCY 10% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/50/2018-19/10%/ERV |
C637 |
Chepkungur Bridge-Kewangoi |
4,948,600.00 |
ALL |
|
KERRA/011/39/BAR/51/2018-19/10%/ERV |
C637 |
Sigoro-Kiptuno-Magrib |
4,713,093.20 |
ALL |
MOGOTIO CONSTITUENCY 10% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/47/2018-19/10%/MGT |
E8049 |
Kimngorom-Sirwa |
3,248,000.00 |
ALL |
|
KERRA/011/39/BAR/48/2018-19/10%/MGT |
C637 |
Mogotio-Kipkitur-Mugurin |
3,639,864.00 |
ALL |
|
KERRA/011/39/BAR/49/2018-19/10%/MGT |
C637 |
Ndabibi-Kisanan-Olkokwe |
2,774,000.00 |
ALL |
BARINGO CENTRAL CONSTITUENCY 10% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/52/2018-19/10%/BRC |
C637 |
Sangarau-Ochii Jnct |
1,508,031.00 |
ALL |
|
KERRA/011/39/BAR/53/2018-19/10%/BRC |
C592 |
Kapkelelwa-Oinabmoi |
2,161,030.00 |
ALL |
|
KERRA/011/39/BAR/54/2018-19/10%/BRC |
F8085 |
Pemwai-Water Supply-Talai |
5,992,802.00 |
WOMEN |
BARINGO SOUTH CONSTITUENCY 10% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/60/2018-19/10%/BRS |
E8149 |
B17 Jnct-Kapkuikui |
4,685,936.34 |
YOUTH |
|
KERRA/011/39/BAR/61/2018-19/10%/BRS |
E8149 |
Kapkuikui-Loboi |
2,903,491.68 |
ALL |
|
KERRA/011/39/BAR/62/2018-19/10%/BRS |
G83425 |
E8149 Jnct Yatoi-Rabai |
2,072,413.94 |
ALL |
TIATY CONSTITUENCY 10% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/55/2018-19/10%/TTY |
C592 |
Kinyach-Kamusino (Kinyach Section) |
6,000,000.00 |
YOUTH/PWD |
|
KERRA/011/39/BAR/56/2018-19/10%/TTY |
C688 (D370) |
Loruk-Churo |
3,661,864.51 |
ALL |
MOGOTIO/ELDAMA RAVINE CONSTITUENCY 10% CS FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/63/2018-19/10%CS/MGT |
C637 |
Magrib-Sirwa |
5,500,000.00 |
ALL |
|
KERRA/011/39/BAR/64/2018-19/10%CS/ERV |
UNCL |
Main road-Kibasiso-Deliverance church |
5,500,000.00 |
ALL |
|
KERRA/011/39/BAR/65/2018-19/10%CS/ERV |
F8030 |
Arama-Kamasaba-Kipsichit |
5,700,000.00 |
ALL |
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 PREQUALIFIED BIDDERS ONLY for improvement of the roads to be funded through the 22% RMLF Constituency Allocation Funds for F/Y 2018/19 as detailed here below:-
- SCOPE OF WORKS
The scope of works is as detailed on every road. See next page
- QUALIFICATION FOR BIDDING
The requirements for Bidding are as follows:-
MANDATORY REQUIREMENTS
- Certified copy of Certificate of Incorporation
- Valid and current certificate of registration with National Construction Authority (NCA) NCA 7 and above except for special groups(women, youth and people with disability) NCA 8 and above
- Valid and current contractors practising license issued by(NCA) and proof of application where applicable
- VAT registration / PIN registration
- Valid Tax compliance certificate and proof of application where applicable
- Written power of attorney
- Proof of having opened a bank account in the contractor’s name.
- Signed and filled Bills of quantities page
- Priced, Signed and witnessed Form of bid.
- Filled and completed business questionnaire
- Prequalified in the region list
- Valid and current CR12 Certificate and Directors Identity Cards or Valid Passport for special groups(women, youth and people with disability) categories
- Valid and current Certificate from treasury (YAGPO) for special groups(women, youth and people with disability) categories
TECHNICAL EVALUATION REQUIREMENTS
Thresholds specified in the Bid documents covering the following:
- Similar previous experience, general construction and road specific construction experience (where applicable)
- Equipment holding/Lease agreement(where applicable)
- Professional and Technical Personnel, diploma in construction, KIBHT Certificate (where applicable)
- Turnover and liquid assets supported by audited/-projected accounts for the last 3 years (where applicable).
- Current Litigation history certified by a Commissioner of Oaths
- Supplementary information
- Serialization of tender documents
- Ongoing projects
- Signed site visit certificates
- Business permit for office
- Tender validity period
- Work methodology
Bidders are requested to download full details of the advertisement from the KeRRA Authority’s Website www.kerra.go.ke with effect from 26th October, 2018.
BARINGO NORTH CONSTITUENCY 22% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
DOWNLOAD DOCUMENT |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/1/22%/2018-19/BRN |
C592 |
Barwessa-Kinyach |
Download |
4,220,000.00 |
ALL |
|
KERRA/011/39/BAR/2/22%/2018-19/BRN |
E8137 |
Ossen-Keturwo |
Download |
2,855,000.00 |
YOUTH |
|
KERRA/011/39/BAR/3/22%/2018-19/BRN |
G83560 |
Kapkiamo-Kasaka_poi |
Download |
2,645,000.00 |
ALL |
|
KERRA/011/39/BAR/4/22%/2018-19/BRN |
G83595 |
C660 Jnct-Kitibel-Kimugul-Kasok |
Download |
1,680,000.00 |
PWD |
|
KERRA/011/39/BAR/5/22%/2018-19/BRN |
C689 |
Kabartonjo-Barwessa |
Download |
4,410,000.00 |
ALL |
|
KERRA/011/39/BAR/6/22%/2018-19/BRN |
D1604 |
B4 Chepersiat-Koroto |
Download |
3,306,101.92 |
ALL |
|
KERRA/011/39/BAR/7/22%/2018-19/BRN |
G83501 |
Chepersiat-Kipcherere |
Download |
2,140,000.00 |
WOMEN |
ELDAMA RAVINE CONSTITUENCY 22% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
Download |
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/8/22%/2018-19/ERV |
C637 |
Timboroa-Seguton-Chemsewon |
download |
3,668,134.00 |
ALL |
|
KERRA/011/39/BAR/9/22%/2018-19/ERV |
C637 |
Chemsewon-Arama |
download |
3,663,429.00 |
PWD |
|
KERRA/011/39/BAR/10/22%/2018-19/ERV |
C637 |
Arama-moringwo |
download |
3,251,134.00 |
ALL |
|
KERRA/011/39/BAR/11/22%/2018-19/ERV |
C637 |
Pororo-Chepkungur Bridge |
download |
3,553,134.00 |
YOUTH/ WOMEN |
|
KERRA/011/39/BAR/12/22%/2018-19/ERV |
C637 |
Kewangoi-Sigoro-Moiben Bridge |
download |
3,523,134.00 |
ALL |
|
KERRA/011/39/BAR/13/22%/2018-19/ERV |
C637 |
Moiben Bridge-Kiptuno-Magrib |
download |
3,597,134.00 |
ALL |
MOGOTIO CONSTITUENCY 22% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
|
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/14/22%/2018-19/MGT |
G81057 |
Kelelwa-Mogotio Jnct-Migingo Bridge |
download |
3,327,900.00 |
YOUTH |
|
KERRA/011/39/BAR/15/22%/2018-19/MGT |
C577 |
Mogotio-Kipkitur-Mugurin |
download |
1,592,900.00 |
PWD |
|
KERRA/011/39/BAR/16/22%/2018-19/MGT |
F8036 |
Ndabibi-Kisanan-Olkokwe |
download |
1,205,450.00 |
ALL |
|
KERRA/011/39/BAR/17/22%/2018-19/MGT |
F8036 |
Olkokwe-Kamaasai-Waseges |
download |
2,712,700.00 |
ALL |
|
KERRA/011/39/BAR/18/22%/2018-19/MGT |
D1605 |
Emsos Jnct-Kaplegich River |
download |
3,102,850.00 |
ALL |
|
KERRA/011/39/BAR/19/22%/2018-19/MGT |
D1606 |
Oterit Centre-Kamomboyo-Molo Sirwe |
download |
3,097,500.00 |
ALL |
|
KERRA/011/39/BAR/20/22%/2018-19/MGT |
F8085 |
Kamaritim-Koitebes-Aram School-Kabogor |
download |
3,288,700.00 |
ALL |
|
KERRA/011/39/BAR/21/22%/2018-19/MGT |
D1605 |
Kaplegigh River-Majimoto-KWS Gate |
download |
2,928,000.00 |
WOMEN |
BARINGO CENTRAL CONSTITUENCY 22% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
|
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/22/22%/2018-19/BRC |
C636 |
Tenges-Kapkayo |
download |
6,008,905.00 |
ALL |
|
KERRA/011/39/BAR/23/22%/2018-19/BRC |
C592 |
Kapkayo-Kapkelelwa |
download |
2,756,459.00 |
ALL |
|
KERRA/011/39/BAR/24/22%/2018-19/BRC |
C592 |
Kapkelelwa-Oinabmoi |
download |
3,125,134.00 |
YOUTH |
|
KERRA/011/39/BAR/25/22%/2018-19/BRC |
G83486 |
Kaplel-Kapkelelwa |
download |
2,345,134.00 |
ALL |
|
KERRA/011/39/BAR/26/22%/2018-19/BRC |
G83515 |
Mogorwa-Kisonei |
download |
3,482,334.00 |
ALL |
|
KERRA/011/39/BAR/27/22%/2018-19/BRC |
G83487 |
Ngolong-Kapkokwon |
download |
3,538,134.00 |
WOMEN/ PWD |
BARINGO SOUTH CONSTITUENCY 22% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
|
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/28/22%/2018-19/BRS |
C577 |
Kailer-Logumgum |
download |
2,125,996.96 |
ALL |
|
KERRA/011/39/BAR/29/22%/2018-19/BRS |
C577 |
Loboi-Sandai |
download |
2,018,799.96 |
ALL |
|
KERRA/011/39/BAR/30/22%/2018-19/BRS |
C577 |
Lorrok-Mosiro |
download |
2,601,949.92 |
ALL |
|
KERRA/011/39/BAR/31/22%/2018-19/BRS |
C577 |
Mosiro-Kiserian |
download |
2,267,499.93 |
ALL |
|
KERRA/011/39/BAR/32/22%/2018-19/BRS |
C577 |
Sandai-Kailer |
download |
1,475,199.96 |
ALL |
|
KERRA/011/39/BAR/33/22%/2018-19/BRS |
C577 |
Sirata-Lorrok |
download |
1,607,843.11 |
ALL |
|
KERRA/011/39/BAR/34/22%/2018-19/BRS |
C577 |
Lawina-Sangarau-Jnct C636 Sanau |
download |
3,042,999.94 |
ALL |
|
KERRA/011/39/BAR/35/22%/2018-19/BRS |
C577 |
Molok-Kailer |
download |
4,057,808.90 |
YOUTH/ PWD |
|
KERRA/011/39/BAR/36/22%/2018-19/BRS |
C577 |
Kimalel-Kapkun |
download |
2,057,999.90 |
WOMEN |
TIATY CONSTITUENCY 22% RMLF FOR FY 2018-2019
|
TENDER NUMBER |
ROAD CLASS |
ROAD NAME |
|
BUDGET ESTIMATE |
TARGET GROUP |
|
KERRA/011/39/BAR/37/22%/2018-19/TTY |
C688 |
Loruk-chepkalacha |
download |
2,994,750.00 |
YOUTH |
|
KERRA/011/39/BAR/38/22%/2018-19/TTY |
C688 |
Chepkalacha-Kadogoi |
download |
944,300.00 |
ALL |
|
KERRA/011/39/BAR/39/22%/2018-19/TTY |
C592 |
Kinyach-Kamusino (Kinyach section) |
download |
1,761,000.00 |
ALL |
|
KERRA/011/39/BAR/40/22%/2018-19/TTY |
C592 |
Kinyach-Kamusino (Kamusino section) |
download |
2,337,993.50 |
WOMEN |
|
KERRA/011/39/BAR/41/22%/2018-19/TTY |
C577 |
Tangulbei-Nasorot |
download |
3,955,000.00 |
ALL |
|
KERRA/011/39/BAR/42/22%/2018-19/TTY |
C609 |
Churo-Amaya |
download |
1,142,700.87 |
ALL |
|
KERRA/011/39/BAR/43/22%/2018-19/TTY |
G83630 |
Chepturu-C592 Jnct-Kameresia |
download |
1,095,000.00 |
PWD |
|
KERRA/011/39/BAR/44/22%/2018-19/TTY |
G83626 |
Loiwat-Kerelon-Karuen |
download |
985,000.00 |
ALL |
|
KERRA/011/39/BAR/45/22%/2018-19/TTY |
G83637 |
Ptikii-Korelach-Kapedo |
download |
1,300,150.00 |
ALL |
|
KERRA/011/39/BAR/46/22%/2018-19/TTY |
G83633 |
Nyakwala-Kamrio-Akoret |
download |
4,740,207.05 |
ALL |
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS
IN BARINGO REGION FUNDED UNDER
22% RMLF CONSTITUENCY ALLOCATION FUNDS FOR (FY 2021 - 2022)
Ref No: Fuel levy FY 2021/22 DATE: 30th SEPTEMBER, 2021
INVITATION TO TENDER
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 PREQUALIFIED BIDDERS (2021/22-2022/2023) and those with special preference reservation certificates ( Women, Youth and People Living with Disability) to bid for routine maintenance and improvement works of the following roads in Baringo Region to be funded through the 22% RMLF Constituency Allocation Funds for the financial year 2021/22 as detailed here below:-
- SCOPE OF WORKS
The scope of works is as detailed on every road. See next page
- QUALIFICATION FOR BIDDING/INSTRUCTIONS TO TENDERERS
- Eligible bidders are as described in ITT 3.1 and 2
- Eligible bidders should not have conflict of interest T.T 3.3
- There should not be collusive practice T.T 2.2
- Bidders to show evidence of Tax Compliance T.T 4.14
- Bidders must provide complete, current and accurate information T.T 17.7
- Tenders are awarded to the lowest evaluated tender as per I.T.T 11,31,35,36,40,41,42
- Tenders above Kshs 5 Million to have tender security or Tender Securing Form where
- Bidders are informed checks will be made on Abnormally Low Tenders and Abnormally High Tenders as per T.T 37
- Bidders to appraise themselves with evaluation and qualification criteria forms provided in Section IV; and T.T 35.2
- Bidders should read the bid document
- Bidders to see work activities and category of works they prequalified
NOTE
- Bidders will be awarded not more than One (1) tender per Constituency as advertised in this notice.
- Tenders shall remain valid for a period of 140 days from the date of Tender Opening T.T 18.1
- The bidder shall apply VAT @ 16%
Bidders are requested to download full details of the advertisement and bid documents Free of Charge from the KeRRA Authority’s Website www.kerra.go.ke with effect from 1st October , 2021. Or purchase bid documents from the KeRRA Offices, KABARNET on payment of a non-refundable fee of Kshs. 1,000.00 (one thousand only) by banker’s cheque in favour of “Kenya Rural Roads Authority” against an official receipt of the Authority.
Following the COVID-19 pandemic and subsequent presidential directive; bidders are advised to make their own arrangements (adhering to this directive and any other subsequent directives) to visit the sites before bidding. Any clarification concerning the tenders should be sort in writing; the list of contact details for Regional Director is available on the Authority’s Website.
Bidders are advised to adhere to the above requirements and instructions to tenderer (ITT) in the tender document.
Completed Bid documents should be addressed to: - The Regional Director
Kenya Rural Roads Authority
Baringo Region
P.O Box 156
KABARNET.
Or deposited in the Bid Box at KABARNET, so as to be received on or before 14th October , 2021 at 10.00 am for Tiaty and Baringo North Constituency . Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.
TIATY CONSTITUENCY 22% RMLF FY 2021-2022
|
TENDER NUMBER |
ROAD NAME |
LENGTH (KMS) |
BUDGET ESTIMATE |
PREFERENCE GROUP |
|
G83633 Natira - Ngaina - Kampi |
18.33 |
4,258,000.00 |
Open |
|
|
C688 Loruk - Kadogoi |
18.96 |
4,492,000.00 |
Women |
|
|
C577 Mukutani -Tangulbei - Kadogoi |
23.50 |
4,050,000.00 |
Youth |
|
|
C577 Tangulbei - Orus - Aquichatis |
4.47 |
3,569,999.99 |
Open |
|
|
C609 Churo - Amaya |
11.83 |
2,510,000.00 |
PLWD |
|
|
G83630 Chepturu - C592 Jnct Kameresia |
6.80 |
3,270,000.00 |
Open |
|
|
G83637 Ptikii - Korellach - Rotii |
6.27 |
3,150,000.00 |
Open |
BARINGO NORTH CONSTITUENCY 22% RMLF FY 2021-2022
|
TENDER NUMBER |
ROAD NAME |
LENGTH (KMS) |
BUDGET ESTIMATE |
PREFERENCE GROUP |
||
|
C688 Jnct B17 - Loruk |
0.01 |
3,570,000.00 |
Youth |
|||
|
E8137 Ossen - Keturwo |
14.97 |
3,150,000.00 |
Open |
|||
|
F8083 Loruk - Yatia |
12.22 |
3,350,000.00 |
Women |
|||
|
G83560 Kapkiamo - Kasaka - Poi |
2.00 |
2,650,000.00 |
Open |
|||
|
G83595 Kitibel - Kimugu- Kasok |
3.91 |
2,130,000.00 |
PLWD |
|||
|
C689 Barwessa - Kabartonjo |
18.13 |
4,562,000.00 |
Open |
|||
|
D1604 B17 Chepersiat - Korato - Sibilo - Loruk |
39.80 |
3,515,000.00 |
Open |
|||
|
D1606
|
4.01 |
2,372,999.99 |
Open |
Or deposited in the Bid Box at KABARNET, so as to be received on or before 15th October , 2021 at 10.00 am for Baringo South Constituency. Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.
BARINGO SOUTH CONSTITUENCY 22% RMLF FY 2021-2022
|
TENDER NUMBER |
ROAD NAME |
LENGTH (KMS) |
BUDGET ESTIMATE |
PREFERENCE GROUP |
|||
|
C577
|
5.80 |
2,696,000.00 |
Youth |
||||
|
F8076
|
10.51 |
2,174,000.00 |
Open |
||||
|
C577 Kailer - Logumgum |
16.30 |
1,258,000.00 |
Youth |
||||
|
G83418 Molok - Kailer |
7.67 |
2,495,000.00 |
PLWD |
||||
|
C577 Sirata - Mosiro |
12.20 |
2,313,000.00 |
Open |
||||
|
C577
|
5.90 |
3,300,830.00 |
Women |
||||
|
G83453 Kimalel - Kapkun |
2.00 |
3,093,000.00 |
Open |
||||
|
C577 Mosiro - Kiserian |
7.50 |
1,724,170.00 |
PLWD |
||||
|
E8148
|
6.07 |
3,206,000.00 |
Open |
||||
|
F8078 Koriema - Bekibon - Tinomoi Jct |
4.86 |
3,040,000.00 |
Open |
REGIONAL DIRECTOR
BARINGO REGION
KENYA RURAL ROADS AUTHORITY
8th JANUARY, 2024
TENDER NOTICE
The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with the responsibility for management, development, rehabilitation and maintenance of rural roads.
Kenya Rural Roads Authority Baringo Region , wish to hereby invite bids from prequalified contractors in the Region and others within the special category(YWPD) under 10% RMFL for financial years 2023-2024 for the following contracts .
|
Tender Ref. |
Road Name |
Constituency |
Category & Target group |
Eligible bidders/ NCA |
|
Kisanana Waseges Sabaka (F8036 ) |
MOGOTIO |
YOUTH |
NCA 5 & BELOW |
|
|
Kimngorom Kapcheplangain(E8049-L) |
MOGOTIO |
PREQUALIFIED |
NCA 5 & BELOW |
Bidders MUST meet the following requirements alongside other requirements contained in tender documents.
- Attach copy of Valid Tax Compliance Certificate(Will be verified online).
- Attach Certified copy of incorporation certificate/Registration.
- Attach Certified Copy of recent CR12 Form from registrar of companies(Issued within the last (12) Months before Tender Opening Date).
- Attach certified copies of Ids for directors.
- Attach certified copy Current Single Business Permit.
- Attach copy of valid National Construction Authority Certificate (Will be verified online).
- Attach authority to seek bank reference.
- Attach (Where applicable) valid Certified Certificate of Registration with National Treasury for Access to Government Procurement Opportunities (AGPO) in the relevant group (Women, Youth or Persons Living with Disability).
- For PWD Tenders attach valid and certified copy of proof of registration with NCPWD.
- All pages of Bids Submitted (tender document) must be SEQUENTIALLY SERIALIZED
- All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
- To enhance equity bidders shall not be awarded more than two contracts pursuant to this tender notice.
- Attach bid security from an authorized institution where applicable.
- There shall be mandatory Pre-Tender Site visits.
- To enhance competitiveness; bidders should ensure that their rates in the bills of quantities are within the known prevailing market rates for road works.
- Tenders shall remain valid for a period of 259 days from the date of Tender Opening.
- Bidders to adhere to this and other requirements in the bid document.
There shall be mandatory pre-tender site visit which will start by bidders’ first meeting as follows;
|
CONSTITUENCY |
MEETING POINT |
DATE AND TIME |
|
MOGOTIO |
Mogotio CDF Office |
12th January 2024 at 9:00 am |
Note:
- Any Bidder who may wish to attend site visit to plan with the office.
- The cost estimate of the proposed works has been provided in the tender document.
Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke
Complete tender documents in Sealed Plain Envelopes marked with Tender Reference (KeRRA/08/BAR….) number and Description, should be sent to the address below or deposited in the Tender Box located within the Kenya Rural Roads Authority Baringo Region offices situated along Kabarnet Eldoret road on or before 22nd January, 2024 at 11.00 am . Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.
Regional Director
Kenya Rural Roads Authority
Baringo Region
P.O. Box 156-30400
KABARNET
ENG. E.K BOR
REGIONAL DIRECTOR
BARINGO REGION
![]() |
|
| Financial Year | 2015-2017 |
| Tender Ref Number | KeRRA/011/38/04/2017/2018 |
| Tender Name | Batch 4 ESIA: Kadel - Ramba Roads |
| Category Name | N/A |
| Funding Source Name | GOK |
| Procument Method | Open Tender |
| Status | ACTIVE |
| Tender Notice File | 1508147477_59e4814724102.pdf |
| Tender Document File | 1511172172_5a12a876b8436.pdf |
| Project Site Map File | Not Available |
| Publication Date | 2017-10-13 15:25:01 |
| Start Date | 2017-10-10 00:00:00 |
| End Date | 2017-12-07 11:00:00 |
| Reserved for YWPLD? | No |
| Application Fee | Not set |
| Opening Venue | The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill |
| Date of Pre-tender Visit | 2017-10-18 |
| Tender Description | REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) FOR UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF KADEL - ALARA - PALA - KANYADHIANG / CENTER - KILUSI - OPANGA – RAMBA ROADS IN HOMABAY COUNTY |
| Cost Centre | Not set |
![]() |
|
| Financial Year | 2015-2017 |
| Tender Ref Number | KeRRA/011/38/01/2017/2018 |
| Tender Name | Batch 4 ESIA: LOT 19 |
| Category Name | N/A |
| Funding Source Name | GOK |
| Procument Method | Open Tender |
| Status | ACTIVE |
| Tender Notice File | 1508312451_59e7059909627.pdf |
| Tender Document File | 1511169933_5a129fba2ca06.pdf |
| Project Site Map File | Not Available |
| Publication Date | 2017-10-13 15:19:55 |
| Start Date | 2017-10-10 00:00:00 |
| End Date | 2017-12-07 11:00:00 |
| Reserved for YWPLD? | No |
| Application Fee | Not set |
| Opening Venue | The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill |
| Date of Pre-tender Visit | 2017-10-30 |
| Tender Description | REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) STUDIES FOR LOT 19 COMPRISING OF UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF; (1) MARIGAT – MUCHONGOI – KARANDI, OL NGARUA - MUHOTETU - JNCT C77 AND MUHOTETU - SIPILI ROAD IN BARINGO COUNTY AND (2) OINAMOI – KAPLUK - BARWESSA ROAD IN BARINGO COUNTY |
| Cost Centre | Not set |
Addenda
![]() |
|
| Financial Year | 2015-2017 |
| Tender Ref Number | KeRRA/011/38/08/2017/2018 |
| Tender Name | Batch 4 ESIA: LOT 21 |
| Category Name | N/A |
| Funding Source Name | GOK |
| Procument Method | Open Tender |
| Status | ACTIVE |
| Tender Notice File | 1508147844_59e4829e54c67.pdf |
| Tender Document File | 1511266477_5a1418cada4da.pdf |
| Project Site Map File | Not Available |
| Publication Date | 2017-10-13 15:36:09 |
| Start Date | 2017-10-10 00:00:00 |
| End Date | 2017-12-07 11:00:00 |
| Reserved for YWPLD? | No |
| Application Fee | Not set |
| Opening Venue | The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill |
| Date of Pre-tender Visit | 2017-10-23 |
| Tender Description | REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) STUDIES FOR LOT 21 COMPRISING OF UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF; (1) INDIAN BAZAAR – NDUMBERI – TING’ANG’A - RIABAI, KIST – NJATHAINI & ACCESS TO STAREHE GIRLS’ ROADS IN KIAMBU COUNTY, (2) BRISTER GIRLS SCHOOL – STAR OF HOPE CHILDREN’S HOME LOOP & ACCESS ROAD TO KWIHOTA SECONDARY SCHOOL IN KIAMBU COUNTY, AND (3) GATUNDU - MUKINYE - JUJA/GATUNDU - GITATI INI - KARINGA/GATUNDU - ITURO - KAGUMOINI - KARINGA ROADS AND OTHER LOOP ROADS IN KIAMBU COUNTY |
| Cost Centre | Not set |
Addenda
![]() |
|
| Financial Year | 2015-2017 |
| Tender Ref Number | KeRRA/011/38/06/2017/2018 |
| Tender Name | Batch 4 ESIA: Pelewa Bridge & Approach Roads |
| Category Name | N/A |
| Funding Source Name | GOK |
| Procument Method | Open Tender |
| Status | ACTIVE |
| Tender Notice File | 1508147687_59e481fbd11c6.pdf |
| Tender Document File | 1511266189_5a1417a3e7ab7.pdf |
| Project Site Map File | Not Available |
| Publication Date | 2017-10-13 15:31:00 |
| Start Date | 2017-10-10 00:00:00 |
| End Date | 2017-12-07 11:00:00 |
| Reserved for YWPLD? | No |
| Application Fee | Not set |
| Opening Venue | The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill |
| Date of Pre-tender Visit | 2017-10-16 |
| Tender Description | REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) FOR CONSTRUCTION OF PELEWA BRIDGE & APPROACH ROADS |
| Cost Centre | Not set |
![]() |
|
| Financial Year | 2015-2017 |
| Tender Ref Number | KeRRA/011/38/07/2017/2018 |
| Tender Name | Batch 4 ESIA: Taita Girls – Lilloch & Mutaragon – Fortenan Roads |
| Category Name | N/A |
| Funding Source Name | GOK |
| Procument Method | Open Tender |
| Status | ACTIVE |
| Tender Notice File | 1508147762_59e48256dcaf8.pdf |
| Tender Document File | 1511266344_5a1418451b3b5.pdf |
| Project Site Map File | Not Available |
| Publication Date | 2017-10-13 15:33:45 |
| Start Date | 2017-10-10 00:00:00 |
| End Date | 2017-12-07 11:00:00 |
| Reserved for YWPLD? | No |
| Application Fee | Not set |
| Opening Venue | The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill |
| Date of Pre-tender Visit | 2017-11-03 |
| Tender Description | REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) FOR UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF TAITA GIRLS – LILLOCH & MUTARAGON – FORTENAN ROADS |
| Cost Centre | Not set |
|
Prof. (Eng) Oyuko Mbeche, EBS Chairman of Board of Directors |
Hon. CPA John Mbadi Ng'ongo, EGH Cabinet Secretary The National Treasury Economic Planning
|
|
|
Ms. Teresia Mbaika Malokwe, CBS Principal Secretary, State Department for Devolution |
Ms. Margaret Osili Alternate to Principal Secretary, State Department for Devolution |
Eng. James M. Kungu Alternate to Principal Secretary, State Department for Roads |
|
Mr. Alvin Kibet Kirui, MBS Representative of Kenya Farmers Association
|
Eng. Dorcas M. Musingi, PE
Representative of The Institute of Engineers of Kenya |
![]()
Ms. Caroline W. Ndungu Representative of The Council of Governors |
|
Mr. Samson Wangusi Alternate to Cabinet Secretary, National Treasury and Economic Planning
|
Eng. Philemon K. Kandie, MBS
Director General (Board Secretary) |
|
|
|
|
INVITATION TO TENDER
Dated: 9th, February, 2018
The Kenya Rural Roads Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in Bomet Central constituency within Bomet County to be funded under the 22% RMLF for the financial year 2017/2018. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Bomet during the normal working hours Monday – Friday. The Tender documents can be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
S/NO |
DESCRIPTION OF THE TENDER |
TENDER NUMBER |
ELIGIBILITY |
BUDGET |
Downloads |
|
1 |
Routine Maintenance of Chebitet - Molinga Road |
KeRRA/011/BMT/039/051/2017-8 |
Youth |
1,000,000.00 |
Downloads |
|
2 |
Routine Maintenance Kibergei - Kibergei Pry Road |
KeRRA/011/BMT/039/052/2017-8 |
Youth |
1,000,000.00 |
Downloads |
|
3 |
Routine Maintenance of Kiplelji - Kiplelji Pry School Road |
KeRRA/011/BMT/039/053/2017-8 |
Women |
1,000,000.00 |
Downloads |
|
4 |
Routine Maintenance Lulusik Pry-Sachangwan Road |
KeRRA/011/BMT/039/054/2017-8 |
Women |
1,000,000.00 |
Downloads |
|
5 |
Routine Maintenance of Morit - Atembwo Road |
KeRRA/011/BMT/039/055/2017-8 |
Disabled |
1,000,000.00 |
Downloads |
|
6 |
Routine Maintenance of Kipkoi – Kapsigowo Road |
KeRRA/011/BMT/039/056/2017-8 |
Disabled |
1,000,000.00 |
Downloads |
|
7 |
Routine Maintenance Sirionik - Nyongores Road |
KeRRA/011/BMT/039/057/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
8 |
Routine Maintenance of Masingororo-Simongiko Road |
KeRRA/011/BMT/039/058/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
9 |
Routine Maintenance of Ngainet- Anganget Road |
KeRRA/011/BMT/039/059/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
10 |
Routine Maintenance of Mogoiywet- Kiptenden |
KeRRA/011/BMT/039/060/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
11 |
Routine Maintenance of Kaptorongo- Kaptorongo Pry School Road |
KeRRA/011/BMT/039/061/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
12 |
Routine Maintenance of Kimenderit- Kimenderit Mkt |
KeRRA/011/BMT/039/062/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
13 |
Routine Maintenance of Cheswerta - Lalagin Road |
KeRRA/011/BMT/039/063/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
14 |
Routine Maintenance of Samoei- Mangililiet Road |
KeRRA/011/BMT/039/064/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
15 |
Routine Maintenance of Sebe- Kabusare Road |
KeRRA/011/BMT/039/065/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
16 |
Routine Maintenance of Kiriswo – Kitoben Road |
KeRRA/011/BMT/039/066/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
17 |
Routine Maintenance of Mosiro- Teganda Road |
KeRRA/011/BMT/039/067/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
18 |
Routine Maintenance of Chuiyat- Chepkulo River Road |
KeRRA/011/BMT/039/068/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
19 |
Routine Maintenance of Kapngetuny-Motigo Road |
KeRRA/011/BMT/039/069/2017-8 |
Open |
1,000,000.00 |
Downloads |
|
20 |
Routine Maintenance of Kamusa- Chebulu Road |
KeRRA/011/BMT/039/070/2017-8 |
Open |
1,000,000.00 |
Downloads |
Procurement of the tenders reserved for the Youth, Women and Persons Living with Disabilities shall be based on post qualification and the following details must be submitted together with the priced bid. Failure to submit the information will be a reason for disqualification.
- Certified copy of certificate of Registration / Incorporation
- Certified copy of certificate of registration with the National Construction Authority in Category NCA 8 and above.
- Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
- Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
- Certified copy of Certificate of Registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
- Certified Copy of Recent CR12 Form – (12months) from Registrar of Companies
- Proof of having opened a Bank Account
- Copies of National Identity Card / Valid Passports of Directors
- Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities) & PLWD ID/Certificate
- Duly filled Confidential Business Questionnaire (CBQ)
- Signed tender security & declaration form
- Any other condition as stipulated in the Tender Documents
Bidders for tenders in the General Category, one must meet the following requirements:
- Prequalified for the category of works specified and in the respective constituency during the 2017/19 FY
- Provide a certified copy of certificate of incorporation
- Provide a certified copy of certificate of registration with the National Construction Authority in Category NCA 8 and above.
- Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
- Proof of having opened a Bank Account
- Copies of National Identity Card / Valid Passports of Directors
- Signed tender security & declaration form
- Provide a copy of an up-to-date Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
- Duly filled Confidential Business Questionnaire (CBQ)
- Any other condition as stipulated in the Tender Documents
Other Requirements includes;
- Past Experience
- Equipment Holding
- Current Commitment
- Current commitment
- Litigation History
(Details of the same are provided in the tender document)
The Employer will carry out due diligence on all documents submitted. Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents. All certifications must be by a commissioner of oaths.
ALL BIDDERS MUST attend a mandatory pretender site visit to be conducted as below;
|
Constituency |
Date |
Time |
Venue |
|
Bomet Central |
22nd February 2018 |
9:00 am |
Starting from R.M office |
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 11.00AM, 1st March, 2018” should be addressed to:
The Regional Manager
Kenya Rural Roads Authority
- O. Box 180
BOMET
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office Bomet so as to be received on/or before 1st March, 2018. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
Peter C. Mwarabu
For: REGIONAL MANAGER
BOMET
1. To provide for adequate time for preparation and submission of bid documents, KeRRA has extended the closing date to 8th of February 2018 from the previous 1st
February 2018. This Extension affects the following tenders;
- 22% RMLF- Konoin Constituency
- 22% RMLF- Bomet East Constituency
- 22% RMLF- Sotik Constituency
- 22% RMLF- Chepalungu Constituency
- 10% CS Allocation
2. The pretender site visits is MANDATORY however the contractor can make an arrangement with the Regional procurement Office to visit the road of choice but
must also acquire the pretender certificate for documentation purposes.
3. The routine maintenance of the following roads Kiptui- Mugenyi(044) and Mugenyi –Kapset(045) have been written as Kiptui-Chemalel(044)and Chemalel –Kapset (045) respectively in the documents.
The Kenya Rural Roads Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Bomet County to be funded under the 22% RMLF for the financial year 2017/2018. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Bomet during the normal working hours Monday – Friday. The Tender documents can be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
INVITATION TO TENDER
Dated: 18th January, 2018
The Kenya Rural Roads Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Bomet County to be funded under the 22% RMLF for the financial year 2017/2018. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Bomet during the normal working hours Monday – Friday. The Tender documents can be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
| Item | Name of Road | Tender Number | Constituency | Budget Ksh | Eligibility Y | Downloads |
|---|---|---|---|---|---|---|
| 1 | Routine Maintenance of Sogorbei – Kipsomber - Mukanget Road | KeRRA/011/BMT/039/018/2017-2018 | Chepalungu | 374,500.00 | Disabled | Downloads |
| 2 | Routine Maintenance of Kiproroget - Chemagel Road | KeRRA/011/BMT/039/019/2017-2018 | Chepalungu | 4,250,000.00 | Open | Downloads |
| 3 | Routine Maintenance of Kiptenden-C14 Jn. Road | KeRRA/011/BMT/039/020/2017-2018 | Chepalungu | 4,450,00.00 | Open | Downloads |
| 4 | Routine Maintenance of Atebwo- St- Sophia Road | KeRRA/011/BMT/039/021/2017-2018 | Chepalungu | 3,200,000.00 | Open | Downloads |
| 5 | Routine Maintenance of Leldet- Kapoleseroi Sec School Road | KeRRA/011/BMT/039/022/2017-2018 | Chepalungu | 2,000,000.00 | Disabled | Downloads |
| 6 | Routine Maintenance of ChemaetanyKabarak Road | KeRRA/011/BMT/039/023/2017-2018 | Chepalungu | 2,650,000.00 | Youth | Downloads |
| 7 | Routine Maintenance of Kamunduki Yoywana Road | KeRRA/011/BMT/039/024/2017-2018 | Chepalungu | 3,000,000.00 | Women | Downloads |
| 8 | Routine Maintenance of Chesilyot Kapkoitim Chebirbelek Road | KeRRA/011/BMT/039/025/2017-2018 | Sotik | 2,000,000.00 | Youth | Downloads |
| 9 | Routine Maintenance of Maigutiet-Maigutiet Primary Road | KeRRA/011/BMT/039/026/2017-2018 | Sotik | 2,000,000.00 | Disabled | Downloads |
| 10 | Routine Maintenance of Samoe - Arap Kelelyo Road | KeRRA/011/BMT/039/027/2017-2018 | Sotik | 2,000,000.00 | Open | Downloads |
| 11 | Routine Maintenance of Oldebe siSimboiyon Road | KeRRA/011/BMT/039/028/2017-2018 | Sotik | 2,175,000.00 | Women | Downloads |
| 12 | Routine Maintenance of Kalongei- Chebui Primary Road | KeRRA/011/BMT/039/029/2017-2018 | Sotik | 2,000,000.00 | Open | Downloads |
| 13 | Routine Maintenance of Chepkebit- Burgei Disp. Road | KeRRA/011/BMT/039/030/2017-2018 | Sotik | 2,000,000.00 | Open | Downloads |
| 14 | Routine Maintenance of Kisabei- Arap Koros Road | KeRRA/011/BMT/039/031/2017-2018 | Sotik | 2,000,00.00 | Open | Downloads |
| 15 | Routine Maintenance of Kapkures Ngendalal Road | KeRRA/011/BMT/039/032/2017-2018 | Sotik | 2,000,000.00 | Open | Downloads |
| 16 | Routine Maintenance of Kapcheran MktKapcherire Dip Road | KeRRA/011/BMT/039/033/2017-2018 | Sotik | 2,000,000.00 | Youth | Downloads |
| 17 | Routine Maintenance of Nyatembe -Tilanik River Road | KeRRA/011/BMT/039/034/2017-2018 | Sotik | 2,000,000.00 | Open | Downloads |
| 18 | Routine Maintenance of Kecheyat - Merigi Road | KeRRA/011/BMT/039/041/2017-2018 | Bomet East | 2,850,000.00 | Youth | Downloads |
| 19 | Routine Maintenance of Legimbo - Kembu Road | KeRRA/011/BMT/039/035/2017-2018 | Bomet East | 3,697,500.00 | Open | Downloads |
| 20 | Routine Maintenance of Isei Bridge - Chemaner Road | KeRRA/011/BMT/039/036/2017-2018 | Bomet East | 2,650,000.00 | Women | Downloads |
| 21 | Routine Maintenance of Kembu - Kichurmo Road | KeRRA/011/BMT/039/037/2017-2018 | Bomet East | 2,985,000.00 | Disabled | Downloads |
| 22 | Routine Maintenance of Chemaner - KimuchukMangoita Road | KeRRA/011/BMT/039/038/2017-2018 | Bomet East | 2,500,000.00 | Women | Downloads |
| 23 | Routine Maintenance of Legimbo - Njeman Road | KeRRA/011/BMT/039/039/2017-2018 | Bomet East | 2,500,000.00 | Open | Downloads |
| 24 | Routine Maintenance of Norera - Sinonin Road | KeRRA/011/BMT/039/040/2017-2018 | Bomet East | 2,950,500.00 | Open | Downloads |
Procurement of the tenders reserved for the Youth, Women and Persons Living with Disabilities shall be based on post qualification and the following details must be submitted together with the priced bid. Failure to submit the information will be a reason for disqualification.
- Certified copy of certificate of Registration / Incorporation
- Certified copy of certificate of registration with the National Construction Authority in
Category NCA 8 and above. - Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
- Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tccchecker.html
- Certified copy of Certificate of Registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
- Certified Copy of Recent CR12 Form – (12months) from Registrar of Companies
- Proof of having opened a Bank Account
- Copies of National Identity Card / Valid Passports of Directors
- Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities) & PLWD ID/Certificate
- Duly filled Confidential Business Questionnaire (CBQ)
- Signed tender security & declaration form
- Any other condition as stipulated in the Tender Documents
Bidders for tenders in the General Category, one MUST meet the following requirements:
- Prequalified for the category of works specified and in the respective constituency during the 2017/19 FY
- Provide a certified copy of certificate of incorporation
- Provide a certified copy of certificate of registration with the National Construction Authority in Category NCA 8 and above.
- Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
- Proof of having opened a Bank Account
- Copies of National Identity Card / Valid Passports of Directors
- Signed tender security & declaration form
- Provide a copy of an up-to-date Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
- Duly filled Confidential Business Questionnaire (CBQ)
- Any other condition as stipulated in the Tender Documents
Other Requirements includes;
a) Past Experience
b) Equipment Holding
c) Current Commitment
d) Current commitment
e) Litigation History
(Details of the sameare provided in the tender document)
The Employer will carry out due diligence on all documents submitted. Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents. All certifications must be by a commissioner of oaths.
ALL BIDDERS MUST attend a mandatory pretender site visit to be conducted as below;
| Constituency | Date | Time | Venue |
| Chepalungu | 24th January 2018 | 9:00 am | Starting from R.M office |
| Bomet East | 24th January 2018 | 9:00 am | Starting from R.M office |
| Sotik | 25th January 2018 | 10:00 am | KeRRA’S Office Sotik |
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 10.00AM, 1st February, 2018” should be addressed to:
The Regional Manager
Kenya Rural Roads Authority
P. O. Box 180 BOMET
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office Bomet so as to be received on/or before 1st February 2018 at 10:00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
Peter C. Mwarabu
For: REGIONAL MANAGER
BOMET
KENYA RURAL ROADS AUTHORITY
Tel: 052-22230 Regional Manager
Fax: 052-22230 Kenya Rural Roads Authority (KeRRA)
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. Bomet Region
Website: www.Kerra.go.ke P.O.Box 180 - 20400
Bomet
REF NO: KeRRa/15/BMT/11/INVITATION TO TENDER/VOL.1/5 Date: 14th November, 2018
INVITATION TO TENDER.
10% RMLF
Kenya Rural Roads Authority – Bomet Region invites bids from prequalified contractors for financial year 2017/19 in the stated constituency for the Procurement of below stated Roads funded by 10%RMLF.
ALL CONSTITUENCIES
Site visit will be held on 28th December, 2018
|
S/NO |
PACKAGE NO. |
ROAD NAME |
ACTIVITIES |
CATEGORY |
BUDGET ALLOCATION |
Downloads |
|
1 |
011 |
Koilel - Kaptebenwe |
· Heavy grading with watering and compaction 40,000M3 · Gravel Patching 2,330.M3 |
YOUTH |
4,820,000.00 |
Download |
|
2 |
012 |
Kapset - Boito |
· Heavy grading with watering and compaction 72,000 M3 · Gravel Patching 2,034 M3 |
YOUTH |
4,830,000.00 |
Download |
|
3 |
013 |
Tenwek - Motigo |
· Heavy grading with watering and compaction 32,000M3 · Gravel Patching 860 M3 |
WOMEN |
4,812,000.00 |
Download |
|
4 |
014 |
Kiptenden - Ndaraweta |
· Heavy grading with watering and compaction 72,000M3 · Gravel Patching 2,040M3 |
C |
4,835,000.00 |
Download |
|
5 |
015 |
Kapkimolwa - Kalyet |
· Heavy grading with watering and compaction 40,000M3 · Gravel Patching 2,330M3 |
WOMEN |
4,820,000.00 |
Download |
|
6 |
016 |
Kembu – Kapkimolwa |
· Heavy grading with watering and compaction 56,000M3 · Gravel Patching 2,185M3 |
WOMEN |
4,830,000.00 |
Download |
|
7 |
017 |
Kaboson – Sigor |
· Heavy grading with watering and compaction 80,000M3 · Gravel Patching 1,955M3 |
YOUTH |
4,200,000.00 |
Download |
|
8 |
018 |
Chebunyo - Kaboson |
· Heavy grading with watering and compaction 80,000M3 · Gravel Patching 1,970M3 |
C |
4,850,000.00 |
Download |
|
9 |
019 |
Sotik – Chebonge |
· Heavy Bush Clearing 12,000M2 · Culvert Cleaning Partially Blocked 600mm 160MT · Culvert Cleaning Partially Blocked 900mm 280MT · Shoulder Grading 6,000M2 · Provide place and compact natural gravel to shoulder accesses and busbays 200M3 · Provide lay and compact Hand packed stones materials including filling voids with stone dust as directed by Engineer |
A |
4,880,000.00 |
Download |
|
10 |
020 |
Sotik – Chebonge 2 |
· Prime Coat 4,840L · Pot Hole patching – Hot mix |
A |
4,765,000.00 |
Download |
The Tender Documents can be bought at the Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. Thedocuments can also be downloaded on KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified Copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified Contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- certified copy of recent CR12
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last two years.
- Professional and Technical personnel with CVs of Key Personnel.
- Current trading license.
- Proof of having a bank account.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities
FOR YOUTH WOMEN AND PEOPLE WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g)
- Certified copy of Youth Women and people with disabilities Certificate for works (YAGPO) from National Treasury Ministry.
- Thresholds specified in the tender Document covering the following.
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Professional and Technical personnel supported by CVs.
- Current trading license.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with contract Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL MANAGER
KENYA RURAL ROADS AUTHORITY
BOMET REGION
P.O.BOX 180
BOMET
And be deposited in the Tender Box on or before 4th January 2019 at 10.30 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Kind Regards
Eng. C. Chebon
REGIONAL MANAGER
BOMET REGION
INVITATION TO TENDER - Please download Bomet East here!
Please download Chepalungu here!
|
S/NO |
PACKAGE NO. |
ROAD NAME |
DOCUMENT |
CATEGORY |
BUDGET ALLOCATION |
|
1 |
006 |
Chemaner - Matecha |
YWPD |
4,000,000.00 |
|
|
2 |
007 |
Kembu - Chemaner |
YWPD |
4,700,000.00 |
|
|
3 |
008 |
Longisa - Kembu |
C |
4,600,000.00 |
|
|
4 |
009 |
Merigi - Kembu |
C |
4,100,000.00 |
|
|
5 |
010 |
Motigo - Merigi |
C |
4,000,000.00 |
|
1 |
001 |
Chebonyo- Chebunyo |
B & C |
5,000,000.00 |
|
|
2 |
002 |
Kapkesosio - Bomet |
YWPD |
4,000,000.00 |
|
|
3 |
003 |
Kaplecho – Kamaget |
B & C |
2,300,000.00 |
|
|
4 |
004 |
Makmeny – Olbutyo |
B & C |
5,100,000.00 |
|
|
5 |
005 |
Olbutyo – Sigor |
YWPD |
5,100,000.00 |
KENYA RURAL ROADS AUTHORITY
BOMET REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 7TH JULY 2020
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS
UNDER GoK ALLOCATION FOR FINANCIAL YEAR 2019/2020
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA,Bomet Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya in the Financial Year 2019/2020.
Chepalungu Constituency
|
S/NO. |
DESCRIPTION |
TENDER NO. |
ELIGABILIGTY |
NCA CATEGORY |
PRE-QUALIFICATION CATEGORY |
DOWNLOAD |
|
1 |
Kaboson -Sigor |
KeRRA/011/BMT/039/GoK/2-41-19/20 -0018 |
Youth |
4,5&6 |
DOCUMENT | |
|
2 |
Kapkwen -Olbutyo |
KeRRA/011/BMT/039/GoK/2-41-19/20 -0019 |
Women |
4,5&6 |
DOCUMENT | |
|
3 |
Olbutyo -Siongiroi |
KeRRA/011/BMT/039/GoK/2-41-19/20 -0020 |
Open |
4,5&6 |
B, C, D & E |
DOCUMENT |
|
4 |
Kaboson -Chebunyo |
KeRRA/011/BMT/039/GoK/2-41-19/2020 -069 |
PWD |
4,5,6&7 |
DOCUMENT |
Due to the COVID – 19 Pandemic, there shall be no pre-tender site visits. However, the bidders are encouraged to make personal arrangement to acquaint themselves with the site before submission of the bids.
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- Procurement and evaluation will be based on above details and post qualification criteria as stated in the tender documents.
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Friday10th July, 2020 or obtain complete Tender Documents KeRRA, Bomet Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name:KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Bomet on or before TUESDAY, 21st July 2020 at 10.00 AM. However due to COVID 19 Calamity, tender documents will be quarantined for 2days upon receiving and opened on 24th July,2020 at 10.00AM in the presence of tenderers or their representatives as indicated in the bid documents.
Eng. Ogogo C.T
REGIONAL DEPUTY DIRECTOR
BOMET REGION
KENYA RURAL ROADS AUTHORITY
BOMET REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 10TH JANUARY, 2022
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS
FOR FINANCIAL YEAR 2020/2021
DOWNLOAD TENDER NOTICE HERE!!!!
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Bomet Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya in the Financial Year 2020/2021.
|
UNIVERSAL HEALTH CARE PROGRAMME |
|||||
|
S/NO. |
ACCESS ROAD FOR: |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
NDANAI SUBCOUNTY HOSPITAL |
KeRRA/008/BMT-SOTIK/GOK/039/2-41-20|21-091 |
OPEN |
9,900,000.00 |
DOCUMENT |
|
2. |
LONGISA SUBCOUNTY HOSPITAL |
KeRRA/008/BMT-EAST/GOK/039/2-41-20|21-092 |
YOUTH |
7,500,000.00 |
DOCUMENT |
|
3. |
CHEPTALAL SUBCOUNTY HOSPITAL |
KeRRA/008/BMT-KONOIN/GOK/039/2-41-20|21-093 |
PWD |
4,900,000.00 |
DOCUMENT |
|
4. |
KAPKOROS SUBCOUNTY HOSPITAL |
KeRRA/008/BMT-CENTRAL/GOK/039/2-41-20|21-094 |
WOMEN |
6,200,000.00 |
DOCUMENT |
Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.
Eligible bidders
- This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
- The Original bid document shall be certified duly executed by the Commissioner for Oaths
- Evaluation shall be based post qualification criteria as stated in the tender documents.
- Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 10TH JANUARY, 2022 or obtain complete Tender Documents KeRRA, Bomet Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Bomet on or before 25TH JANUARY, 2022 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.
Late bids will not be accepted.
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
BOMET REGION
INVITATITION TO TENDER
DATE OF TENDER NOTICE 30th October, 2024
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act, 2007, with a mandate to manage, develop and maintain the rural road networks in the country.
The Authority, Bomet Region, hereby invites bids from eligible Registered Contractors in the Region and others within the AGPO Special Category (YWPD) for Maintenance projects for FY 2024-2025.
Interested Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website www.kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
Tender Ref No. |
Tender Name |
Target Group |
|
KeRRA/008/BMT/039/2-41-24|25-001 |
Chebilat Dispensary - Mogoiywek Road (E196) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-002 |
Chebilat Police - Mabwaita - Kokwon - Sagaltit Road (E196) |
Women |
|
KeRRA/008/BMT/039/2-41-24|25-003 |
Somoe-Rotik-Chepkalwal-Burgei Road U-G72593 |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-004 |
Siongiroi Jnct - Kipsuter - Areiyet Center Road D232J3 |
Youth |
|
KeRRA/008/BMT/039/2-41-24|25-005 |
Kobolwo - Kapkulumben Road G72465 |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-006 |
Nyambugo - Sugurmega - Kapsammy Road R19 |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-007 |
Sunset - Simotwet - Sachangwan - Kijingo-Olkyin Road |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-008 |
Simwaga - Boreiywek - Mogoma Road G72797 |
PWD |
|
KeRRA/008/BMT/039/2-41-24|25-009 |
Kagoech Junct - Sitoo - Kinjiribet - Kiromwok Road (R33) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-010 |
Balek(Kp 34)-Kipngetuny-Reberwet Road (G72771) |
PWD |
|
KeRRA/008/BMT/039/2-41-24|25-011 |
Samaria - Kwa Chief - Kitoben Road (G72771) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-012 |
Arap Sigira Centre - Kitaima - Chemoiben Road (L2309) |
Youth |
|
KeRRA/008/BMT/039/2-41-24|25-013 |
Singorwet-Chebitet-Koiyet Road (P13 Bomet) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-014 |
Kiptui - Tumbalala Road (D231) |
Women |
|
KeRRA/008/BMT/039/2-41-24|25-015 |
Tumbalala - Kapset Road (D231) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-016 |
Tilolwon - Bosto Road (G72758) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-017 |
Kibanjalal - Lelechwet - Kenene - Kamungei(Kampira) Road (G712570) |
Youth |
|
KeRRA/008/BMT/039/2-41-24|25-018 |
Silalo - Nyatembe - Chebongi - Focal Point Road (G71293) |
Women |
|
KeRRA/008/BMT/039/2-41-24|25-019 |
Kapkelei - Motiret - Oldebesi Road (G72588) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-020 |
Sotik Cereals - Kibori - Kipajit - Kuryot Tarmac Road (G72687) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-021 |
Daraja Sita - Chebobei - Chebirbelek Road (G73027) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-022 |
Tenwet - Sironet - Chesoen - Uswet Road (U-G73051) |
PWD |
|
KeRRA/008/BMT/039/2-41-24|25-023 |
Kiboson - Sauset Jnt - Kapkidogo Road (C725) |
Women |
|
KeRRA/008/BMT/039/2-41-24|25-024 |
Kaplondon - Kwandap - Cherotich - Kapsammy Road (R19) |
Youth |
|
KeRRA/008/BMT/039/2-41-24|25-025 |
Masindoni - Kwanyoret - Chepwostuyet Road (U-G72509) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-026 |
Bomet East - Kaplondon - Kobolwo Road (U-G72554) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-027 |
Cheptuonik - Lelechonik - Kinyogi Jnt Road (U-G72799) |
PWD |
|
KeRRA/008/BMT/039/2-41-24|25-028 |
Kerundut Jnt - Litiik - Cheptuonik Road (U-G72799) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-029 |
Chemaner - Matecha Road (C737) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-030 |
Kapjames-Kware-Kapkimolwa Road (C737) |
Women |
|
KeRRA/008/BMT/039/2-41-24|25-031 |
Longisa - Kembu Road (C737) |
PWD |
|
KeRRA/008/BMT/039/2-41-24|25-032 |
Matecha - Kimunchul Road (C737) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-033 |
Kilios-Chepkolon-Moburo Road (C768) |
Youth |
|
KeRRA/008/BMT/039/2-41-24|25-034 |
Sugutek -Chepkosit-Merigi Road (U-G72775) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-035 |
St.Philips-Murany-Kapcherire-Mogitui Road (U-G72780) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-036 |
Chepnyaliliet - Kaplabotwa - Ndubai Road (U-G72792) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-037 |
Kapkwen(Kaptetkot) - Kapskisiara Tea Buying Centre Road (C751) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-038 |
Ngainet - Sogoet Road (D1692) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-039 |
Jcn(Soliot-Legetetiet-Changina Road (G72571) |
Youth |
|
KeRRA/008/BMT/039/2-41-24|25-040 |
Soliot - Chebitet Centre - Chebitet Pry Road (G72571) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-041 |
Nyongores - Kapgikorwet Road (G72732) |
PWD |
|
KeRRA/008/BMT/039/2-41-24|25-042 |
Kapsoiyo Tea Buying Centre - Kipkebe Road (G72739) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-043 |
Kapsimotwo - Koiyet Road (P12-Bomet) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-044 |
Koiyet - East Sotik Road (P12-Bomet) |
Women |
|
KeRRA/008/BMT/039/2-41-24|25-045 |
Kotti Cabro Road (G73197) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-046 |
Seanin - Cheptingting Road (G73254) |
Youth |
|
KeRRA/008/BMT/039/2-41-24|25-047 |
Taboino - Kimugul Road (U-G712814) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-048 |
Kirimose - Kipkoibonik Road (U-G73056) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-049 |
Siomo Tegat Road (U-G73056) |
Registered |
|
KeRRA/008/BMT/039/2-41-24|25-050 |
Sokoneto - Siani Road (U-G73198) |
PWD |
|
KeRRA/008/BMT/039/2-41-24|25-051 |
Kipsougon - Kusumek Road (U-G73285) |
Women |
|
KeRRA/008/BMT/039/2-41-24|25-052 |
Monges - Kipsoungon Road (U-G73285) |
Registered |
Bidders MUST meet the following requirements alongside other requirements contained in tender documents.
- To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice. Director(s) bidding under different companies for the same tender will be disqualified.
- Bidders are requested to familiarise themselves with the site before tendering (within the first 10 days of the notice)
- All Interested bidders or their representative must have an introduction letter from the company for pretender site visit
- All Interested bidders MUST provide Original Tender Document and a copy of the same
- All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
- Certification of attachments must be done by a commissioner for oaths.
- The cost estimate of the proposed works has been provided in the tender document.
- All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- Complete tender document Duly serialized; in Sealed Plain Envelopes marked with Tender Reference Number (KeRRA/008/BMT/039/…….) and Description, should be deposited in the Tender Box located at the Regional Office, within the Kenya Rural Roads Authority Bomet Regional offices or sent to the address below
Regional Director
Kenya Rural Roads Authority
Bomet Region
P.O. Box 180-20400,
BOMET
So as to be received on or before 20th November 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend.
- Bulky Tender Documents that do not fit in the Tender Box shall be delivered to the reception of the Regional Office at the address provided above.
- Any Tender received after the deadline for submission of Tenders shall be declared late, rejected, and returned unopened to the Tenderer.
Regional Director
BOMET REGION
KENYA RURAL ROADS AUTHORITY
BOMET REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 7th OCTOBER.2020
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS UNDER 22%RMLF FOR FINANCIAL YEAR 2020/2021
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Bomet Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded through the Road Maintenance Levy Fund (RMLF) in the Financial Year 2020/2021.
SOTIK CONSTITUENCY
|
S/NO. |
DESCRIPTION |
TENDER NO. |
PREFERENCE/ RESERVATION |
DOWNLOAD |
|
1 |
Chebirbelek - Kiprobonyit |
KeRRA/011/BMT/039/22%/2-41-20|21-028 |
YOUTH |
DOCUMENT |
|
2 |
Ndanai Market - Kiptenden Pri. Kagasik - Kapsiongo - Kamegunyet Pri. |
KeRRA/011/BMT/039/22%/2-41-20|21-029 |
WOMEN |
DOCUMENT |
|
3 |
Kaplomboi - Lalwat Pry |
KeRRA/011/BMT/039/22%/2-41-20|21-030 |
OPEN |
DOCUMENT |
|
4 |
Arap Mabwai - Simboiyon Pri |
KeRRA/011/BMT/039/22%/2-41-20|21-031 |
OPEN |
DOCUMENT |
|
5 |
Sotik KCC Jnc - Kisabei Pry - Kisabei Bridge |
KeRRA/011/BMT/039/22%/2-41-20|21-032 |
OPEN |
DOCUMENT |
|
6 |
Cheboeet Disp - Cheboeet Pry - Kiploboti |
KeRRA/011/BMT/039/22%/2-41-20|21-033 |
PWD |
DOCUMENT |
|
7 |
Sotik - Cheptembe - Kapsimotwo |
KeRRA/011/BMT/039/22%/2-41-20|21-034 |
YOUTH |
DOCUMENT |
Due to the COVID – 19 Pandemic, there shall be no pre-tender site visits. However, the bidders are encouraged to make personal arrangement to acquaint themselves with the site before submission of the bids.
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- No bidder shall be awarded more than one tender as advertised in this notice.
- Procurement and evaluation will be based on above details and post qualification criteria as stated in the Instructions to tenderer
- Canvassing and /or any form of malpractices intended to influence the outcome of the whole process or part of process will lead to disqualification irrespective of the procurement stage.
- Tenders submitted after the closing date and time shall be disqualified and returned to the bidder un-opened.
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Tuesday 13th October, 2020 or obtain complete Tender Documents KeRRA, Bomet Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Bomet on or before Wednesday, 28th October 2020 at 10.00 AM. However, due to COVID 19 pandemic, tender documents will be quarantined for 48 hours upon receiving and opened on 30th October,2020 at 10.00AM in the presence of tenderers or their representatives as indicated in the bid documents.
ENG.C.T.OGOGO
REGIONAL DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
BOMET REGION
INVITATION TO TENDER FOR DRAINAGE AND SPOT
15th April, 2024
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, Bomet Region, hereby invites sealed bids from eligible and registered contractors in Category C, D, and E in Bomet Region for Maintenance of the following roads for FY 2023-2024.
|
Tender No. |
Road Name & Code |
Eligibility |
|
REVISED |
Rorok - Cheibei - Cheputusto Road (D231) |
Registered |
A Mandatory Pre-tender site visit shall be held on 18th April 2024 and the meeting point is at KeRRA Bomet Regional Office
Detailed information on the tenders will be available for downloading FREE of CHARGE on the Authority’s Website www.kerra.go.ke
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to: ‐
The Regional Director
Kenya Rural Roads Authority (KeRRA)
Bomet Region
P.O. Box 180-20400,
BOMET
The sealed bids MUST be deposited in the tender box at the Bomet Regional office on or before 25th April, 2024 at 11.00am. Opening of the bids will take place immediately thereafter at the respective addresses in the presence of tenderers or Representatives who choose to attend.
Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..
Regional Director
BOMET REGION
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 1st September, 2021
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 tenders from qualified contractors to undertake Building works on the proposed extension of KeRRA Offices in Bungoma, funded vide GOK funds, details of which are as indicated below:
|
S/N |
PROJECT NAME |
TENDER NO. |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
PROPOSED EXTENSION OF KeRRA OFFICES IN UPPER WESTERN REGION (BUNGOMA OFFICE) |
KeRRA/011/39/BGM/KDY/GOKDEV-20/21-107 |
10,000,000.00 |
OPEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding. |
9/9/2021 |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Building Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 2/9/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
RE-TENDER NOTICE 2nd March,2022
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2021-2022 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF fy 2021-2022 & 10% savings fy 2020-2021 on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
1. |
CB. TRANZOIA-NDALU-CB KAKAMEGA (C622) |
TONGAREN |
6,757,000.00 |
100,000.00 |
OPEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
9/3/2022 at 10.00am |
|
|
2. |
CB TRANSNZOIA – NDALU – CB KAKAMEGA (MINYALI – NDALU) (622) B |
394,000.00 |
N/A |
PWD |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Persons with Disability)
- Contractors bidding for the PWD tender should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 3/3/2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
RE- TENDER NOTICE 22nd April, 2021
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
NASUSI-MWANGALE BRIDGE-MAROFU (UG9115) |
KeRRA/011/BGM/KML/22%/39/20/21-040 |
KIMILILI |
3,468,000.00 |
YOUTH |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
30/4/2021 at 10.00am |
Download |
|
2. |
MOI GIRLS KAMUSINGA-KAMUTIONG (E1237) |
KeRRA/011/BGM/KML/22%/39/20/21-042 |
8,564,000.00 |
WOMEN |
Download | |||
|
3. |
RASHID –CHEBUKWABI (R40) |
KeRRA/011/BGM/KML/22%/39/20/21-043 |
3,259,000.00 |
YOUTH |
Download | |||
|
4. |
C809 TEMBA TEMBA-KITAYI-KIBINGEI (UP25) |
KeRRA/011/BGM/KML/22%/39/20/21-045 |
3,690,000.00 |
WOMEN |
Download | |||
|
5. |
SATELITE-MURUMBA(UG91410) |
KeRRA/011/BGM/WBY E/22%RE -TENDER/39/20/21-022 |
WEBUYE EAST |
2,931,000.00 |
OPEN |
Download | ||
|
6. |
A1 LUGULU-E308 MALOMONYE |
KeRRA/011/BGM/WBY E/22%RE -TENDER/39/20/21-023 |
3,910,000.00 |
OPEN |
Download | |||
|
7. |
MIKUVA – MLACHI – MAGEMO(U-G91192) |
KeRRA/011/BGM/WBY E/39/22%RMLF SAV-19/20 - 122 |
4,008,000.00 |
OPEN |
Download | |||
|
8. |
MIHUU– KHAMUNIALO (U-G91415) |
KeRRA/011/BGM/WBY E/22%SAVINGS/39/19/20-123 |
2,275,000.00 |
OPEN |
Download | |||
|
9. |
CHWELE-SENGETETI(G9066) |
KeRRA/011/BGM/KBCH/22%/39/20/21-034 |
KABUCHAI |
1,699,000.00 |
OPEN |
Download | ||
|
10. |
MAKOTELO – KHACHONGE(D1828) |
KeRRA/011/BGM/KBCH/22%/39/20/21-035 |
9,000,000.00 |
OPEN |
Download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- To enhance EQUITY, Bidders shall bid for a maximum of Two (2No.) If upon evaluation they emerge responsive in both, they shall qualify for award of only one tender. Bidders who participate in more than Two (2No.) tenders shall be disqualified. The bidders who were successful in the recently concluded tenders (Advertised on 28th January 2021) should not participate.
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 23/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO NOTICE 29th April, 2021
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads
indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
ANGARO – CB. MT. ELGON (TORORO) (C814) |
KeRRA/011/BGM/SRS/10%/39/20/21-056 |
SIRISIA |
3,342,000.00 |
WOMEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding. |
7/5/2021 |
DOWNLOAD |
|
2. |
WAPUKHA – KOLANI BRIDGE (C818) |
KeRRA/011/BGM/SRS/10%/39/20/21-057 |
3,125,000.00 |
WOMEN |
DOWNLOAD | |||
|
3. |
WAMONO – KAPSITET (LWANDANYI – MAYAKWE) (D1836) |
KeRRA/011/BGM/SRS/10%/39/20/21-058 |
3,260,000.00 |
OPEN |
DOWNLOAD | |||
|
4. |
BUMULA – LUMBOKA (C808) |
KeRRA/011/BGM/BML/10%/39/20/21-059 |
BUMULA |
3,000,000.00 |
OPEN |
DOWNLOAD | ||
|
5. |
CB RV. MALAKISI- BUMULA(LELEKWE-MYANGA) (808) |
KeRRA/011/BGM/BML/10%/39/20/21-060 |
2,041,000.00 |
OPEN |
DOWNLOAD | |||
|
6. |
KIMWANGA – BUMULA(C782) |
KeRRA/011/BGM/BML/10%/39/20/21-061 |
1,900,000.00 |
PWD |
DOWNLOAD | |||
|
7. |
BUMULA – TULUMBA – MAYANJA MAILO (TULUMBA-TAABUTI-BUMULA) |
KeRRA/011/BGM/BML/10% /39/20/21-062 |
2,800,000.00 |
WOMEN |
DOWNLOAD | |||
|
8. |
MWIBALI-RV KUYWA(C810) |
KeRRA/011/BGM/KDY/10%/39/20/21-063 |
KANDUYI |
3,000,000.00 |
OPEN |
DOWNLOAD | ||
|
9. |
RV KHALABA-BULONDO-C777 SANG’ALO (789) |
KeRRA/011/BGM/KDY/10%/39/20/21-064 |
3,635,000.00 |
OPEN |
DOWNLOAD | |||
|
10. |
KHAOYA-RANJE-JN C77 KITINDA-NAMWACHA-WACHEKA(UG91079) |
KeRRA/011/BGM/KDY/10%/39/20/21-065 |
854,000.00 |
YOUTH |
DOWNLOAD | |||
|
11. |
BUEMA-BUTIELI-KIBABII JCT (SIRITANYI-BUTIELI JCT) (R33C) |
KeRRA/011/BGM/KDY/10%/39/20/21-066 |
2,344,000.00 |
OPEN |
DOWNLOAD | |||
|
12. |
CHEPTONON – KAPKATENY(C813) |
KeRRA/011/BGM/MT ELG/10%RMFL/39/20/21-067 |
MT. ELGON |
3,505,000.00 |
OPEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding. |
7/5/2021 |
DOWNLOAD |
|
13. |
KAPTELELIO - CHEMOGE(E9050) |
KeRRA/011/BGM/MT ELG/10%RMFL/39/20/21-068 |
4,735,000.00 |
OPEN |
DOWNLOAD | |||
|
14. |
E277 BUKONOI - MARIGO CTR(U_G9570) |
KeRRA/011/BGM/MT ELG/10%RMFL/39/20/21-069 |
1,585,000.00 |
WOMEN |
DOWNLOAD | |||
|
15. |
KAPKATENY – CHEBUKAKA(C813) |
KeRRA/011/BGM/KBCH/10%/39/20/21-073 |
KABUCHAI |
2,812,000.00 |
OPEN |
DOWNLOAD | ||
|
16. |
CHEBUKAKA-CONSTITUENCY BOUNDARY WBY(C813) |
KeRRA/011/BGM/KBCH/10%/39/20/21-074 |
3,913,000.00 |
YOUTH |
DOWNLOAD | |||
|
17. |
CONSTITUENCY BOUNDARY WBY WEST-CHENJENI(C813) |
KeRRA/011/BGM/KBCH/10% /39/20/21-075 |
2,974,000.00 |
OPEN |
DOWNLOAD | |||
|
18. |
NANG'OTO-PEFA (NZOIA PRI.SCHOOL) (UL4) |
KeRRA/011/BGM/WBY E/10%RMLF/39//20/21-076 |
WEBUYE EAST |
3,397,000.00 |
OPEN |
DOWNLOAD | ||
|
19. |
SATELLITE-SIPALA(K1) |
KeRRA/011/BGM/WBY E/10%RMLF/39/20/21-077 |
4,300,000.00 |
OPEN |
DOWNLOAD | |||
|
20. |
A1 SAVANNA-NJATA(UG91160) |
KeRRA/011/BGM/WBY E/10%RMLF/39/20/21-078 |
2,176,000.00 |
WOMEN |
DOWNLOAD | |||
|
21. |
A8 MATISI-WAMANG’OLI-E314 MALAHA (URP 5) |
KeRRA/011/BGM/WBY W/10%/39//20/21-079 |
WEBUYE WEST |
3,800,000.00 |
OPEN |
DOWNLOAD | ||
|
22. |
SIRENDE-BUNANG’ENI(UE9091) |
KeRRA/011/BGM/WBY W/10%RMLF/39/20/21-080 |
3,000,000.00 |
WOMEN |
DOWNLOAD | |||
|
23. |
MANANI PRI- MAKHONGE(UE9091) |
KeRRA/011/BGM/WBY W/10%RMLF/39/20/21-081 |
3,000,000.00 |
OPEN |
DOWNLOAD | |||
|
24. |
E1237J1MUKHUYU-NEEMA-SOSIO RIVER(UNCL) |
KeRRA/011/BGM/KML/10%/39/20/21-082 |
KIMILILI |
3,576,000.00 |
YOUH |
DOWNLOAD | ||
|
25. |
C42 RASHID-CHEBUKWABI(UNCL) |
KeRRA/011/BGM/KML/10%/39/20/21-083 |
3,175,000.00 |
OPEN |
DOWNLOAD | |||
|
26. |
E316J1CHEBUKWABI-DARAJA MBILI(UNCL) |
KeRRA/011/BGM/KML/10%/39/20/21-084 |
2,948,000.00 |
PWD |
DOWNLOAD | |||
|
27. |
CONSTITUENCY BOUNDARY SIKHENDU- NAITIRI JNCT D283(NDALU -MULIRO-CB TRANZOIA)(e9122) |
KeRRA/011/BGM/TGN/10%/39/20/21/070 |
TONGAREN |
3,375,000.00 |
OPEN |
DOWNLOAD | ||
|
28. |
D283 BRIGADIER-CONSTITUENCY BOUNDARY RV. NZOIA(C622) |
KeRRA/011/39/BGM/TNG/10%/20/21-071 |
3.800,000.00 |
YOUTH |
DOWNLOAD | |||
|
29. |
E278 NDALU – D283 BRIGADIER (MABATI TATU- BRIGADIER) (C622) |
KeRRA/011/39/BGM/TNG/10%/20/21-072 |
2,690,000.00 |
OPEN |
DOWNLOAD |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- To enhance EQUITY, Bidders shall bid for a maximum of Two (2No.) If upon evaluation they emerge responsive in both, they shall qualify for award of only one tender. Bidders who participate in more than Two (2No.) tenders shall be disqualified. The bidders who were successful in the recently concluded tenders (Advertised on 28th January 2021) should not participate.
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 30/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 8th September,2021
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% & 10% RMLF Savings Financial year 2021 on the roads indicated below:
|
S/N |
ROAD NAME & NO |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT |
OPENING DATE |
|
|
1. |
BOKOLI – KABUCHAI (C813) |
KeRRA/011/39/BGM/WBY W/22%SAV/20/21-089 |
WEBUYE WEST |
4,344,000.00 |
YOUTH |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
16/9/2021 16/9/2021 |
DOWNLOAD |
|
2. |
MISIKHU – NAMBAMI (UG91150) |
KeRRA/011/39/BGM/WBY W/10%SAV/20/21-088 |
1,807,000.00 |
OPEN |
DOWNLOAD | |||
|
3. |
LUKUSI – TONGAREN (L6003) |
KeRRA/011/39/BGM/WBY E22%SAV/20/21-087 |
WEBUYE EAST |
3,080,000.00 |
OPEN |
DOWNLOAD | ||
|
4. |
KWA DINA – CB WBY WEST (810) |
KeRRA/011/39/BGM/WBY E/10%SAV/20/21-086 |
698,000.00 |
WOMEN |
DOWNLOAD | |||
|
5. |
TULUKUYI – IMPRESSOR – BITOBO -NAPARA (R22) |
KeRRA/011/39/BGM/BML 22%SAV/20/21-103 |
BUMULA |
5,241,000.00 |
OPEN |
DOWNLOAD | ||
|
6. |
LUMBOKA NASYANDA |
KeRRA/011/39/BGM/ BML /10%SAV/20/21-104 |
965,000.00 |
PWD |
DOWNLOAD | |||
|
7. |
MARAKARU – JCT – KIKWECHI (D1833) |
KeRRA/011/39/BGM/KDY/22%SAV/20/21-101 |
KANDUYI |
5,741,000.00 |
YOUTH |
DOWNLOAD | ||
|
8. |
SIRITANYI – TUUTI (UG9941) |
KeRRA/011/39/BGM/ KDY /10%SAV/20/21-102 |
1,038,000.00 |
OPEN |
DOWNLOAD | |||
|
9. |
KAPSONIT - MASAEK (D1832) |
KeRRA/011/39/BGM/MT ELGN /22%SAV/20/21-054 |
MT. ELGON |
3,652,000.00 |
WOMEN |
DOWNLOAD | ||
|
10. |
KAPTELELIO – CHEMOGE (E9050) |
KeRRA/011/39/BGM/ MT ELGON /10%SAV/20/21-096 |
819,000.00 |
OPEN |
DOWNLOAD | |||
|
11. |
SIBANGA – TOLOSO JUNCTION (E9066) |
KeRRA/011/39/BGM/SRS /22%SAV/20/21-094 |
SIRISIA |
5,899,000.00 |
WOMEN |
DOWNLOAD | ||
|
12. |
ST ANTHONY – YABEKO – BUTUNDE (G9770) |
KeRRA/011/39/BGM/ SRS /10%SAV/20/21-095 |
817,000.00 |
OPEN |
DOWNLOAD | |||
|
13. |
BUNAMBO – JNCT C622 NDALU (C627) |
KeRRA/011/39/BGM/TNG /22%SAV/20/21-092 |
TONGAREN |
2,004,000.00 |
OPEN |
DOWNLOAD | ||
|
14. |
AMBICH – BRIGADIER – CB RV NZOIA (C635) |
KeRRA/011/39/BGM/TNG /22%SAV/20/21-090 |
1,570,000.00 |
YOUTH |
DOWNLOAD | |||
|
15. |
CB MINYALI – E278 NDALU (C622) A |
KeRRA/011/39/BGM/TNG /22%SAV/20/21-091 |
1,147,000.00 |
WOMEN |
DOWNLOAD | |||
|
16. |
CB MINYALI – E278 NDALU (622) B |
KeRRA/011/39/BGM/TNG /10%SAV/20/21-093 |
394,000.00 |
PWD |
DOWNLOAD | |||
|
17. |
MATILI – SIKHENDU – MAENI (L3) |
KeRRA/011/39/BGM/KML/22%SAV/20/21-097 |
KIMILILI |
4,184,000.00 |
YOUTH |
DOWNLOAD | ||
|
18. |
DREAM LAND – KHWIRORO (E1237) |
KeRRA/011/39/BGM/KML/10%SAV/20/21-098 |
1,082,000.00 |
OPEN |
DOWNLOAD | |||
|
19. |
CHWELE – SENGETETI (E9066) A |
KeRRA/011/39/BGM/KBCH/22%SAV/20/21-099 |
KABUCHAI |
998,000.00 |
OPEN |
DOWNLOAD | ||
|
20. |
CHWELE – SENGETETI (E9066) B |
KeRRA/011/39/BGM/KBCH/10%SAV/20/21-100 |
951,000.00 |
OPEN |
DOWNLOAD |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9/9/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 10th January, 2023
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
MATEKA – KIBACHENJE – SIOYA – MUKHUMA (G9115) |
KeRRA/08/39/BGM/BML/10% RMLF/22/23-060 |
DOWNLOAD |
BUMULA |
6,221,000.00 |
N/A |
WOMEN |
24/1/2023 at 10.00am 24/1/2023 at 10.00am |
31/1/2023 at 10.00am 31/1/2023 at 10.00am |
|
2. |
CHILIBA JNCT – BURANGASI – KHELELA – MIKOKWE (F9055) |
KeRRA/08/39/BGM/BML/10% RMLF/22/23-061 |
DOWNLOAD |
6,216,000.00 |
100,000.00 |
OPEN |
|||
|
3. |
ANGARO- CONSTITUENCY BOUNDARY MT. ELGON (C814) |
KeRRA/08/39/BGM/SRS/10% RMLF/22/23-087 |
DOWNLOAD |
SIRISIA |
4,607,000.00 |
N/A |
YOUTH |
||
|
4. |
KONA - SHIUNDU – MASABA(E159) |
KeRRA/08/39/BGM/SRS/10% RMLF/22/23-088 |
DOWNLOAD |
4,500,000.00 |
N/A |
OPEN |
|||
|
5. |
KAMUKUYWA-CHESAMISI(CB MT.ELGON (PONDENI)- KAMUKUYWA(D285) |
KeRRA/08/39/BGM/KML/10% RMLF/22/23-074 |
DOWNLOAD |
KIMILILI |
3,300,000.00 |
N/A |
PWD |
||
|
6. |
KHWIRORO-KAMTIONG(DREAMLAND –KHWIRORO)( R17) |
KeRRA/08/39/BGM/KML/10% RMLF/22/23-077 |
DOWNLOAD |
2,300,000.00 |
N/A |
YOUTH |
|||
|
7. |
C809 JNCT TEMBATEMBA-CHEBUKWABI(CHEBKWABI-DARAJA MUNGU)( E316) |
KeRRA/08/39/BGM/KML/10% RMLF/22/23-076 |
DOWNLOAD |
2,600,000.00 |
N/A |
OPEN |
|||
|
8. |
SICHEI –MADISI(E1234) |
KeRRA/08/39/BGM/KBCH/10% RMLF/22/23-099 | DOWNLOAD |
KABUCHAI |
3,850,000.00 |
N/A |
OPEN |
||
|
9. |
LUUYA DISPENSARY – RIVER CHWELE (NAGILI) |
KeRRA/08/39/BGM/KBCH/10% RMLF/22/23-100 |
DOWNLOAD |
4,160,000.00 |
N/A |
PWD |
|||
|
10. |
CB WBY WEST(MILANI)-CHEBUKAKA(C813) |
KeRRA/08/39/BGM/KBCH/10% RMLF/22/23-098 |
DOWNLOAD |
3,800,000.00 |
N/A |
OPEN |
|||
|
11. |
CHEPTONON-KAPKATENY(C813) |
KeRRA/08/39/BGM/MT ELG/10% RMLF/22/23-020 |
DOWNLOAD |
MT ELGON
|
5,453,000.00 |
N/A |
WOMEN |
||
|
12. |
CONSTITUENCY BOUNDARY SIRISIA-MALINDA FYM PRIMARY SCHOOL (CHEPTAIS –KAPSITET ) (C814) |
KeRRA/08/39/BGM/MT ELG/10% RMLF/22/23-021 |
DOWNLOAD |
2,055,000.00 |
N/A |
OPEN |
|||
|
13. |
LUGULU-MALOMONYE(R8) |
KeRRA/08/39/BGM/WE/10% RMLF/22/23-007 |
DOWNLOAD |
WEBUYE EAST
|
4,644,000.00 |
N/A |
YOUTH |
||
|
14. |
NABUYOLE JCN-FROI- LUKUSI E308 (MISIMO-BAKISA)( R9) |
KeRRA/08/39/BGM/WE/10% RMLF/22/23-008 |
DOWNLOAD |
4,627,000.00 |
N/A |
OPEN |
|||
|
15. |
MACHAKHA-A1 MISIKHU (E316A) |
KeRRA/08/39/BGM/WW/10% RMLF/22/23-018 |
DOWNLOAD |
WEBUYE WEST
|
4,650,000.00 |
N/A |
OPEN |
||
|
16. |
MATISI-WAMANG’OLI-MALAHA(URP 5) |
KeRRA/08/39/BGM/WW/10% RMLF/22/23-019 |
DOWNLOAD |
4,618,000.00 |
N/A |
WOMEN |
|||
|
17. |
BUNGOMA-RIVER KUYWA (MUTOMOLO-RV KUYWA)( C811) |
KeRRA/08/39/BGM/KDY/10% RMLF/22/23-051 |
DOWNLOAD |
KANDUYI |
4,296,000.00 |
N/A |
OPEN |
||
|
18. |
CEREALS BOARD-KHAOYA-RANJE MKT (KHAOYA-MUKHOLI-DONOSIO JCT UG91077)( UG91074) |
KeRRA/08/39/BGM/KDY/10% RMLF/22/23-050 |
DOWNLOAD |
4,738,000.00 |
N/A |
OPEN |
|||
|
19. |
C619 NAITIRI-TONGAREN-AMBICH(A1 MFUPI-MUKUYUNI-NAITIRI)( C635) |
KeRRA/08/39/BGM/TGN/10% RMLF/22/23-030 |
DOWNLOAD |
TONGAREN |
4,360,000.00 |
N/A |
YOUTH |
||
|
20. |
LUKUSI-NZOIA(MUKUYUNI-MAKUNGA-LUSOKHO-LUNYU JCT)( D1837) |
KeRRA/08/39/BGM/TGN/10% RMLF/22/23-031 |
DOWNLOAD |
4,376,000.00 |
N/A |
OPEN |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 13/1/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 23rd March, 2023
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
NAMATOTOA – MABUSI – LUNAO (F9024) |
KeRRA/08/39/BGM/BML/10% RMLF /22/23-062 |
BUMULA |
6,227,000.00 |
YOUTH |
30/3/2023 at 10.00am 30/3/2023 at 10.00am |
download |
6/4/2023 at 10.00am 6/4/2023 at 10.00am |
|
2. |
LUKAALA – SIBANGA – TOLOSO SCHL – SENGETETI SCHL (E9066) |
KeRRA/08/39/BGM/SRS/10% RMLF /22/23-085 |
SIRISIA |
4,859,000.00 |
OPEN |
download | ||
|
3. |
KATOME JNCT – CHANGARA BRIDGE (G9768) |
KeRRA/08/39/BGM/SRS/10% RMLF /22/23-086 |
4,795,000.00 |
WOMEN |
download | |||
|
4. |
NAMAWANGA – KANGABASI SA CHURCH (UNCL) |
KeRRA/08/39/BGM/KML/10%RMLF/22/23-075 |
KIMILILI |
2,800,000.00 |
OPEN |
download | ||
|
5. |
MUKHUYU – NEEMA CHURCH – RIVER SOSIO (E1237J1) |
KeRRA/08/39/BGM/KML/110%RMLF/22/23-078 |
3,300,000.00 |
OPEN |
download | |||
|
6. |
SIKHENDU – MUSEMBE (UP51) |
KeRRA/08/39/BGM/KML/10%RMLF/22/23-079 |
3,863,000.00 |
YOUTH |
download | |||
|
7. |
NAMOSI – NALONDO (UG9832) |
KeRRA/08/39/BGM/KBCH/10%RMLF/22/23-102 |
KABUCHAI |
2,800,000.00 |
PWD |
download | ||
|
8. |
MUKHWEYA – LURENDE (R39) |
KeRRA/08/39/BGM/KBCH/10%RMLF/22/23-101 |
3,750,000.00 |
OPEN |
download | |||
|
9. |
CHELEBEI – KEBEE (G9583) |
KeRRA/08/39/BGM/MT ELG/10%RMLF/22/23-023 |
MT ELGON
|
4,863,000.00 |
OPEN |
download | ||
|
10. |
CHEPTAIS – CHESIRO – CHEPKUBE (E9044) |
KeRRA/08/39/BGM/MT ELG/10%RMLF/22/23-022 |
6,193,000.00 |
YOUTH |
download | |||
|
11. |
JN C810 NANG’OTO – NZOIA PEFA (UL4) |
KeRRA/08/39/BGM/WBY E/10% RMLF /22/23-009 |
WEBUYE EAST
|
4,639,000.00 |
WOMEN |
download | ||
|
12. |
MIKUVA – MLACHI – MAGEMO (UG91192) |
KeRRA/08/39/BGM/WBY E/10% RMLF /22/23-010 |
4,651,000.00 |
OPEN |
download | |||
|
13. |
SIKENGA – SAWA – CB KABUCHAI |
KeRRA/08/39/BGM/WBY W/10% RMLF /22/23-016 |
WEBUYE WEST
|
4,641,000.00 |
OPEN |
download | ||
|
14. |
A8 WEBUYE – E314 MALAHA (E310J2) |
KeRRA/08/39/BGM/WBY W/10% RMLF /22/23-017 |
4,652,000.00 |
WOMEN |
download | |||
|
15. |
BUEMA –BUTIELI SCHL – BUTIELI JCT – KIBABII JCT (R33C) |
KeRRA/08/39/BGM/KDY/10% RMLF/22/23-049 |
KANDUYI |
5,312,000.00 |
WOMEN |
download | ||
|
16. |
SIRITANYI – TUUTI (UG9941) |
KeRRA/08/39/BGM/KDY/10% RMLF/22/23-052 |
4,218,000.00 |
OPEN |
download | |||
|
17. |
BUNAMBO – JNCT 622 NDALU |
KeRRA/08/BGM/39/TGN/10% RMLF /22/23-029 |
TONGAREN |
4,909,000.00 |
YOUTH |
download | ||
|
18. |
A1 AREA – WABUKHONYI – MAHANGA -LURENDE (L6007) |
KeRRA/08/BGM/39/TGN/10% RMLF /22/23-032 |
4,889,000.00 |
OPEN |
download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 24/3/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 12th January,2024
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2023-2024 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF Savings financial year 2022/2023 on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITU ENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVA TIONS |
PRETENDE R SITE VISIT DATE |
OPENING DATE |
|
1. |
KHELELA- |
KeRRA/08/39/ |
23/1/2024 (Contractors to meet at the Regional Office in Kanduyi at 10.00am) |
||||
|
MATIBO(R16- |
BGM/BML/10 |
DOWNLOAD | |||||
|
BUNGOMA) |
%SAV/22/23- |
BUMULA |
3,167,000.00 |
OPEN |
|||
|
114 |
|||||||
|
2. |
KeRRA/08/39/ |
||||||
|
BGM/KML/10 |
DOWNLOAD | ||||||
|
R.SOSIO – |
%SAV/22/23- |
KIMILILI |
|||||
|
NASUSI(UNCL) |
116 |
3,631,000.00 |
YOUTH |
||||
|
3. |
KONA SHIUNDU- |
KeRRA/08/39/ |
DOWNLOAD | ||||
|
MASABA(E9045) |
BGM/SRS/10 |
||||||
|
%SAV/22/23- |
SIRISIA |
1,941,000.00 |
OPEN |
||||
|
121 |
|||||||
|
4. |
KIMALEWA - |
KeRRA/08/39/ |
DOWNLOAD | ||||
|
CB.KIMILILI(R.KIBISI)( |
BGM/KBCH/1 |
||||||
|
E316) |
0%SAV/22/23- |
KABUCHAI |
2,503,000.00 |
OPEN |
|||
|
118 |
|||||||
|
5. |
SAVANNA- |
KeRRA/08/39/ |
DOWNLOAD | ||||
|
NJATA(UG91160) |
BGM/WBY E/10%SAV/22/ 23-128 |
WEBUYE EAST |
1,683,000.00 |
OPEN |
6/2/2024 (10.00 am at the Regional Office in Kanduyi) |
||
|
6. |
JAGGARY – SIPALA(R10) |
1,018,000.00 |
PWD |
||||
|
7. |
YALUSI- |
KeRRA/08/39/ |
DOWNLOAD | ||||
|
BUKUNJAGABO(UG911 |
BGM/WBY |
WEBUYE |
|||||
|
24) |
W/10%SAV/2 |
WEST |
2,971,000.00 |
OPEN |
|||
|
2/23-126 |
|||||||
|
8. |
MAYANJA- |
KeRRA/08/39/ |
DOWNLOAD | ||||
|
KIMUKUNG'I C776 |
BGM/KDY/10 |
||||||
|
JCT(R26(F9051)) |
%SAV/22/23- |
KANDUYI |
2,789,000.00 |
PWD |
|||
|
124 |
|||||||
|
9. |
SOKO MJINGA JCT -T |
KeRRA/08/39/ |
DOWNLOAD | ||||
|
JCT-RV |
BGM/TGN/10 |
||||||
|
KIMININI(C627) |
%SAV/22/23- |
TONGAREN |
3.103,000.00 |
WOMEN |
|||
|
131 |
|||||||
|
10. |
CHEPKUBE- |
KeRRA/08/39/ |
DOWNLOAD | ||||
|
BRUKENWA- |
BGM/MT |
MOUNT |
|||||
|
CHEBWEK(G9560) |
ELG/10%SAV |
ELGON |
2,881,000.00 |
OPEN |
|||
|
/22/23-119 |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15/1/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200 BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 8th April, 2024
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under category A (Paved Roads) – Financial Year 2023-2024 and AGPO eligible firms for Paved roadworks, funded vide 10%RMLF Cabinet Secretary(CS) Allocation on the roads indicated below:
|
S/No. |
ROAD NAME & No. |
TENDER No. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY (KSHS) |
RESERVATIONS |
PRE-TENDER SITE VISIT |
CLOSING/ OPENING |
|
|
MATULO AIRSTRIP ACCESS |
WEBUYE WEST |
29,000,000.00 |
500,000.00 |
OPEN |
Mandatory-Contractors to make own arrangements to visit the site prior to bidding. |
16/4/2024 (11.00 am at KeRRA Bungoma Regional Office in Kanduyi) |
|
|
1. |
MAKUTANO – RIVER KHALABA (WHITE ROSE) |
KANDUYI |
30,000,000.00 |
500,000.00 |
OPEN |
|||
|
2. |
BUNGOMA ( MTEREMKO) – EKITALE (C811) (SECTION 1) |
23,500,000.00 |
NONE |
WOMEN |
||||
|
3. |
BUNGOMA ( MTEREMKO) – EKITALE (C811) (SECTION 2) |
23,000,000.00 |
NONE |
YOUTH |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 4,5 or 6 as specified in the tender document)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Youth and Women)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering among others the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be mandatory but as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9/4/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 6th March, 2024
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2023-2024 for routine maintenance and Spot improvement works, funded vide 22% RMLF on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY (KSHS) |
RESERVATIONS |
PRE-TENDER SITE VISIT |
CLOSING/ OPENING |
|
1. |
KAPCHEBUK – RWANDA (UNCL) |
MOUNT ELGON |
7,626,000.00 |
100,000.00 |
OPEN |
12/3/2024 (Contractors to meet at the Regional Office in Kanduyi at 10.00am} |
19/3/2024 (10.00 am at the Regional Office in Kanduyi) |
|
|
2. |
EMBAKASI - CHESIKAKI RC PRI SCHL |
4,717,,000.00 |
N/A |
WOMEN |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copies of Logbooks for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 7/3/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 12th May, 2023
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY (KSHS) |
RESERVATIONS |
PRE-TENDER SITE VISIT |
OPENING |
|
|
1. |
BUKOI – MARIGO (G9570) |
KeRRA/08/39/BGM/MT ELG/22%RMLF/22/23-109 |
download |
MT ELGON
|
6,700,000.00 |
N/A |
YOUTH |
23/5/2023 (Contractors to meet at the Regional Office at 10.00am) |
30/5/2023 at 10.00 am |
|
2. |
A1 JN WABUKHONYI – YASULWE – MAKUSELWA (UG91124) |
KeRRA/08/39/BGM/WBYE/22% RMLF/22/23-110 |
download |
WEBUYE EAST
|
5,750,000.00 |
100,000.00 |
OPEN |
||
|
3. |
SIKUSI – MALINDA (G9789) |
KeRRA/08/39/BGM/KBCH/22%RMLF/22/23-111 |
download |
KABUCHAI |
3,800,000.00 |
N/A |
OPEN |
||
|
4. |
C812 CHEBUKWA – KASOSI (U9924) |
KeRRA/08/39/BGM/KBCH/22%RMLF/22/23-112 |
download |
9,600,000.00 |
N/A |
WOMEN |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women and Youth)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15/5/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 12th January,2024
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2023-2024 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF Savings financial year 2022/2023 on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITU ENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVA TIONS |
PRE- TENDER SITE VISIT |
OPENING DATE |
|
|
1. |
MABUSI- KHELELA (R16- BUNGOMA) |
KeRRA/08/39/BGM/BM L/22%SAV/22/23-113 |
download |
BUMULA |
3,832,000.00 |
WOMEN |
23/1/2024 (Contractor s to meet at the Regional Office in Kanduyi at 10.00am) |
6/2/2024 (10.00 am at the Regional Office in Kanduyi) |
|
2. |
CHEBUKWABI - R.KIBISI(UNCL) |
KeRRA/08/39/BGM/KM L/22%SAV/22/23-115 |
download |
KIMILILI |
3,965,000.00 |
OPEN |
||
|
3. |
TOLOSO JCT- SENGETET SCHOOL- NAKITUMBA(E906 6) |
KeRRA/08/39/BGM/SR S/22%SAV/22/23-120 |
download |
SIRISIA |
3,723,000.00 |
PWD |
||
|
4. |
MALINDA- WABUKHONYI(UG 9817) |
KeRRA/08/39/BGM/KB CH/22%SAV/22/23-117 |
download |
KABUCHAI |
2,373,000.00 |
WOMEN |
||
|
5. |
SINOKO-MASAAI JUNCTION(C925) |
KeRRA/08/39/BGM/WB Y E/22%SAV/22/23-127 |
download |
WEBUYE EAST |
3,564,000.00 |
YOUTH |
||
|
6. |
MATISI-MIENDO- BOKOLI-CB KABUCHAI(C813) |
KeRRA/08/39/BGM/WB Y W/22%SAV/22/23- 125 |
download |
WEBUYE WEST |
3,333,000.00 |
WOMEN |
||
|
7. |
C779BUNGOMA- D270 EKITALE( |
KeRRA/08/39/BGM/KD Y/22%SAV/22/23-122 |
download |
KANDUYI |
2,416,000.00 |
OPEN |
||
|
8. |
MWIBALE- KIMUGUI- FUCHANI-R.V KUYWA (CB.WBY WEST) |
KeRRA/08/39/BGM/KD Y/22%SAV/22/23-123 |
download |
1,950,000.00 |
OPEN |
|||
|
9. |
PAG CHURCH- SHIKUKU PRI- RV KIMININI(C627) |
KeRRA/08/39/BGM/TG N/22%SAV/22/23-130 |
download |
TONGAREN |
3,180,000.00 |
YOUTH |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15/1/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 1473-50200 BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 1 26th January, 2023
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 10% RMLF ALLOCATION FOR THE
FINANCIAL YEAR 2022-2023
Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the Bills of Quantity Summary page for tender No. KeRRA/08/39/BGM/TNG/10% RMLF /22/23-031 (LUKUSI-NZOIA(MUKUYUNI-MAKUNGA-LUSOKHO-LUNYUJCT)( D1837) ROAD) was inadvertently omitted in the document uploaded to the website.
The error has been corrected and the right document with the Boq Summary page has now been uploaded. Details of this tender are as follows:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE |
BID SECURITY |
RESERVATIONS |
|
|
20 |
LUKUSI-NZOIA(MUKUYUNI-MAKUNGA-LUSOKHO-LUNYU JCT)( D1837) |
KeRRA/08/39/BGM/TNG/10% RMLF /22/23-031 |
TONGAREN |
4,376,000.00 |
N/A |
OPEN |
DOWNLOAD |
Any inconvenience caused is regretted
ENG JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 3 17th October, 2023
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN SIRISIA CONSTITUENCY FUNDED UNDER 22% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024
Reference is made to the Invitation to tender on the above tender that is presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders as follows:
- The Bills of Quantity for Tender No. KeRRA/08/39/BGM/SRS/22%RMLF/23/24-019( BUKOKHOLO-BISUNU(E9060) ROAD) were inadvertently attached to the tender document for Tender No. KeRRA/08/39/BGM/SRS/22% RMLF/23/24-020 (WAMONO-KAPSITET (G9062 ROAD)
- The above error has been corrected and the right document has been uploaded to the Authority’s website - kerra.go.ke
- Consequent to the above, the opening date for this particular tender - Tender No. KeRRA/08/39/BGM/SRS/22% RMLF/23/24-020 (WAMONO-KAPSITET (G9062) has been extended to
24/10/2024.
- Time for opening shall be 00am at the Regional office in Kanduyi.
- All other requirements remain as indicated in the tender notice dated 2nd October 2023
Any inconvenience caused is regretted.
ENG JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY UPPER WESTERN REGION
BUNGOMA OFFICE
INVITATION TO TENDER 12th September, 2023
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide GOK financial year 2022/2023 on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITU ENCY |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY (KSHS) |
RESERVA TIONS |
PRETEND ER SITE VISIT DATE |
OPENING DATE |
|
1. |
NABWANA |
21/9/2023 (Contractors to meet at the Regional Office in Kanduyi at 10.00am) |
||||||
|
JUNCTION –NG’OLI |
KeRRA/08/39/B |
|||||||
|
PRIMARY-CHIEF |
KeRRA/08/39/B |
10,000,000.00 |
100,000.00 |
OPEN |
||||
|
AMTALLA |
DEV/22/23-139 |
DOWNLOAD | ||||||
|
(P22(UP8)) |
||||||||
|
2. |
MAENI – NASUSI |
KeRRA/08/39/B |
||||||
|
(R42 – Bungoma/L6) |
KeRRA/08/39/B |
KIMILILI |
10,000,000.00 |
N/A |
WOMEN |
|||
|
DEV/22/23-138 |
DOWNLOAD | |||||||
|
3. |
SANGO- |
KeRRA/08/39/B |
||||||
|
KIMALEWA (G9817) |
KeRRA/08/39/B |
10,000,000.00 |
100,000.00 |
OPEN |
||||
|
DEV/22/23-140 |
DOWNLOAD | |||||||
|
4. |
C809 JUNCTION |
KeRRA/08/39/B |
||||||
|
TEMBA TEMBA- |
KeRRA/08/39/B |
10,000,000.00 |
N/A |
YOUTH |
||||
|
CHEBUKWABI |
DEV/22/23-137 |
DOWNLOAD | ||||||
|
5. |
MALAKISI BRIDGE |
KeRRA/08/39/B |
||||||
|
(MUNYANG’ANYI |
GM/SRS/GOK |
DOWNLOAD |
8,500,000.00 |
100,000.00 |
OPEN |
|||
|
BOX CULVERT) |
DEV/22/23-153 |
SIRISIA |
27/9/2023 (10.00 am at the Regional Office in Kanduyi) |
|||||
|
6. |
LUKAALA- SIBANGA –TOLOSO (LUKAALA – SIBANGA – SENGETETI – CHWELE) (E9066) |
10,000,000.00 |
N/A |
WOMEN |
||||
|
7. |
CHEBUKWA- |
|||||||
|
KASOSI |
KeRRA/08/39/B |
|||||||
|
(CHEBUKWA |
GM/KBCH/GO |
10,000,000.00 |
N/A |
YOUTH |
||||
|
BRIDGE – NANGWE |
K DEV/22/23- |
DOWNLOAD | ||||||
|
– KASOSI) (G9924) |
136 |
KABUCHAI |
||||||
|
8. |
SIKUSI- |
KeRRA/08/39/B |
||||||
|
MUKHWEYA- |
GM/KBCH/GO |
DOWNLOAD |
10,000,000.00 |
100,000.00 |
OPEN |
|||
|
NAMAKHELE |
K DEV/22/23- |
|||||||
|
(G9824) |
135 |
|||||||
|
9. |
KONGIT-KONA |
KeRRA/08/39/B |
||||||
|
TATU-KAPTELELIO |
GM/MT |
|||||||
|
(MPAKANI – KAPAKATENY) |
ELG/GOK DEV/22/23-134 |
MOUNT ELGON |
10,000,000.00 |
N/A |
YOUTH |
|||
|
(E9049) |
DOWNLOAD | |||||||
|
10. |
LUKUSI-BAKISA- |
KeRRA/08/39/B |
||||||
|
FROI MKT (UG9126/G91418) |
GM/WBY E/GOK |
WEBUYE EAST |
10,000,000.00 |
N/A |
WOMEN |
|||
|
DEV/22/23-161 |
DOWNLOAD |
|
11. |
KHAOYA-RANJE- |
|||||||
|
KITINDA (LAVIN – |
KeRRA/08/39/B |
|||||||
|
LUYEKYE RC- |
GM/KDY/GOK |
DOWNLOAD |
8,000,000.00 |
100,000.00 |
OPEN |
|||
|
SANG’ALO) |
DEV/22/23-142 |
|||||||
|
(UG91079) |
||||||||
|
12. |
RIVER KHALABA- |
|||||||
|
BULONDO- |
||||||||
|
SANG’ALO |
KeRRA/08/39/B |
|||||||
|
(SANG’ALO – |
GM/KDY/GOK |
8,000,000.00 |
100,000.00 |
OPEN |
||||
|
SHANGWE – |
DEV/22/23-143 |
KANDUYI |
||||||
|
KHAWELI) (C789) |
DOWNLOAD | |||||||
|
13. |
EKITALE- |
|||||||
|
NAMIREMBE- |
||||||||
|
MUYAI CHIEF’S |
||||||||
|
OFFICE (EKITALE – |
KeRRA/08/39/B |
10,000,000.00 |
N/A |
WOMEN |
||||
|
NAMIREMBE |
GM/KDY/GOK |
|||||||
|
DISPENSARY) |
DEV/22/23-144 |
DOWNLOAD | ||||||
|
(E9094) |
||||||||
|
14. |
RIVER KUYWA – |
|||||||
|
WEBUYE (NGWELO |
KeRRA/08/39/B |
|||||||
|
–A8 WEBUYE) |
GM/WBY |
|||||||
|
(C811) |
W/GOK |
DOWNLOAD |
10,000,000.00 |
100,000.00 |
OPEN |
|||
|
DEV/22/23-132 |
WEBUYE |
|||||||
|
15. |
SIKENGA –MADISI |
WEST |
||||||
|
(MIENDO –KITUNI) |
KeRRA/08/39/B |
|||||||
|
(E1234/D1828) |
GM/WBYW/G |
|||||||
|
OK DEV/22/23- 133 |
DOWNLOAD |
8,000,000.00 |
N/A |
WOMEN |
21/9/2023 (Contractors to meet at the Regional Office in Kanduyi at 10.00am) |
27/9/2023 (10.00 am at the Regional Office in Kanduyi) |
||
|
16. |
MAYANJA KIBUKE –NYANGALI - MILUKI (D1838/G9797) |
10,000,000.00 |
100,000.00 |
OPEN |
||||
|
17. |
KABULA-MWIRUTI –MARINDA |
KeRRA/08/39/B GM/BML/GOK |
||||||
|
(G91315) |
DEV/22/23-146 |
DOWNLOAD |
8,000,000.00 |
N/A |
PWD |
|||
|
18. |
LUMBOKA – |
|||||||
|
NASYANDA |
KeRRA/08/39/B |
|||||||
|
(LUNAKWE – |
GM/BML/GOK |
8,500,000.00 |
N/A |
YOUTH |
||||
|
LUMBOKA – |
DEV/22/23-147 |
DOWNLOAD | ||||||
|
MASUNO) (C808) |
||||||||
|
19. |
NAPARA - MASIELO- |
KeRRA/08/39/B |
BUMULA |
|||||
|
KIMWANGA |
GM/BML/GOK |
8,500,000.00 |
N/A |
WOMEN |
||||
|
(NETIMA – |
DEV/22/23-148 |
DOWNLOAD | ||||||
|
MUSAKASA – |
||||||||
|
NAPARA) (C782) |
||||||||
|
20. |
KIMATUNI-JOY |
KeRRA/08/39/B |
||||||
|
VALLEY-KHAYO |
GM/BML/GOK |
|||||||
|
(G911130) |
DEV/22/23-149 |
DOWNLOAD |
8,000,000.00 |
100,000.00 |
OPEN |
|||
|
21. |
NAMATOTOA - |
KeRRA/08/39/B |
||||||
|
MABUSI-LUNAO |
GM/BML/GOK |
8,000,000.00 |
100,000.00 |
OPEN |
||||
|
(9024) |
DEV/22/23-150 |
DOWNLOAD | ||||||
|
22. |
MUKHUMA - |
KeRRA/08/39/B |
||||||
|
KIBACHENJE- |
GM/BML/GOK |
|||||||
|
MATEKA (G91115) |
DEV/22/23-151 |
DOWNLOAD |
8,000,000.00 |
N/A |
WOMEN |
|||
|
23. |
KIMWANGA- |
KeRRA/08/39/B |
||||||
|
SIBOTI-BESIO |
GM/BML/GOK |
8,000,000.00 |
N/A |
YOUTH |
||||
|
(E9056) |
DEV/22/23-152 |
DOWNLOAD | ||||||
|
24. |
WEPUKHULU – |
DOWNLOAD | ||||||
|
MACHESO - |
||||||||
|
DANIEL WABWILE |
||||||||
|
( LUSOKHO – |
KeRRA/08/39/B |
10,000,000.00 |
I00,000.00 |
OPEN |
||||
|
MBAKALO – C788 |
GM/TGN/GOK- |
|||||||
|
JNCT (MULEMBE) |
DEV/22/23-155 |
|||||||
|
(D1830). |
||||||||
|
25. |
SALVATION ARMY |
|||||||
|
–NASINYAMA (A1 |
||||||||
|
JNCT (MALIKI |
||||||||
|
SALVATION |
||||||||
|
ARMY) – C619 JNCT |
10,000,000.00 |
N/A |
PWD |
|
(NASINYAMA) - MAKHANGA (E9049/G91348) |
TONGAREN |
21/9/2023 (Contractors to meet at the Regional Office in Kanduyi at 10.00am) |
27/9/2023 (10.00 am at the Regional Office in Kanduyi) |
|||||
|
26. |
KIMININI BRIDGE - LUKHUNA (C635 JNCT MAKHONGE – LUKHUNA ) (E9066/91543) |
10,000,000.00 |
N/A |
YOUTH |
||||
|
27. |
OMBAYA – LUNGAI - LUMBOKA - LOCHO JUNCTION (C619 JNCT (LUNGAI) – LUMBOKA – C627 JNCT (SIRENDE) (G9048/L6008) |
10,000,000.00 |
N/A |
WOMEN |
||||
|
28. |
RIMA- SIANGALAMWE- LUKHALE – MISANGA - WABWILE (C635 JNCT RIMA – SIANGALAMWE – MISANGA - RV NZOIA) ((UG91565) |
10,000,000.00 |
100,000.00 |
OPEN |
||||
|
29. |
NZOIA MKT- LUKUSI (C788 JNCT (NZOIA MKT) – CB WEBUYE EAST (D1837/C943) |
8,000,000.00 |
100,000.00 |
OPEN |
||||
|
30. |
MULIRO – NDALU - AMBICH.(C622 JNCT NDALU – C635 JNCT (AMBICH) (E9122/C984) |
10,000,000.00 |
N/A |
YOUTH |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- ) Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 13/9/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director
KeRRA Upper Western Region P.O Box 1473-50200 BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Regional Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUNGOMA OFFICE
TENDER NOTICE
ADDENDUM NO 2 17th October, 2023
TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 10% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024
Reference is made to the Invitation to tender and Addendum No.1 on the above tender that are presently in the Authority’s website -www.kerra.go.ke.
Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that
the issues raised in Addendum 1 dated 3rd October have been resolved and the invitation to tender is for roads shown hereunder.
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
|
|
1. |
PONDENI-KAMUKUYWA (C945) |
KeRRA/08/39/BGM/KML/10%RMLF/23/24-107 |
KIMILILI |
5,500,000.00 |
YOUTH |
DOWNLOAD |
|
2. |
DREAMLAND-KHWIRORO (E1237) |
KeRRA/08/39/BGM/KML/10%RMLF/23/24-108 |
3,500,000.00 |
PWD |
DOWNLOAD | |
|
3. |
CHEBUKWABI-DARAJA MUNGU (E316) |
KeRRA/08/39/BGM/KML/10%RMLF/23/24-110 |
3,137,307.00 |
OPEN |
DOWNLOAD | |
|
4. |
MAKHONGE –CB. KIMININI (U951) |
KeRRA/08/39/BGM/KML/10%RMLF/23/24-111 |
3,700,000.00 |
OPEN |
DOWNLOAD |
- The tender documents have been uploaded to the Authority’s website - kerra.go.ke.
- Pre-tender site visit shall be held on 25th October, 2024 starting from the Regional Office in Kanduyi.
- The opening date shall be 1/11/2024 starting at 00am at the Regional office in Kanduyi.
- All other requirements remain as indicated in the tender notice dated 2nd October 2023
Any inconvenience caused is regretted.
ENG JARED OMONDI
REGIONAL DIRECTOR
Nambale Constituency
INVITATION TO TENDER FOR 22% FY 2017/18 ROADWORKS
Kenya Rural Roads Authority (KeRRA) is a state Corporation whose mandate is to offer guidance in the construction, maintenance and management of rural road network in the country. KeRRA is responsible for the management, development, rehabilitation and maintenance of rural roads. KeRRA on this 16th March, 2018 invites interested contractors to bid for road works within Busia Region as per Annex I.
Scope of Works
The scope of works shall include but not limited to:-
Culvert Installation, grading and gravelling, bush clearing and any other works as instructed on site Mandatory
Requirements
- Provide a copy of valid NCA 8 or above
- Provide a copy of Certificate of registration under Companies Act.
- Documentary proof of Address of the Principal Place of Business
- Authority to seek references from Tenderer’s Bankers
- Authority for Person signing the Tender
- Provide a copy of CR 12 except sole proprietors.
- Must be prequalified in that constituency for the open contracts in Financial Year 2017/19.
- Must have been registered for SPECIAL GROUPS and should provide a certificate from The National Treasury for Women, People Living With Disability (PLWD), or Youth Access to Government Procurement Opportunities (YAGPO).
- Provide copy of a Valid Tax Compliance Certificate as at the closing date.
- Provide all information requested for in Instructions to Tenderers and other sections of the tender documents.
A complete set of tender documents will be available at the KeRRA Regional Office, Busia commencing on, Monday, 19th March, 2018, 8.00 am to 5p.m up to and including, Thursday 12th April, 2018 12.00 noon at a non-refundable fee of Ksh.1000.00 in a form of bankers’ slip payable to KeRRA KCB account NO. 1114343196 MOI AVENUE BRANCH or a soft copy free of charge.
Duly completed tender documents in plain sealed envelopes and clearly marked with Tender number, Road code and Road name addressed to Regional Manager, KeRRA Busia P.0 Box 470-50400 Busia (K) should be deposited in the tender box located at the KeRRA Regional office.
The tenders should reach the above on or before 12.00 noon on 12th April, 2018.
Prices quoted should be exclusive of taxes but include taxes on the summary page and valid for a period of 120 days from the closing date of tender. Pretender site visit is to be held as per Annex II commencing from Regional Managers' Office at 09.00 a.m.
Notification of outcome to all tenderers will be made on the KeRRA- Busia Regional Office notice board when the
Constituency:Nambale
Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18
|
Constituency:Namba |
e(Code:92033)(92032) |
E.E |
RESEVATION |
Downloads | ||
|
D253 |
Gravel |
Mungatsi -Musokoto |
6.00 |
3,090,240.00 |
OPEN |
|
|
D253 |
Gravel |
Musokoto -Khwirale Center |
7.50 |
2,871,795.76 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
D256 |
Mixed |
Lwanyange -Lugulu |
6.00 |
3,033,469.72 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
D256 |
Mixed |
Segero-Nambale |
6.00 |
2,667,302.40 |
YOUTH |
Addendum 1 Download Notice Pretender Notice |
|
LLF9019 |
Gravel |
Ekisumo -Buyofu(Sikinga) |
4.74 |
2,619,852.02 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
U_G9016 |
Earth |
Kapina -opedur -Koshiolai |
5.20 |
2,416,919.62 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
U_G9241 |
Earth |
Ekisumo Pri- Madende Clinic |
2.05 |
2,261,295.88 |
WOMEN |
Addendum 1 Download Notice Pretender Notice |
|
U_G9247 |
Earth |
Buyofu -Rc Church -Fatana -Karur |
5.50 |
1,239,127.87 |
PWD |
Addendum 1 Download Notice Pretender Notice |
|
Total for: |
Nambale |
42.98 |
20,200,003.26 |
|
||
Constituency:Butula
Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18
|
Road Code |
Surface Type |
Section Name |
Workplanned Length (Km) |
Workplan Cost (Ksh) including VAT |
Downloads | |
|
Constituency:Butula(Code:92035) |
E.E |
RESERVATION |
||||
|
D256 |
Mixed |
Lugulu- Butula |
7.55 |
3,091,027.64 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
E152 |
Gravel |
C30 Murumba - Malanga River |
9.00 |
3,403,883.44 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
E152A |
Earth |
Lugulu -Siribo |
5.32 |
3,063,243.30 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
E152A |
Earth |
Siribo-Bukhuyi |
10.00 |
3,907,219.88 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
U_G9189 |
Gravel |
Kalifonia -Mungabo -Sikura |
4.50 |
2,449,717.95 |
WOMEN |
Addendum 1 Download Notice Pretender Notice |
|
U_G9221 |
Earth |
Bumala B - Siribo |
0.22 |
3,103,460.15 |
YOUTH |
Addendum 1 Download Notice Pretender Notice |
|
U_G9240 |
Gravel |
Burinda Pri. -Simuli |
5.00 |
1,181,451.88 |
PWD |
Addendum 1 Download Notice Pretender Notice |
|
Total for: Butula |
41.59 |
20,200,004.24 |
||||
Constituency:Matayos
Annex 1 (c)
Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18
|
Constituency:Matayos(Code:92034)(92531) |
E.E |
RESERVATION |
Downloads | |||
|
E151J1 |
Gravel |
Busibwabo Factory -Busidibu |
5.60 |
3,284,404.12 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
E151J1 |
Gravel |
Mundika - Busibwabo Factory |
6.30 |
3,456,040.01 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
E151J2 |
Earth |
% Mayenje - Busia |
5.90 |
2,462,732.01 |
WOMEN |
Addendum 1 Download Notice Pretender Notice |
|
E151J2 |
Earth |
Mundika-Mayenje |
6.10 |
2,627,104.01 |
YOUTH |
Addendum 1 Download Notice Pretender Notice |
|
R4-Busia |
Earth |
Nasira- Busibwabo |
6.62 |
2,846,241.75 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
U_F9011 |
Earth |
Bugengi - Nasira |
7.02 |
3,121,664.63 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
U_G9097 |
Earth |
Polytechnic - Muyafwa |
6.00 |
2,401,814.92 |
PWD |
Addendum 1 Download Notice Pretender Notice |
|
Total for: Matayos |
43.54 |
20,200,001.45 |
||||
Constituency:Teso North
Annex 1 (e)
Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source:22% RMFL for CRC Financial Year:2017-18
|
Constituency:Teso North(Code:92031)(92331) |
E.E |
RESERVATION |
Downloads | |||
|
D253 |
Gravel |
Kolanya -Kawalun |
6.00 |
2,692,931.88 |
YOUTH |
Addendum 1 Download Notice Pretender Notice |
|
D253 |
Gravel |
Malakisi Kolanya |
5.10 |
3,080,374.01 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
E1210 |
Mixed |
Jairos -Amagoro |
7.36 |
3,077,127.36 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
E1211 |
Mixed |
Kokare-lkapolok- Jairos |
7.00 |
2,880,012.18 |
WOMEN |
Addendum 1 Download Notice Pretender Notice |
|
E1212 |
Earth |
Kangelemuge -Duka Moja |
4.40 |
2,381,843.78 |
PWD |
Addendum 1 Download Notice Pretender Notice |
|
E158 |
Earth |
Chemasire -Changara |
6.40 |
2,853,744.17 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
R25-Bungc |
Gravel |
Kocholia -Bitobo |
6.48 |
3,233,968.27 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
Total for: Teso North |
42.73 |
20,200,001.64 |
||||
Constituency:Teso South
Annex 1 (f)
Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18
|
Constituency:Teso South(Code:92032)(92031) |
E.E |
RESERVATION |
Downloads | |||
|
D256 |
Mixed |
Amukura Rnd Abt -Segero |
8.00 |
3,754,083.87 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
D256 |
Mixed |
Machakusi - -Amukura Rnd Abt. |
9.20 |
4,347,130.85 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
D257 |
Mixed |
Myanga -Lupida -Amukura |
11.71 |
2,733,662.96 |
WOMEN |
Addendum 1 Download Notice Pretender Notice |
|
E157 |
Earth |
Akites -Tangakona |
9.68 |
3,723,124.03 |
OPEN |
Addendum 1 Download Notice Pretender Notice |
|
U_G9412 |
Earth |
Adungosi - Ochude - Asiriam |
5.50 |
2,723,302.63 |
PWD |
Addendum 1 Download Notice Pretender Notice |
|
U_G9442 |
Earth |
Apegei -Achit |
4.00 |
2,918,699.90 |
YOUTH |
Addendum 1 Download Notice Pretender Notice |
|
Total for: Teso South |
48.09 |
20,200,004.24 |
||||
PRETENDER SITE VISIT LIST FOR FY 2017/18 22% RMLF FUNDS
|
S/No. |
Constituency |
Date |
Venue |
Time |
|
2 |
TESO NORTH |
26TH MARCH,2018 |
REGIONAL MANAGER’S OFFICE |
9.00 A.M |
|
3 |
TESO SOUTH |
27TH MARCH,2018 |
REGIONAL MANAGER’S OFFICE |
9.00 A.M |
|
4 |
BUTULA |
27TH MARCH,2018 |
REGIONAL MANAGER’S OFFICE |
9.00 A.M |
|
5 |
NAMBALE |
28TH MARCH,2018 |
REGIONAL MANAGER’S OFFICE |
9.00 A.M |
|
6 |
MATAYOS |
28TH MARCH,2018 |
REGIONAL MANAGER’S OFFICE |
9.00 A.M |
Kenya Rural Roads Authority
Busia Region
INVITATION FOR MAINTENANCE OF ROADS UNDER 10% CS ALLOCATION FOR FINANCIAL
YEARS 2018 / 2019
Download TENDER NOTICE
TENDER NUMBER: KeRRA/011/BSA/39/18/19-/001
- The Government of the Republic of Kenya through the Ministry of Transport, Infrastructure, Housing and Urban
Development represented by Kenya Rural Roads Authority (KeRRA), a State Corporation established under the Kenya Roads Act, 2007 (hereinafter referred to as ‘the Authority’), with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
- The Authority seeks to procure eligible construction companies registered with the National Construction Authority (NCA) for the Routine Maintenance and Spot Improvement of Rakite – Luliba (Road E9015) in Busia Region.
- Mandatory Pre-Bid Site Visits for the Project shall be held on Wednesday 13thFebruary, 2019. NOTE: Every Bidder shall be represented by one person from the company authorizing them to represent the company in the pretender site visit.
- Interested bidders can access the following information from our website kerra.go.ke:-
- Scope of Work: The scope of works shall be as described in the tender document.
6. Qualification for Tendering: Mandatory Requirements
The following CLEAR documents copies must be submitted together with bid:
- Certificate of incorporation / Business Registration certificate
- Registration certificate for National Construction Authority (NCA) in category NCA 5,6 & 7 and valid practising licence (verified on the NCA Checker)
- Valid Tax Compliance Certificate (verified on the KRA TCC Checker)
- PIN/VAT Certificate
- Current Single business permit
- Pages shall be sequentially serialised
- Proof of having a bank account in the name of the bidder (Letter from the bank or bank statement)
- Valid Certificate of Registration for access to government procurement opportunities from the National treasury Persons Living with Disability Category – Small Works and Engineering, CR 12 for 12 months and copies of IDs or National passport of ALL directors.
- Completed documents shall be submitted to the Authority in plain sealed envelopes and clearly marked with the description: “Tender for …………… (Road Project Name), Tender Number: ……………" as the case may be, and addressed to: Regional Manager
Kenya Rural Roads Authority
Busia Region
P.O. Box 470 – 50400
BUSIA (K)
Or deposited in the Tender Box located Block “A” Entrance on or before 21st February, 2019 at 11.00 am. Opening of the Bids will take place immediately thereafter at the Authority’s Board Room in the presence of Tenderer’s or their Representatives who wish to attend.
- Interested bidders may also obtain further information from the Procurement Department of the Authority at the address below during official working hours from 0800 to 1700 hours (local time), Mondays to Fridays:
REGIONAL MANAGER, BUSIA REGION
KENYA RURAL ROADS AUTHORITY
Addendum. Download here!
INVITATION FOR MAINTENANCE OF ROADS UNDER ROAD MAINTENANCE LEVY FUND FOR FINANCIAL YEARS 2018 / 2019
TENDER NUMBERS: KeRRA/011/BSA/39/18/19-/002 TO KeRRA/011/BSA/39/18/19-/063
- The Government of the Republic of Kenya through the Ministry of Transport, Infrastructure, Housing and Urban Development represented by Kenya Rural Roads Authority (KeRRA), a State Corporation established under the Kenya Roads Act, 2007 (hereinafter referred to as ‘the Authority’), with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
- The Authority seeks to procure eligible construction companies registered with the National Construction Authority (NCA) for the Routine Maintenance and Spot Improvement of roads in Busia Region (as per the list and schedule provided under this Notice).
- Mandatory Pre-Bid Site Visits for the Project shall be as follows:
(a) Budalangi-8, Funyula Constituencies on 8th January 2019
(b) Butula, Matayos and Nambale Constituencies on 7th January 2019 and
(c) Teso North and Teso South Constituencies on 9th January 2019 starting from the Regional Offices at 9.30.am.
NOTE: Every Bidder shall be represented by one person from the company authorizing them to represent the company in the pre-tender site visit. ONE (1) PERSON SHALL REPRESENT NOT MORE THAN TWO (2) COMPANIES.
- Interested bidders can access the following information from our website www.kerra.go.ke:- a) List of Tenders and Pre-Bid Site Visit Schedule.
- b) Tender Doc
- c) Note that bidders bidding for tender(s) under YW&PwD must attach proof of registrati
- Scope of Work: The scope of works shall be as described in the tender document.
- Qualification for Tendering: Mandatory Requirements
The following CLEAR documents copies must be submitted together with bid:
- a) Certificate of incorporation / Business Registration certificate
- b) Registration certificate for National Construction Authority (NCA) in category NCA 8 and above and valid practising licence (verified on the NCA Checker)
- c) Valid Tax Compliance Certificate (verified on the KRA TCC C hecker)
- d) PIN/VAT Certificate
- e) Current Single business permit
- f) Proof of having a bank account in the name of the bidder (Letter from the bank or bank statement)
- g) For tenders under YW&PwD – Valid Certificate of Registration for access to government procurement opportunities from the National treasury for 30% Category (Women, Youth and PLWD) – Small Works and Engineering, CR 12 for 12 months and copies of IDs or National passport of ALL directors
- A complete set of Tender Document(s) can be obtained / purchased upon payment of a non–refundable fee of KShs. 1,000.00 (Kenya Shillings One Thousand Only). Payment should only be deposit into:
KCB Acc. Name: KeRRA-AIA Acc. No: 1114343196
Branch: Moi Avenue, Nairobi
- Completed documents shall be submitted to the Authority in plain sealed envelopes and clearly marked with the description: “Tender for …………… (Road Project Name), Tender Number: ……………" as the case may be, and addressed to:
Regional Manager Kenya Rural Roads Authority Busia Region
P.O. Box 470 – 50400
BUSIA (K)
Or deposited in the Tender Box located Block “A” Entrance on or before 16th January, 2019 at 11.00 am. Opening of the Bids will take place immediately thereafter at the Authority’s Board Room in the presence of Tenderer’s or their Representatives who wish to attend.
- Interested bidders may also obtain further information from the Procurement Department of the Authority at the address below during official working hours from 0800 to 1700 hours (local time), Mondays to Fridays:
REGIONAL MANAGER, BUSIA REGION KENYA RURAL ROADS AUTHORITY
|
Constituency |
Tender No.. |
Road Code |
Section Name |
Engineers Estimate |
Reserv- ation |
Downlaods | ||
|
Funding: ………… |
22% RMLF |
|||||||
|
Funyula |
KeRRA/011/BSA/39/18|19-002 |
E9012 |
Ganjala - Sagania |
5,339,219.00 |
All |
Download | ||
|
Funyula |
KeRRA/011/BSA/39/18|19-003 |
E9013 |
Odiado -Kabwodo - Off Mundaya |
3,798,768.00 |
YW&PwD |
Download | ||
|
Funyula |
KeRRA/011/BSA/39/18|19-004 |
G9044 |
Nanderema -Rumbiye -Siaya Border |
5,503,040.00 |
All |
Download | ||
|
Funyula |
KeRRA/011/BSA/39/18|19-005 |
F9004 |
Ganga-Namuduru-Nyamila |
5,454,976.56 |
All |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-006 |
C672 |
Namabusi Beach -Bumarani |
4,179,984.09 |
All |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-007 |
C672 |
Bumarani -Ruambwa |
3,919,050.72 |
YW&PwD |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-008 |
F9001 |
Bulemia -Mudembi |
3,485,800.00 |
All |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-009 |
G9011 |
Borehole -Mudembi |
3,511,320.00 |
All |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-010 |
G9015 |
Sisenye -Budubusi -Ludacho |
2,917,648.10 |
YW&PwD |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-011 |
C808 |
Machakusi -Amukura Rnd About |
3,459,856.09 |
All |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-012 |
C808 |
Amukura Rnd About -Lupida -Myanga |
4,047,184.13 |
YW&PwD |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-013 |
C825 |
Amukura -Segero |
3,496,089.20 |
All |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-014 |
E9026 |
Asiriam -Ochude |
3,285,856.09 |
All |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-015 |
G9444 |
Apegei -Achit |
2,069,727.68 |
YW&PwD |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-016 |
G9472 |
Katelenyang - ECD Amukura |
3,853,288.00 |
YW&PwD |
Download | ||
|
Nambale |
KeRRA/011/BSA/39/18|19-017 |
C807 |
Mungatsi -Musokoto |
4,898,529.15 |
All |
Download | ||
|
Nambale |
KeRRA/011/BSA/39/18|19-018 |
C807 |
Musokoto -Khwirale |
4,883,970.32 |
YW&PwD |
Download | ||
|
Nambale |
KeRRA/011/BSA/39/18|19-019 |
C825 |
Segero- Nambale |
5,018,437.01 |
YW&PwD |
Download | ||
|
Nambale |
KeRRA/011/BSA/39/18|19-020 |
C825 |
Nambale - Lugulu |
5,295,070.68 |
All |
Download | ||
|
Matayos |
KeRRA/011/BSA/39/18|19-021 |
C826 |
Busia -Mayenje |
3,559,394.67 |
YW&PwD |
Download | ||
|
Matayos |
KeRRA/011/BSA/39/18|19-022 |
C826 |
Mayenje - Mundika |
3,638,357.08 |
All |
Download | ||
|
Matayos |
KeRRA/011/BSA/39/18|19-023 |
C826 |
Mundika -Busibwabo |
3,543,138.43 |
YW&PwD |
Download | ||
|
Matayos |
KeRRA/011/BSA/39/18|19-024 |
C826 |
Busibwabo - Busidibu |
3,524,577.78 |
All |
Download | ||
|
Matayos |
KeRRA/011/BSA/39/18|19-025 |
G9097 |
Polytechnic -Muyafwa |
2,825,356.13 |
All |
Download | ||
|
Constituency |
Tender No.. |
Road Code |
Section Name |
Engineers Estimate |
Reserv- ation |
Download | ||
|
Matayos |
KeRRA/011/BSA/39/18|19-026 |
G9156 |
Nasira -Busibwabo |
3,005,176.18 |
All |
Download | ||
|
Teso North |
KeRRA/011/BSA/39/18|19-027 |
C807 |
Malakisi -Kolanya |
3,017,392.00 |
All |
Download | ||
|
Teso North |
KeRRA/011/BSA/39/18|19-028 |
C807 |
Kolanya -Kawalun |
3,210,467.04 |
YW&PwD |
Download | ||
|
Teso North |
KeRRA/011/BSA/39/18|19-029 |
C831 |
Chemasir - Changara |
2,909,767.20 |
YW&PwD |
Download | ||
|
Teso North |
KeRRA/011/BSA/39/18|19-030 |
D1829 |
Kocholia -Bitobo |
3,175,244.20 |
All |
Download | ||
|
Teso North |
KeRRA/011/BSA/39/18|19-031 |
D831 |
Kangelemuka -Duka Moja (Angurai Chiefs Center) |
2,705,120.00 |
All |
Download | ||
|
Teso North |
KeRRA/011/BSA/39/18|19-032 |
F9030 |
Jairos -Amagoro |
2,592,545.11 |
All |
Download | ||
|
Teso North |
KeRRA/011/BSA/39/18|19-033 |
G90511 |
Kokare(Kiriko) -Ikapolok- Jairos |
2,485,468.01 |
All |
Download | ||
|
Butula |
KeRRA/011/BSA/39/18|19-034 |
C825 |
Lugulu -Butula |
2,846,640.00 |
All |
Download | ||
|
Butula |
KeRRA/011/BSA/39/18|19-035 |
D1848 |
Bumala -DB-Siaya |
2,454,328.00 |
All |
Download | ||
|
Butula |
KeRRA/011/BSA/39/18|19-036 |
E9014 |
Bujumba -Bukhwaku |
4,000,728.27 |
All |
Download | ||
|
Butula |
KeRRA/011/BSA/39/18|19-037 |
E9203 |
Tingolo -Masendebele -Indngalasia |
2,860,786.99 |
YW&PWD |
Download | ||
|
Butula |
KeRRA/011/BSA/39/18|19-038 |
F9013 |
Murumba -Msikoma -Khunyangu |
2,649,328.27 |
All |
Download | ||
|
Butula |
KeRRA/011/BSA/39/18|19-039 |
G9121 |
Bukhalarire - Busiada -Burinda |
2,642,368.27 |
All |
Download | ||
|
Butula |
KeRRA/011/BSA/39/18|19-040 |
G9122 |
Oloo Market -Lerekwe -Khunyangu |
2,525,824.41 |
YW&PWD |
Download | ||
|
Funding: ………… |
10% RMLF |
|||||||
|
Funyula |
KeRRA/011/BSA/39/18|19-041 |
C828 |
Nangina - Sio-Port |
2,310,593.56 |
YW&PwD |
Download | ||
|
Funyula |
KeRRA/011/BSA/39/18|19-042 |
C828 |
Sio-Port - Okados |
2,188,920.00 |
All |
Download | ||
|
Funyula |
KeRRA/011/BSA/39/18|19-043 |
C830 |
Ganjala -Nakhasiko |
2,229,408.27 |
YW&PwD |
Download | ||
|
Funyula |
KeRRA/011/BSA/39/18|19-044 |
C830 |
Nakhasiko - Nangina |
2,352,944.00 |
All |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-045 |
C828 |
Okados - Mundere |
3,090,240.00 |
All |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-046 |
D1856 |
D250 Junct -Sisenye |
3,074,649.23 |
All |
Download | ||
|
Budalangi |
KeRRA/011/BSA/39/18|19-047 |
E9003 |
Sigiri Bridge -Port-Victoria (Kulokhoma) |
2,916,976.09 |
All |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-048 |
G9443 |
Aterait- Sokomoko |
2,558,960.00 |
All |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-049 |
G9461 |
Akoreet-St.Bridgits -Nyalokot |
2,677,280.00 |
All |
Download | ||
|
Teso South |
KeRRA/011/BSA/39/18|19-050 |
P38 |
Town ship-Amoni- Angorom |
3,845,592.56 |
All |
Download | ||
|
Nambale |
KeRRA/011/BSA/39/18|19-051 |
C826 |
Busidibu -Nambale |
2,807,088.76 |
YW&PwD |
Download | ||
|
Nambale |
KeRRA/011/BSA/39/18|19-052 |
E9021 |
Nambale - Mabunge |
3,173,187.08 |
All |
Download | ||
|
Constituency |
Tender No.. |
Road Code |
Section Name |
Engineers Estimate |
Reserv- ation |
||
|
Nambale |
KeRRA/011/BSA/39/18|19-053 |
F9021 |
Buyofu - Madibo |
3,101,589.12 |
All |
Download | |
|
Matayos |
KeRRA/011/BSA/39/18|19-054 |
C830 |
Matayos - Ganjala |
2,084,812.32 |
YW&PwD |
Download | |
|
Matayos |
KeRRA/011/BSA/39/18|19-055 |
D1850 |
Matayos -Namwitsula |
2,476,467.44 |
All |
Download | |
|
Matayos |
KeRRA/011/BSA/39/18|19-056 |
D1850 |
Namwitsula -Nasewa |
2,119,155.40 |
YW&PwD |
Download | |
|
Matayos |
KeRRA/011/BSA/39/18|19-057 |
F9012 |
Bugengi -Sirisia |
2,401,432.00 |
All |
Download | |
|
Teso North |
KeRRA/011/BSA/39/18|19-058 |
C814 |
Angaro -Malinda |
2,245,615.00 |
All |
Download | |
|
Teso North |
KeRRA/011/BSA/39/18|19-059 |
C831 |
Angurai -Chemasir |
3,316,208.00 |
All |
Download | |
|
Teso North |
KeRRA/011/BSA/39/18|19-060 |
D1829 |
Kotur -Kocholia |
3,520,043.20 |
YW&PwD |
Download | |
|
Butula |
KeRRA/011/BSA/39/18|19-061 |
G9143 |
Muruka - Inungo |
2,624,600.22 |
All |
Download | |
|
Butula |
KeRRA/011/BSA/39/18|19-062 |
G9146 |
Bwaliro -Sikura- Nango |
3,715,480.00 |
YW&PwD |
Download | |
|
Butula |
KeRRA/011/BSA/39/18|19-063 |
G9147 |
Butula - Sikarira |
2,741,786.58 |
All |
Download | |
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUSIA OFFICE
INVITATION TO NOTICE 12th November, 2021
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 tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2021-2022 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
MAGOMBE-BORO (C827) |
KeRRA/08/39/BSA/BDL/10%RMLF/2021/22-049 |
BUDALANGI |
3,642,000.00 |
PWD |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
30/11/2021 at 10.00am |
download |
|
2. |
OFF HAKATI – PORT VICTORIA ROAD (C829) |
KeRRA/08/39/BSA/BDL/10%RMLF/2021/22-050 |
4,321,000.00 |
OPEN |
download | |||
|
3. |
D250 JUNC-SISENYE (D1856) |
KeRRA/08/39/BSA/BDL/10%RMLF/2021/22-052 |
3,037,000.00 |
OPEN |
download | |||
|
4. |
BUMALA-DB SIAYA(D1848) |
KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-046 |
BUTULA |
2,531,000.00 |
OPEN |
download | ||
|
5. |
BUHUYI-NANGENI RV-MUFUBU DISP. (OFF D1849) |
KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-047 |
3,526,000.00 |
OPEN |
download | |||
|
6. |
BURINDA-BURIYA- NYAMWANGA(F9014) |
KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-048 |
2,701,000.00 |
WOMEN |
download | |||
|
7. |
KINGANDOLE-MUSOMA (OFF E9020) |
KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-062 |
2,442,000.00 |
OPEN |
download | |||
|
8. |
GANGA – NAMUDURU - NYAMILA (F9004) |
KeRRA/08/39/BSA/FYL/10%RMLF/2021//22-058 |
FUNYULA |
2,908,000.00 |
OPEN |
download | ||
|
9. |
JNCT C778- WAKHUNGU PRI. (G9064) |
KeRRA/08/39/BSA/FYL/10%RMLF/2021//22-059 |
3,070,000.00 |
OPEN |
download | |||
|
10. |
MUMBAKA - NAMBENGELE (C828) |
KeRRA/08/39/BSA/FYL/10%RMLF/2021//22-060 |
5,022,000.00 |
YOUTH |
download | |||
|
11. |
BUSIDIBU – NAMBALE(MAARIFA) (C826) |
KeRRA/08/39/BSA/NBL/10%RMLF/21/22-051 |
NAMBALE
|
4,232,000.00 |
PWD |
download | ||
|
12. |
MALANGA Rv – MALANGA JUNCT ROAD (E9020/C987) |
KeRRA/08/39/BSA/NBL/10%RMLF/21/22-053 |
1,188,000.00 |
OPEN |
download | |||
|
13. |
ARINGO JUNCT: - MABUNGE (E9021/C988) |
KeRRA/08/39/BSA/NBL/10%RMLF/21/22-054 |
5,580,000.00 |
OPEN |
download | |||
|
14. |
NAMWITSULA BRIDGE - NASEWA (D1851/C946) |
KeRRA/08/39/BSA/MTS/10%RMLF/21/22-055 |
MATAYOS |
3,903,000.00 |
OPEN |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
30/11/2021 at 10.00am |
download |
|
15. |
MATAYOS – NAMWITSULA BRIDGE (D1851/C946) |
KeRRA/08/39/BSA/MTS/10%/RMLF/21/22-056 |
3,632,000.00 |
OPEN |
download | |||
|
16. |
GANJALA – MATAYOS (C830) |
KeRRA/08/39/BSA/MTS/10%RMLF/21/22-057 |
3,465,000.00 |
WOMEN |
download | |||
|
17. |
OKAME TECHNICAL- SEGERO ROAD (D1855) C948 |
KeRRA/08/39/BSA/TS/10%RMLF/2021/22-043 |
TESO SOUTH |
4,279,000.00 |
OPEN |
download | ||
|
18. |
B1 JNCT-VICTORY ACADEMY (OFF P38) |
KeRRA/08/39/BSA/TS/10%RMLF/2021/22-044 |
2,158,000.00 |
OPEN |
download | |||
|
19. |
TOWNSHIP-AMONI-ANGOROM (P38) |
KeRRA/08/39/BSA/TS/10%RMLF/2021/22-045 |
1,740,000.00 |
WOMEN |
download | |||
|
20. |
BUTEBA-ADUNGOSI-OKAME TECHNICAL (D1855) C948 |
KeRRA/08/39/BSA/TS/10%RMLF/2021/22-061 |
3,323,000.00 |
OPEN |
download | |||
|
21. |
CHANGARA-CHEMASIR (C831) |
KeRRA/08/39/BSA/TN/10%RMLF/2021/22-040 |
TESO NORTH |
4,446,000.00 |
OPEN |
download | ||
|
22. |
ANG’ARO-AKOBWAITCHA (C814) |
KeRRA/08/39/BSA/TN/10%RMLF/2021/22-041 |
2,470,000.00 |
OPEN |
download | |||
|
23. |
ANGURAI-CHEMASIR (C831) |
KeRRA/08/39/BSA/TN/10%RMLF/2021/22-042 |
4,084,000.00 |
WOMEN |
download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 16/11/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
BUSIA REGION
INVITATION TO TENDER NOTICE 14 November, 2023
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 national secondary trunk roads.
The Authority hereby invites tenders from contractors prequalified in Busia Region under categories C,D & E- Financial Year 2023/2025 and AGPO eligible firms for Routine maintenance and Spot improvement works funded vide 10 %SAV RMLF on the roads indicated below:
A). The following tenders are RESTRICTED to the tenderer’s prequalified in KeRRA Busia region for the year starting 1 July, 2023 and ending 30 June, 2025, only
|
S/No |
Road Code |
Road Name |
Tender No. |
Budgetary Estimate (Kshs) |
Bid Security (Kshs) |
Constituency |
|
|
1. |
C828 |
Bumayenga Pri. –Mustafa Slaughter |
KeRRA/08/39/BSA/FYL/SAV10%RMLF/22/23– 107 |
3,148,240.00 |
N/A |
Funyula |
DOWNLOAD |
|
2 |
C948 |
Segero – Okame Tech |
KeRRA/08/39/BSA/TS/SAV 10%RMLF/22/23– 109 |
2,781,900.00 |
N/A |
Teso South |
DOWNLOAD |
|
3. |
F9021 |
Sibembe - Buyofu |
KeRRA/08/39/BSA/NBL/SAV10%RMLF/22/23 – 110 |
5,761,140.00 |
100,000 |
Nambale |
DOWNLOAD |
|
4. |
OFF G9496 |
Malaba – Kajei (Lavender Hotel Aleles) |
KeRRA/08/39/BSA/TN/SAV 10%RMLF/22/23 – 113 |
556,800.00 |
N/A |
Teso North |
DOWNLOAD |
B). The following tenders are OPEN to AGPO GROUP as registered with the National Treasury (Youth, Women & PWD), registered groups/companies by the National Treasury as outlined in the table below:
|
S/No |
Road Code |
Road Name |
Tender No. |
AGPO Group |
Budgetary Estimate (Kshs) |
Constituency |
|
|
1. |
OFF C778 F9003 |
Namalo – Budalangi (Ruambwa) |
KeRRA/08/39/BSA/BDL/SAV10%RMLF/22/23 - 108 |
PWD |
3,635,904 |
Budalang’i |
DOWNLOAD |
|
2 |
G9021 |
Rakite – Lugingo- Mudoma |
KeRRA/08/39/BSA/MTS/SAV10%RMLF/22/23 - 111 |
Women |
3,415,550 |
Matayos |
DOWNLOAD |
|
3. |
OFF C831 F9031 |
Kakapel – Awata |
KeRRA/08/39/BSA/TN/SAV 10%RMLF/22/23 - 112 |
Women |
2,593,272 |
Teso North |
DOWNLOAD |
|
4. |
E9020 C30 |
Murumba – Malanga RV |
KeRRA/08/39/BSA/BTL/SAV10%RMLF/22/23 - 114 |
Youth |
3,183,852 |
Butula |
DOWNLOAD |
- PRE – TENDER SIRE VISIT IS MANDATORY; THE SCHEDULE IS AS PROVIDED IN THE TABLE BELOW:
|
No |
Constituency |
Venue |
Date |
Time |
|
1 |
Budalangi |
Busia Regional Office |
22 November, 2023 |
9:30 am |
|
2 |
Funyula |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
3 |
Matayos |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
4 |
Teso South |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
5 |
Teso North |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
6 |
Nambale |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
7 |
Butula |
Busia Regional Office |
21 November, 2023 |
9:30 am |
C TENDER OPENING VENUE, DATE AND TIME
Tender opening date & time: 28 November, 2023 at 10.00 am at the same venue
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Must be prequalified in KeRRA Busia Region.
- Certified copy of Certificate of Incorporation
- Copy of a valid NCA certificate and practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Copy of Valid VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability). Note: :All Contractors bidding for PWD tenders must attach certified copies of their Identity Cards as issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped on company letterhead
- Confidential Business Questionnaire correctly filled, signed & stamped
- Ensure all schedules as provided in the bid document are appropriately filled
- Authority to seek reference from Contractors’ bank well written and attached.
- Bidders must serialize sequentially all pages of their tender documents.
- Valid Pre-tender site visit certificate
- Other qualifications as outlined in the tender document
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses/ previous experience will be verified with the Issuing Authorities or Agencies
- Pre-tender site visit is a mandatory requirement
- All attachments must be legible.
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Work Methodology
- Eligibility;
- a) Any form of Canvassing will lead to automatic disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 14/11/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
Eng. Jared Omondi
REGIONAL DIRECTOR
INVITATION TO TENDER NOTICE 10th January, 2023
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 national secondary trunk roads.
The Authority hereby invites tenders from contractors prequalified in Busia Region under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for Routine maintenance and Spot improvement Road works funded vide 10% RMLF on the roads indicated below:
|
S/NO |
ROAD CODE |
ROAD NAME |
TENDER NO. |
RESERVATIONS |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY(Kshs) |
CONSTITUENCY |
PRE-TENDER SITE VISIT DATE & TIME |
|
1. |
C828 |
Okados-Mundere |
OPEN |
5,850,000.00 |
100,000.00 |
BUDALANGI |
16/1/2023 9.00 AM REGIONAL DIRECTOR’S OFFICE |
|
|
2 |
D1848 |
Bumala-Db Siaya |
WOMEN |
5,500,000.00 |
N/A |
BUTULA |
||
|
3 |
E9006 |
Muramba-Nyakwaka-Sio Port |
OPEN |
5,470,000.00 |
100,000.00 |
FUNYULA |
||
|
4 |
F9017 |
Off F9012 G9149:Korinda-Esirisia |
OPEN |
5,600,000.00 |
100,000.00 |
MATAYOS |
||
|
5 |
F9021 |
Sibembe-Buyofu |
OPEN |
5,580,000.00 |
100,000.00 |
NAMBALE |
||
|
6 |
D1831 |
Off D1831 C989: Jairos (Asianutecd)-Okuleu-Awata |
OPEN |
6,230,000.00 |
100,000.00 |
TESO NORTH |
||
|
7 |
D1850 |
Obekai-Tangakona |
OPEN |
3,105,000.00 |
N/A |
TESO SOUTH |
||
|
8 |
D1855 |
Off D1855/C998 Akites-Obekai |
OPEN |
3,012,000.00 |
N/A |
NOTE
TENDER OPENING DATE & TIME: 24/1/2023 10.00 AM
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Copy of Valid VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
- Contractors bidding for PWD tenders should attach certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped on company letterhead
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
- Pre-tender site visit is a mandatory requirement
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility;
- a) Any form of Canvassing will lead to automatic disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10/1/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
BUSIA OFFICE
INVITATION TO NOTICE 13th September, 2021
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 tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% & 10% RMLF Savings for the financial year 2020-2021 on the roads indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE (KSHS) |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
HAKATI – LAKE VICTORIA (C829) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-094 |
BUDALANGI |
1,978,000.00 |
YOUTH |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding |
21/9/2021 at 10.00am |
download |
|
2. |
BUMARARANI – BUSAGWA (C672) |
KeRRA/011/39/BSA/BDL/10%SAV/20/21-101 |
1,030,000.00 |
OPEN |
download | |||
|
3. |
BURINDA – BUJUMBA -BUKWAKU (F9014) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-096 |
BUTULA |
4,305,000.00 |
OPEN |
download | ||
|
4. |
BURINDA – BUSIADA (G9106) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-097 |
1,246,000.00 |
WOMEN |
download | |||
|
5. |
BULWANI – BULEMIA (G9142) |
KeRRA/011/39/BSA/BDL/10%SAV/20/21-102 |
842,000.00 |
PWD |
download | |||
|
6. |
ODIADO – KABWODO (E9013) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-095 |
FUNYULA |
2,884,000.00 |
OPEN |
download | ||
|
7. |
MURAMBA – NYAKWAKA (E9006) |
KeRRA/011/39/BSA/BDL/10%SAV/20/21-103 |
1,025,000.00 |
YOUTH |
download | |||
|
8. |
MUNDIKA – BUSIBWABO (C826) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-092 |
MATAYOS |
2,658,000.00 |
OPEN |
download | ||
|
9. |
BUGENGI – NASIRA (F9011) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-093 |
1,653,000.00 |
OPEN |
download | |||
|
10. |
MATAYOS – NAMWITSULA BRIDGE (D1851) |
KeRRA/011/39/BSA/BDL/10%SAV/20/21-108 |
920,000.00 |
YOUTH |
download | |||
|
11. |
NAMBALE – MALANGA (C825) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-091 |
NAMBALE |
2,557,000.00 |
WOMEN |
download | ||
|
12. |
SEGERO – NAMBALE (C825) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-090 |
2,716,000.00 |
OPEN |
download | |||
|
13. |
BUSIDIBU – NAMBALE (LUGULU)(C826) |
KeRRA/011/39/BSA/BDL/10%SAV/20/21-107 |
854,000.00 |
PWD |
download | |||
|
14. |
AIC KAKOLI – ABOLOI DISPENSARY (D1831) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-106 |
TESO NORTH |
3,232,000.00 |
WOMEN |
download | ||
|
15. |
ANG’URAI - CHEMASIRI (C831) |
KeRRA/011/39/BSA/BDL/10%SAV/20/21-105 |
1,052,000.00 |
OPEN |
download | |||
|
16. |
AMUKURA – SEGERO (C825) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-098 |
TESO SOUTH |
1,754,000.00 |
OPEN |
download | ||
|
17. |
SIMBA CHAI – LUKOLIS (E9029) |
KeRRA/011/39/BSA/BDL/22%SAV/20/21-104 |
1,418,000.00 |
YOUTH |
download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 14/9/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
ENG. JARED OMONDI
REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
BUSIA REGION
INVITATION TO TENDER NOTICE 14 November, 2023
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 national secondary trunk roads.
The Authority hereby invites tenders from contractors prequalified in Busia Region under categories C,D & E- Financial Year 2023/2025 and AGPO eligible firms for Routine maintenance and Spot improvement works funded vide 22% SAV FY22/23 RMLF on the roads indicated below:
A). The following tenders are RESTRICTED to the tenderer’s prequalified in KeRRA Busia region for the year starting 1 July, 2023 and ending 30 June, 2025, only
|
S/No |
Road Code |
Road Name |
Tender No. |
Budgetary Estimate (Kshs) |
Bid Security(Kshs) |
Constituency |
|
|
1. |
OFFC778 G9045 |
Funyula – Bukiri(Sijowa) |
KeRRA/08/39/BSA/FYL/ SAV 22%RMLF/23/24 - 095 |
3,820,576.00 |
N/A |
Funyula |
DOWNLOAD |
|
2 |
OFF C778 F9003 |
Namalo – Budalangi (Ruambwa) |
KeRRA/08/39/BSA/BDL/ SAV 22%RMLF/23/24 - 097 |
6,358656.00 |
100,000.00 |
Budalang’i |
DOWNLOAD |
|
3. |
F9029 |
Simbachai - Lukolis |
KeRRA/08/39/BSA/TS/ SAV22%RMLF/23/24 - 099 |
3,012,531.60 |
100,000.00 |
Teso South |
DOWNLOAD |
|
4. |
F9021 |
Madibo Mkt – Mwenge Pri. |
KeRRA/08/39/BSA/NBL/ SAV22%RMLF/23/24 - 101 |
4,025,200.00 |
N/A |
Nambale |
DOWNLOAD |
|
5 |
OFF D1851 |
Nabisiongo - Busendabale |
KeRRA/08/39/BSA/MTS/ SAV22%RMLF/23/24 - 103 |
3,009,040.00 |
N/A |
Matayos |
DOWNLOAD |
|
6 |
OFF C831 F9033 |
ACC’sOffice Ang’urai – Apokor –Duka Moja(Apokor – Kakemer) |
KeRRA/08/39/BSA/TN/ SAV 22%RMLF/23/24 - 106 |
4,080,636.00 |
N/A |
Teso North |
DOWNLOAD |
|
7 |
C828 |
G9121:Oloo Mkt -Lerekwe |
KeRRA/08/39/BSA/BTL/ SAV22%RMLF/23/24 - 105 |
7,037,720.00 |
100,000.00 |
Butula |
DOWNLOAD |
B). The following tenders are OPEN to AGPO GROUP registered with the National Treasury (Youth, Women & PWD), registered groups/companies by the National Treasury as outlined in the table below:
|
S/No |
Road Code |
Road Name |
Tender No. |
AGPO GROUP |
Budgetary Estimate (Kshs) |
Constituency |
|
|
1. |
E9010 |
Funyula - Ebukwamba |
KeRRA/08/39/BSA/FYL/22% SAV RMLF/23/24 - 096 |
Youth |
2,274,644.00 |
Funyula |
DOWNLOAD |
|
2 |
C825 |
Amukura - Segero |
KeRRA/08/39/BSA/TS/ SAV 22%RMLF/23/24 - 098 |
Women |
3,122,836.00 |
Teso South |
DOWNLOAD |
|
3. |
OFF C807 |
Mwangaza Pri.-Kachero-Logir Jct |
KeRRA/08/39/BSA/NBL/ SAV 22%RMLF/23/24 - 100 |
PWD |
2,620,927.20 |
Nambale |
DOWNLOAD |
|
4. |
C826 |
Busia - Mayenje |
KeRRA/08/39/BSA/MTS/ SAV 22%RMLF/23/24 - 102 |
Youth |
2,851,048.00 |
Matayos |
DOWNLOAD |
|
5. |
D1829 |
Kocholia - Bitobo |
KeRRA/08/39/BSA/TN/ SAV 22%RMLF/23/24 - 104 |
PWD |
2,000,002.00 |
Teso North |
DOWNLOAD |
- PRE – TENDER SIRE VISIT IS MANDATORY; THE SCHEDULE IS AS PROVIDED IN THE TABLE BELOW:
|
No |
Constituency |
Venue |
Date |
Time |
|
1 |
Budalangi |
Busia Regional Office |
22 November, 2023 |
9:30 am |
|
2 |
Funyula |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
3 |
Matayos |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
4 |
Teso South |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
5 |
Teso North |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
6 |
Nambale |
Busia Regional Office |
21 November, 2023 |
9:30 am |
|
7 |
Butula |
Busia Regional Office |
21 November, 2023 |
9:30 am |
C TENDER OPENING VENUE, DATE AND TIME
Tender opening date & time: 28 November, 2023 at 10.00 am at the same venue
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Must be prequalified in KeRRA Busia Region.
- Certified copy of Certificate of Incorporation
- Copy of a valid NCA certificate and practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Copy of Valid VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability). Note: :All Contractors bidding for PWD tenders must attach certified copies of their Identity Cards as issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped on company letterhead
- Confidential Business Questionnaire correctly filled, signed & stamped
- Ensure all schedules as provided in the bid document are appropriately filled.
- Authority to seek reference from Contractors’ bank well written and attached.
- Bidders must serialize sequentially all pages of their tender documents.
- Valid Pre-tender site visit certificate
- Other qualifications as outlined in the tender document
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses/ previous experience will be verified with the Issuing Authorities or Agencies
- Pre-tender site visit is a mandatory requirement
- All attachments must be legible.
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Work Methodology
- Eligibility;
- a) Any form of Canvassing will lead to automatic disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 14/11/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
Eng. Jared Omondi
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
BUSIA REGION
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. Busia Office,
Public Works Yard,
Kisumu – Busia Road,
P.O. Box 470-50400,
Busia, KENYA.
TENDER ADDENUM NO. 2
17 October, 2023
Reference is made to our invitation to tender dated 2 October, 2023, that is presently in our KeRRA website; www.kerra.go.ke.
Pursuant to clause 10.1 of the instruction to Tenderers, we hereby make the following adjustments;
- Teso North Constituency.
The tender for Routine maintenance and spot of Improvement for
- C814: Changara Disp. – Kamnyongole :KeRRA/08/39/BSA/TN/22%RMLF/23/24 – 001
- D182 Kotur – Kocholia Road : KeRRA/08/39/BSA/TN/22%RMLF/23/24 – 004
- Funyula Constituency
The tender for Routine maintenance and spot of Improvement for OFF C788 G9054 Bukiri – Funyula; Contract No. KeRRA/08/39/BSA/FYL/22%RMLF 23/24 – 090
- The Bid document has been re-uploaded on our website for your easy access.
- Budalangi Constituency
OFFC829:E9002 Sinyenye – Bukoma Road, keRRA/08/39/BSA/BDL/22%RMLF/23/24 – 057.
Necessary corrections have been done on the tender document, and re-uploaded.
N/B : Tender for , Budalangi contract No. KeRRA/08/39/BSA/BDL/22%RMLF/23/24 -057; All tenders in Funyula Constituency and Teso North Constituency will be opened on Tuesday, 24 October, 2023. Same venue and time.
Julia Nelima ( SCMO)
For ; REGIONAL DIRECTOR
WI/27
KENYA RURAL ROADS AUTHORITY
BUSIA REGION
INVITATION TO TENDER NOTICE 6 September, 2023
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 national secondary trunk roads.
Bids are invited from contractors who are prequalified in the respective Constituencies in Busia Region and in the respective work categories for the following minor road maintenance and spot improvement works financed under GoK Development Fund & 10% Road Maintenance Levy Fund (RMLF) by Cabinet Secretary
|
S/NO |
ROAD CODE |
ROAD NAME |
TENDER NO. |
RESERVATIONS |
BUDGETARY ESTIMATE (KSHS) |
BID SECURITY(Kshs) |
CONSTITUENCY |
PRE-TENDER SITE VISIT DATE,TIME & ASSEMBLY POINT |
|
1. |
C825 |
Lugulu-Butula |
WOMEN |
8,268,000.00 |
N/A |
BUTULA |
11/9/2023 9.30 AM REGIONAL DIRECTOR’S OFFICE BUSIA
|
|
|
2. |
F9013 |
Murumba-Esikoma(Murumba-Sikoma-Shibale) |
OPEN |
9,768,000.00 |
100,000.00 |
|||
|
3. |
G9147 |
Bukati-Bumala B-Mauko |
OPEN |
4,768,000.00 |
N/A |
|||
|
4. |
E9014 |
Busire-Bukwaku(bukwaku-madola jncB138) |
PWD |
4,768,000.00 |
N/A |
|||
|
5. |
G9143 |
Muruka-Mungabo-Imakola(Muruka-Kanjala-Lukhari Sec) |
OPEN |
4,768,000.00 |
N/A |
|||
|
6. |
F9014 |
Shibale-Sikoma-Bulwani(Sikoma-Bulwani Mkt) |
WOMEN |
4,768,000.00 |
N/A |
|||
|
7. |
E9014 |
Zakayo-Ikonzo-Namwitsula(Burinda-Bujumba-Bukwaku-Nyayo Road) |
OPEN |
4,768,000.00 |
N/A |
|||
|
8. |
F9013 |
Magombe Mkt-Khuyangu Pri |
OPEN |
9,368,000.00 |
100,000.00 |
|||
|
9. |
F9021 |
Isongo Pri-Bugati |
OPEN |
9,768,000.00 |
100,000.00 |
|||
|
10. |
F9008 |
Off 778 F9008 Sijowa-Kolani(Link1 Malanga-Bumenya)Link2 Budalanga-Makokongo)Link3 Budalanga-Malanga |
OPEN |
7,768,000.00 |
100,000.00 |
FUNYULA |
11/9/2023 9.30 AM REGIONAL DIRECTOR’S OFFICE BUSIA |
|
|
11. |
F9005 |
Off C788 F9005 Nanderema-Ganga |
YOUTH |
7,768,000.00 |
N/A |
|||
|
12. |
E9010 |
Funyula-Ebukwamba Jct(1.Bukwamba jct-sio rv2.Bukwamba-muluanda mkt) |
OPEN |
9,768,000.00 |
100,000.00 |
|||
|
13. |
F9006 |
Off C828 F9006 Buduongi-Nanderema |
WOMEN |
9,768,000.00 |
N/A |
|||
|
14. |
OFF 788 |
Off C788 F9005 Nanderema - Ganga |
WOMEN |
8,268,000.00 |
N/A |
|||
|
15. |
OFF E9026 |
Off E9026 Ang’aroi-Kemodo(Ojaamong-Adungosi-Okokoru Pri) |
OPEN |
9,768,000.00 |
100,000.00 |
TESO SOUTH |
11/9/2023 9.30 AM REGIONAL DIRECTOR’S OFFICE BUSIA |
|
|
16. |
OFF E9026 |
Off E9026 Adungosi Jct-Ochude |
OPEN |
9,768,000.00 |
100,000.00 |
|||
|
17. |
G9441 |
Asing’e-Apegei(Link2 Asing’e-Achiit Jct-Aterait) |
PWD |
7,768,000.00 |
N/A |
|||
|
18. |
G9443 |
Asing’e Mkt-Omoloi-Aludeka(Link 2 Omoloi –B13 Jct and Omoloi Pri-ATC) |
YOUTH |
9,768,000.00 |
N/A |
|||
|
19. |
OFF F9027 |
Off Kaliwa-Simbachai |
OPEN |
9,768,000.00 |
100,000.00 |
|||
|
20. |
F9027 |
Kong’urapus-Aterait(Link2 Karekipi-Aterait Jct) |
WOMEN |
9,768,000.00 |
N/A |
|||
|
21. |
UG9435 |
Adungosi-Ong’ariama Ecd-Okerebwa Jct |
PWD |
7,768,000.00 |
N/A |
|||
|
22. |
G9461 |
Akoreet Pri-Amairo Mkt-Osuret Jct(Akoreet Jct-Akatangoroit Jct) |
OPEN |
9,768,000.00 |
100,000.00 |
|||
|
23. |
OFF D1855 |
Off D1855 Ong’aroi- Tangakona(Amaase-Ongaroi-Okatekok Jct) |
WOMEN |
9,768,000.00 |
N/A |
|||
|
24. |
D1850 |
Apegei-Kaliwa(Kaliwa-Tangakona)Link 2 Sidelewa-Akobwait. |
OPEN |
9,768,000.00 |
100,000.00 |
NOTE
TENDER OPENING DATE & TIME: 22/09/2023. 10.00 AM
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Must be prequalified in KeRRA Busia Region.
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
- Copy of Valid VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability). Note: :All Contractors bidding for PWD tenders must attach certified copies of their Identity Cards as issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped on company letterhead
- Confidential Business Questionnaire correctly filled, signed & stamped
- Authority to seek reference from Contractors’ bankers well written and attached.
- Bidders must serialize sequentially all pages of their tender documents.
- Other qualifications as outlined in the tender document
NOTE:
- All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
- Pre-tender site visit is a mandatory requirement
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History
- Eligibility;
- a) Any form of Canvassing will lead to automatic disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 6/9/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Director,
KeRRA Upper Western Region
P.O Box 470-50400
BUSIA
The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
Eng. Jared Omondi
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
30th October, 2024
TENDER NOTICE
The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.
Busia Region wishes to hereby invite bids from REGISTERED contractors in the Region and others within the special category Youth, Women, and Persons Living with Disabilities (Y, W, PLD) for Road Maintenance project for FY 2024/25 for the following tenders;
|
S/No. |
Tender Reference No. |
Road Name |
Category & Target Group |
Eligible Bidders/ NCA |
|
1. |
KeRRA/BSA/08/39/001 /24-25 |
OFF C814 Katome-Changara-Kilimali |
Registered |
8 and above |
|
2. |
KeRRA/BSA/08/39/002/24-25 |
OFF C814 Changara Dispensary-Kamnyongole |
Registered |
8 and above |
|
3. |
KeRRA/BSA/08/39/003/24-25 |
OFF C831 Elalai Jnt-Kawalun Bridge |
PWD |
8 and above |
|
4. |
KeRRA/BSA/08/39/004/24-25 |
Kocholia-Bitobo-Adulukoit Pri |
Registered |
8 and above |
|
5. |
KeRRA/BSA/08/39/005/24-25 |
Kotur -Kocholia |
Registered |
8 and above |
|
6. |
KeRRA/BSA/08/39/006/24-25 |
Aboloi Disp - Mwari (Malakisi) |
Youth |
8 and above |
|
7. |
KeRRA/BSA/08/39/007/24-25 |
AIC Kakoli-Aboloi |
Registered |
8 and above |
|
8. |
KeRRA/BSA/08/39/008/24-25 |
Amagoro-Awata-AIC Kakoli |
Registered |
8 and above |
|
9. |
KeRRA/BSA/08/39/009/24-25 |
Off D1831 E9036 Akichelesit-Angurai ACC's Office |
Registered |
8 and above |
|
10. |
KeRRA/BSA/08/39/010/24-25 |
Amukura-Lupida(Myanga) |
Women |
8 and above |
|
11. |
KeRRA/BSA/08/39/011/24-25 |
Machakusi -Osuret Pri |
Youth |
8 and above |
|
12. |
KeRRA/BSA/08/39/012/24-25 |
Osuret Pri-Amukura |
Women |
8 and above |
|
13. |
KeRRA/BSA/08/39/013/24-25 |
Amukura -Segero |
Women |
8 and above |
|
14. |
KeRRA/BSA/08/39/014/24-25 |
OFF C825 F9028 Amukura - Kamunoit TCC |
Youth |
8 and above |
|
15. |
KeRRA/BSA/08/39/015/24-25 |
Simbachai - Lukolis |
PWD |
8 and above |
|
16. |
KeRRA/BSA/08/39/016/24-25 |
Okame Tech-Oleipito |
Youth |
8 and above |
|
17. |
KeRRA/BSA/08/39/017/24-25 |
Amaase-Aterait |
Women |
8 and above |
|
18. |
KeRRA/BSA/08/39/018/24-25 |
Busia Air Strip ECD-Aget |
Youth |
8 and above |
|
19. |
KeRRA/BSA/08/39/019/24-25 |
OFF G9444 E9029 Buteba-Obekai-(Obucuun-Obekai) |
PWD |
8 and above |
|
20. |
KeRRA/BSA/08/39/020/24-25 |
Lwanyange - Malanga |
Registered |
8 and above |
|
21. |
KeRRA/BSA/08/39/021/24-25 |
Nambale - Lwanyange |
Registered |
8 and above |
|
22. |
KeRRA/BSA/08/39/022/24-25 |
OFF C825 E9030 Maduwa - Akobwait - Segero Jct |
Registered |
8 and above |
|
23. |
KeRRA/BSA/08/39/023/24-25 |
Segero - Nambale |
Registered |
8 and above |
|
24. |
KeRRA/BSA/08/39/024/24-25 |
Igara - Lupida |
Women |
8 and above |
|
25. |
KeRRA/BSA/08/39/025/24-25 |
Tangakona-Nasira-Maarifa |
Registered |
8 and above |
|
26. |
KeRRA/BSA/08/39/026/24-25 |
Malanga-Nang'eni Bridge |
Registered |
8 and above |
|
27. |
KeRRA/BSA/08/39/027/24-25 |
Nang'eni Bridge - Esidende |
Youth |
8 and above |
|
28. |
KeRRA/BSA/08/39/028/24-25 |
Buyofu-Igara |
Registered |
8 and above |
|
29. |
KeRRA/BSA/08/39/029/24-25 |
OFF F9020 G9253 Buyofu Jnct - Madibo |
Registered |
8 and above |
|
30. |
KeRRA/BSA/08/39/030/24-25 |
Busia -Mayenje |
Youth |
8 and above |
|
31. |
KeRRA/BSA/08/39/031/24-25 |
Busibwabo - Busidibu |
Registered |
8 and above |
|
32. |
KeRRA/BSA/08/39/032/24-25 |
Mayenje - Mundika |
Registered |
8 and above |
|
33. |
KeRRA/BSA/08/39/033/24-25 |
Mundika - Busibwabo |
Registered |
8 and above |
|
34. |
KeRRA/BSA/08/39/034/24-25 |
Busibwabo -Nasira (Kaliwa) |
Registered |
8 and above |
|
35. |
KeRRA/BSA/08/39/035/24-25 |
Bugeng'i - Nasira |
Women |
8 and above |
|
36. |
KeRRA/BSA/08/39/036/24-25 |
Polytechnic - Muyafwa |
Registered |
8 and above |
|
37. |
KeRRA/BSA/08/39/037/24-25 |
Lugulu -Butula |
Registered |
8 and above |
|
38. |
KeRRA/BSA/08/39/038/24-25 |
Lugulu -Siribo |
Registered |
8 and above |
|
39. |
KeRRA/BSA/08/39/039/24-25 |
Siribo - Bukhuyi |
Registered |
8 and above |
|
40. |
KeRRA/BSA/08/39/040/24-25 |
Zakayo Jnct-Namwitsula Rv |
Registered |
8 and above |
|
41. |
KeRRA/BSA/08/39/041/24-25 |
C30 Murumba - Malanga River |
Registered |
8 and above |
|
42. |
KeRRA/BSA/08/39/042/24-25 |
Murumba-Nyalwanda |
Registered |
8 and above |
|
43. |
KeRRA/BSA/08/39/043/24-25 |
Mabunge - Shibale |
Youth |
8 and above |
|
44. |
KeRRA/BSA/08/39/044/24-25 |
Burinda-Busiada |
Women |
8 and above |
|
45. |
KeRRA/BSA/08/39/045/24-25 |
Muruka - Inungo (Kanjala) |
Registered |
8 and above |
|
46. |
KeRRA/BSA/08/39/046/24-25 |
Butula -Sikarira |
Women |
8 and above |
|
47. |
KeRRA/BSA/08/39/047/24-25 |
JCT C778 D1852 Bukiri-Buduta |
Registered |
8 and above |
|
48. |
KeRRA/BSA/08/39/048/24-25 |
OFF C778 F9008- Sijowa-Malanga Pri |
Registered |
8 and above |
|
49. |
KeRRA/BSA/08/39/049/24-25 |
OFF C778 G9062 Funyula-DB Siaya (Kanyaudo) |
Registered |
8 and above |
|
50. |
KeRRA/BSA/08/39/050/24-25 |
Nangina - Sio Port |
Registered |
8 and above |
|
51. |
KeRRA/BSA/08/39/051/24-25 |
Sio Port - Mumbaka - Okados |
Registered |
8 and above |
|
52. |
KeRRA/BSA/08/39/052/24-25 |
Nakhasiko-Ganjala |
Registered |
8 and above |
|
53. |
KeRRA/BSA/08/39/053/24-25 |
Nangina-Nakhasiko |
Youth |
8 and above |
|
54. |
KeRRA/BSA/08/39/054/24-25 |
OFF D1856 Sio Port-Mufumu-Agenga |
Registered |
8 and above |
|
55. |
KeRRA/BSA/08/39/055/24-25 |
Off C 778 G9066 JNC-Bwangangi pri |
Women |
8 and above |
|
56. |
KeRRA/BSA/08/39/056/24-25 |
Ganjala -Sagania |
Registered |
8 and above |
|
57. |
KeRRA/BSA/08/39/057/24-25 |
0FF E9010 G9074 Sibale-Mukonjo-Mundaya |
PWD |
8 and above |
|
58. |
KeRRA/BSA/08/39/058/24-25 |
Off E 9013 G9079 Nambuku-Lugala-Buradi |
Women |
8 and above |
|
59. |
KeRRA/BSA/08/39/059/24-25 |
OFF C778 F9003 Namalo-Budalangi |
Registered |
8 and above |
|
60. |
KeRRA/BSA/08/39/060/24-25 |
Hakati -Port Victoria |
Registered |
8 and above |
|
61. |
KeRRA/BSA/08/39/061/24-25 |
OFF C829 E9003 Port Victoria-Marenga Beach |
Registered |
8 and above |
|
62. |
KeRRA/BSA/08/39/062/24-25 |
OFF C829 E9004 Budalangi Jnct - Rwambwa |
Registered |
8 and above |
|
63. |
KeRRA/BSA/08/39/063/24-25 |
OFF C829 G9019 Sifugwe Pri - Budalang'i |
Women |
8 and above |
|
64. |
KeRRA/BSA/08/39/064/24-25 |
Off Hakati-Port victoria |
Registered |
8 and above |
|
65. |
KeRRA/BSA/08/39/065/24-25 |
Ludacho-Budubusi |
Youth |
8 and above |
|
66. |
KeRRA/BSA/08/39/066/24-25 |
Budalang'i Mkt -Bulagu Pri |
Registered |
8 and above |
|
67. |
KeRRA/BSA/08/39/067/24-25 |
Nambengele-Mudembi |
Women |
8 and above |
|
68. |
KeRRA/BSA/08/39/068/24-25 |
Ang'aro-Akobwaitcha |
Youth |
8 and above |
|
69. |
KeRRA/BSA/08/39/069/24-25 |
Ang'urai -Aloete - Chemasir |
Women |
8 and above |
|
70. |
KeRRA/BSA/08/39/070/24-25 |
Changara-Chemasir |
Registered |
8 and above |
|
71. |
KeRRA/BSA/08/39/071/24-25 |
OFF C831 F9031: Kakapel-Awata |
Registered |
8 and above |
|
72. |
KeRRA/BSA/08/39/072/24-25 |
Jairos (Asianut ECD)-Okuleu-Awata |
Registered |
8 and above |
|
73. |
KeRRA/BSA/08/39/073/24-25 |
Obekai-Tangakona |
Women |
8 and above |
|
74. |
KeRRA/BSA/08/39/074/24-25 |
Akites-Obekai |
Registered |
8 and above |
|
75. |
KeRRA/BSA/08/39/075/24-25 |
Okame Tech - Adung'osi |
Registered |
8 and above |
|
76. |
KeRRA/BSA/08/39/076/24-25 |
Adung'osi - Buteba |
Youth |
8 and above |
|
77. |
KeRRA/BSA/08/39/077/24-25 |
Segero - Okame Tech |
Registered |
8 and above |
|
78. |
KeRRA/BSA/08/39/103/24-25 |
OFF P38 BI Junct - Victory Academy |
PWD |
8 and above |
|
79. |
KeRRA/BSA/08/39/078/24-25 |
Lupida - Musokoto |
Registered |
8 and above |
|
80. |
KeRRA/BSA/08/39/079/24-25 |
Busidibu - Maarifa |
PWD |
8 and above |
|
81. |
KeRRA/BSA/08/39/080/24-25 |
Malanga Rv-Malanga Jnct C825 |
Women |
8 and above |
|
82. |
KeRRA/BSA/08/39/081/24-25 |
Aringo Jnct.-Mabunge |
Registered |
8 and above |
|
83. |
KeRRA/BSA/08/39/082/24-25 |
Appoloneas - Mungatsi |
Youth |
8 and above |
|
84. |
KeRRA/BSA/08/39/083/24-25 |
Sibembe-Buyofu |
Registered |
8 and above |
|
85. |
KeRRA/BSA/08/39/084/24-25 |
Ganjala -Matayos |
Registered |
8 and above |
|
86. |
KeRRA/BSA/08/39/085/24-25 |
Matayos-Namwitsula Bridge |
Registered |
8 and above |
|
87. |
KeRRA/BSA/08/39/086/24-25 |
Namwitsula Bridge-Nasewa |
Registered |
8 and above |
|
88. |
KeRRA/BSA/08/39/087/24-25 |
Kabwodo-Barng'eche |
Youth |
8 and above |
|
89. |
KeRRA/BSA/08/39/088/24-25 |
Nyayo Junct - Namwitsula Rv |
Women |
8 and above |
|
90. |
KeRRA/BSA/08/39/089/24-25 |
Enango bridge-Bumala Jnct |
Youth |
8 and above |
|
91. |
KeRRA/BSA/08/39/090/24-25 |
Bumala -DB Siaya |
Registered |
8 and above |
|
92. |
KeRRA/BSA/08/39/091/24-25 |
Burinda-Buriya-Nyamwanga |
Registered |
8 and above |
|
93. |
KeRRA/BSA/08/39/092/24-25 |
Ikonzo - King'andole |
Women |
8 and above |
|
94. |
KeRRA/BSA/08/39/093/24-25 |
Murumba -Esikoma |
Registered |
8 and above |
|
95. |
KeRRA/BSA/08/39/094/24-25 |
OFF C778 G9045 Nanderema-Rumbiye-Siaya Border |
PWD |
8 and above |
|
96. |
KeRRA/BSA/08/39/095/24-25 |
OFF C778 G9054 Funyula-Bukiri |
Registered |
8 and above |
|
97. |
KeRRA/BSA/08/39/096/24-25 |
Sio Port-Sisenye |
Registered |
8 and above |
|
98. |
KeRRA/BSA/08/39/097/24-25 |
Nyakwaka-Muramba-Sio Port |
Registered |
8 and above |
|
99. |
KeRRA/BSA/08/39/098/24-25 |
Ganga -Namuduru -Nyamila |
Youth |
8 and above |
|
100. |
KeRRA/BSA/08/39/099/24-25 |
Magombe -Boro |
Women |
8 and above |
|
101. |
KeRRA/BSA/08/39/100/24-25 |
Okados - Mundere |
Registered |
8 and above |
|
102. |
KeRRA/BSA/08/39/101/24-25 |
D250 Junct -Sisenye |
Registered |
8 and above |
|
103. |
KeRRA/BSA/08/39/102/24-25 |
Bulemia-Mudembi |
PWD |
8 and above |
Bidders MUST meet the following requirements alongside other requirements contained in tender documents.
- To enhance equity bidders will only be awarded a maximum of two (2) tenders either as a director or a company under this tender notice.
- Pre-Tender site visit shall not be Mandatory. However, Bidders are requested to familiarize themselves with the site before tendering.
- Bidders MUST provide an original document and a copy.
- All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
NOTE
All attachments must be certified by a commissioner for oaths.
Note: The cost estimate of the proposed works has been provided in the tender document.
Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/BSA/….. /….) number and Description, should be sent to the address below or deposited in the Tender Box located at the KeRRA Busia Regional Office, Public Works Yard, Off Kisumu – Busia Highway.
Regional Director,
Kenya Rural Roads Authority,
Busia Region,
P.O Box 470-50400,
BUSIA - KENYA.
So as to be received on 21st November, 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.
ENG. JARED OMONDI,
REGIONAL DIRECTOR,
BUSIA REGION
Date: 24th September, 2019
ADDENDUM No.1
Download revised tender Notice here
The Kenya Rural Roads Authority (Busia) wishes to inform firms participating in the tenders for 22% RMLF Savings, 10% RMLF (Special), GOK Development FY 18/19 that clarifications are deemed necessary calling for an addendum.
Reference is made to the Tender Notice KeRRA/BSA/PROC/ADVERT – 04/18/19 for Busia Region dated 18th September, 2019. The following bridge along Madende Clinic – Kaludeka road has been cancelled. The same will be advertised soon.
|
NAMBALE CONSTITUENCY
|
|||||
|
S/NO |
ROAD CODE |
ROAD NAME |
TENDER NUMBER |
ELIGIBLE CATEGORY TO BID |
REMARKS |
|
1 |
G9245 |
MADENDE CLINIC – KALUDEKA(WALATSI BRIDGE) |
KeRRA/011/BSA/39/GOK D/18|19 - 092 |
Prequalified in Category B only NCA 6 and above |
CANCELLED |
The tender documents for the following road tenders have been revised and the corrected bids availed:
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 075
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 076
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 077
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 078
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 079
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 080
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 081
- KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 082
- KeRRA/011/BSA/39/GOK D/18/19 – 083
- KeRRA/011/BSA/39/SP/18/19 – 084
- KeRRA/011/BSA/39/ SP /18/19 – 085
- KeRRA/011/BSA/39/ SP /18/19 – 086
- KeRRA/011/BSA/39/ SP /18/19 – 087
- KeRRA/011/BSA/39/ SP /18/19 – 088
- KeRRA/011/BSA/39/ SP /18/19 – 089
- KeRRA/011/BSA/39/ SP /18/19 – 090
- KeRRA/011/BSA/39/ SP /18/19 – 091
- KeRRA/011/BSA/39/ GOK D/18/19 – 093
The other details concerning the advertisement remains unchanged.
Senior Supply Chain Officer
For Deputy Director (Roads)
BUSIA REGION
TENDER NOTICE
Our Ref: KeRRA/BSA/PROC/ADVERT – 04/18/19 Date: 18TH SEPTEMBER, 2019
Download tender notice here
Kenya Rural Roads Authority, Busia Region; invites eligible prequalified (FY 2017/19) contractors in their respective Constituencies under category ‘B’, ‘C’, ‘D’ and ‘E’ together with those entities under Access to Government procurement opportunities (AGPO) Programme to tender for road works projects under 22% RMLF Savings, GOK Development & Savings and AIA for financial year 2018/19.
INSTRUCTIONS TO TENDERERS:
Pre-tender site visit is MANDATORY from 8.00 am from KeRRA Busia office. Tenderers should ensure a site visit certificate is issued to them by the respective Constituency Roads Officers (CRO) at the end of each session.
Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.
1. MANDATORY REQUIREMENTS
Eligible bidders must meet and attach the following mandatory requirements among others:-
- Form of Tender – correctly filled, signed and stamped.
- Confidential business questionnaire - Correctly filled, signed and stamped.
- Certified copy of certificate of incorporation /business registration certificate
- Valid Registration Certificate with National Construction Authority (NCA) – Civil Engineering Road works category 8 and above
- Valid and Up to date Practicing License with National Construction Authority (NCA 8 and above)
- Certified copy of PIN and VAT registration certificate.
- Valid and Up to date Tax Compliance certificate.
- Certified copy of CR12 certificate.
- Proof of valid and Up to date National Treasury certificate for AGPO (Women, Youth & Persons Living with Disability).
- Certified copies of national identity card/passport for the company directors.
- Pre-tender site visit certificates (properly filled, Signed & Stamped)
- Proof of bank account in bidder’s name
- Bidders MUST serialize all the pages of their tender documents.
- Bidders may bid for more than two tenders in a Constituency but can only be considered for two contracts in the entire region.
- Provide Authority to seek Reference from the tenderer’s bank
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the date of tender opening.
- Bidder must provide all the information required as per the advertisement and tender document
- TECHNICAL AND FINANCIAL EVALUATION REQUIREMENTS Thresholds specified in the bid documents covering the following:
- i) Proof of similar previous experience. ii) Proof of trained, experienced personnel to undertake the specified works supported with their respective certificates. iii) Proof of ownership of equipment or lease agreement of such equipment to undertake the specified works.
- Current workload status
- Litigation history (it must be current within one (1) year from the date of submission of the tender)
|
Tender Number |
Project (Road Code and Name) |
Mandatory Pre-Tender Site Visit Date |
Tender Closing/Opening Date |
Eligible Category To Bid |
Constituency |
Downloads |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-075 |
C825: Amukura - Segero |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Teso South |
Tender document |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-076 |
G9121: Bukhalarire – Busiada - |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Butula |
Tender document |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-077 |
G9122: Oloo Market – Lerekwe - Khunyangu |
23rd September, 2019 |
2nd October, 2019 |
Women |
Butula |
Tender document |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-078 |
C826: Busia - Mayenje |
23rd September, 2019 |
2nd October, 2019 |
Youth |
Matayos |
Tender document |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-079 |
F9030: Jairos - Amogoro |
23rd September, 2019 |
2nd October, 2019 |
Youth |
Teso North |
Tender document |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-080 |
D831: Kangelemuka – Duka Moja |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Teso North |
Tender document |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-081 |
C826:Mayenje - Mundika |
23rd September, 2019 |
2nd October, 2019 |
Youth |
Matayos |
Tender document |
|
KeRRA/011/BSA/39/ 22%RMLF SAVINGS/18|19-082 |
C825: Nambale - Lugulu |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Nambale |
Tender document |
|
KeRRA/011/BSA/39/ Gok d/18|19-083 |
E9014: Bujumba - Bukhwaku |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Butula |
Tender document |
|
KeRRA/011/BSA/39/ SP/18|19-084 |
C778: Ruambwa - Hakati |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Budalangi |
Tender document |
|
KeRRA/011/BSA/39/ SP/18|19-085 |
F9027: Kongurapus - Karisa |
23rd September, 2019 |
2nd October, 2019 |
Women |
Teso South |
RevisedTender document |
|
KeRRA/011/BSA/39/ SP/18|19-086 |
F9029: Amukura - Musokoto |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Teso South |
Tender document |
|
KeRRA/011/BSA/39/ SP/18|19-087 |
G9441: Asinge Primary - Apegei |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Teso South |
Tender document |
|
KeRRA/011/BSA/39/ SP/18|19-088 |
U9432: Amongura Mkt – Ongariama |
23rd September, 2019 |
2nd October, 2019 |
PLWD |
Teso South |
Tender document |
|
KeRRA/011/BSA/39/ SP/18|19-089 |
U9432: Chakoi – Ongariama Pry |
23rd September, 2019 |
2nd October, 2019 |
Women |
Teso South |
Tender document |
|
KeRRA/011/BSA/39/ SP/18|19-090 |
U9435: Okerebwa – Kadede Junction |
23rd September, 2019 |
2nd October, 2019 |
PLWD |
Teso South |
Tender document |
|
KeRRA/011/BSA/39/ SP/18|19-091 |
G9459: Amaase Mkt – Aterait Mkt |
23rd September, 2019 |
2nd October, 2019 |
Youth |
Teso South |
Tender document |
|
KeRRA/011/BSA/39/ Gok d/18|19-092 CANCELLED |
G9245: Madende Clinic –Kaludeka (Watasi Bridge) |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in Category B only NCA 6 and above |
Nambale |
CANCELLED |
|
KeRRA/011/BSA/39/ Gok d Savings/18|19- 093 |
F9020: Buyofu - Igara |
23rd September, 2019 |
2nd October, 2019 |
Prequalified in C,D & E/YWPWD |
Nambale |
Tender document |
Interested eligible tenderers may download the tender Documents from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke from Tuesday 19th September, 2019 or Purchased upon payment of a non–refundable fee of KShs. 1,000.00 (Kenya Shillings One
Thousand Only). Payment should only be deposited into: KCB Acc. Name: KeRRA-AIA Acc. No: 1114343196 Branch: Moi Avenue, Nairobi
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, should be deposited in the Tender Box located at the KeRRA Busia Deputy Director’s office or be addressed and sent to;
Deputy Director (Roads),
Kenya Rural Roads Authority,
Box 470-50440
Busia
Tender documents MUST be submitted not later than 11.00 am on or before 2nd October, 2019.
Submitted bids will be opened publicly immediately thereafter in the presence of the Bidders or their representatives who choose to attend.
Late bids will be returned unopened.
The Authority reserves the right to accept or reject any tender with reasons thereof and is not bound to accept the lowest or any tender.
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR - ROADS
KENYA RURAL ROADS AUTHORITY
4th November, 2024
TENDER ADDENDUM
TO ALL CONTRACTORS
This is to inform Contractors that ALL the Tenders for Tana River Region have been cancelled until further notice due to the review of the bills of Quantities.
Thank you.
Eng.Patrick Mbaabu Peter
RD-TANA RIVER REGION
|
|
Opening Up Rural
KENYA RURAL ROADS AUTHORITY
Tenders under allocations in the financial year 2024-2025 which was advertised on 30th October 2024 at regional notice board and posted on www.kerra.go.ke. All interested bidders are notified that tenders have been CANCELLED until further notice.
All interested bidders are requested to continually check the Kenya Rural Roads Authority website: www.kerra.go.ke and Public Procurement Information Portal (PPIP): www.ppip.go.ke.
|
Tender Ref. |
Road Name |
Category & Target group |
Eligible bidders/ NCA |
|
KeRRA/MRU/08/39/001/2-24-24|25-001 |
Kiolo - Michimikuru - Muriri |
Registered |
8 and above |
|
KeRRA/MRU/08/39/002/2-24-24|25-002 |
Kiolo - Irindiro - Giithu - Kunati |
PWD |
8 and above |
|
KeRRA/MRU/08/39/003/2-24-24|25-003 |
Muthara - Maburwa -Ntangilia - Mbee - Kampela |
Registered |
8 and above |
|
KeRRA/MRU/08/39/004/2-24-24|25-004 |
Kingo - Marega - Kaguata |
Registered |
8 and above |
|
KeRRA/MRU/08/39/005/2-24-24|25-005 |
Rurii - Mukunga Pry - Kiguuma |
Women |
8 and above |
|
KeRRA/MRU/08/39/006/2-24-24|25-006 |
Karama - Mutiutikirira - Mwerokieni - Mbaranga Factory |
PWD’s |
8 and above |
|
KeRRA/MRU/08/39/007/2-24-24|25-007 |
Kailune - Kilindo - Kirimancuma |
Youth |
8 and above |
|
KeRRA/MRU/08/39/008/2-24-24|25-008 |
Akaiga Sec - Gikoone Market - Kaathi Bukwang Sec |
Women |
8 and above |
|
KeRRA/MRU/08/39/009/2-24-24|25-009 |
Akaiga - Thangatha - Kiguma |
Registered |
8 and above |
|
KeRRA/MRU/08/39/010/2-24-24|25-010 |
Ameetho - Ankamia - Kaathi |
PWD |
8 and above |
|
KeRRA/MRU/08/39/011/2-24-24|25-011 |
Mucii Mikuru - Mikinduri Girls |
Registered |
8 and above |
|
KeRRA/MRU/08/39/012/2-24-24|25-012 |
Mutuati Shikashika |
Registered |
8 and above |
|
KeRRA/MRU/08/39/013/2-24-24|25-013 |
Kilaone - Ndila - Kanjoo |
Youth |
8 and above |
|
KeRRA/MRU/08/39/014/2-24-24|25-014 |
Red Canteen - Kimongoro - Anchenge |
Registered |
8 and above |
|
KeRRA/MRU/08/39/015/2-24-24|25-015 |
Kibilaku - Auki - Red Canteen |
Registered |
8 and above |
|
KeRRA/MRU/08/39/016/2-24-24|25-016 |
Kirindine - Antubeiga |
Registered |
8 and above |
|
KeRRA/MRU/08/39/017/2-24-24|25-017 |
Kimongoro - Kianda - Kisimani |
Registered |
8 and above |
|
KeRRA/MRU/08/39/018/2-24-24|25-018 |
Nceme - Kamburu |
Youth |
8 and above |
|
KeRRA/MRU/08/39/019/2-24-24|25-019 |
Kiegoi - Antuamuo - Athi |
Registered |
8 and above |
|
KeRRA/MRU/08/39/020/2-24-24|25-020 |
Riaki - Ndune - Thangathi |
Registered |
8 and above |
|
KeRRA/MRU/08/39/021/2-24-24|25-021 |
Itumi - Mukuri - Makili |
Registered |
8 and above |
|
KeRRA/MRU/08/39/022/2-24-24|25-022 |
Kabuitu - Kiamaringa - MNP |
Youth |
8 and above |
|
KeRRA/MRU/08/39/023/2-24-24|25-023 |
Laare - Antubetwe |
Youth |
8 and above |
|
KeRRA/MRU/08/39/024/2-24-24|25-024 |
KK - Inono - Munyanda - Mbayo - Lituani |
Registered |
8 and above |
|
KeRRA/MRU/08/39/025/2-24-24|25-025 |
Ntunene-Girls-Laare-Kirindara-Kanuni |
PWD’s |
8 and above |
|
KeRRA/MRU/08/39/026/2-24-24|25-026 |
KK - Etama Karichu |
Registered |
8 and above |
|
KeRRA/MRU/08/39/027/2-24-24|25-027 |
Mutuati - Leeta - Tiili |
Youth |
8 and above |
|
KeRRA/MRU/08/39/028/2-24-24|25-028 |
Kaelo - Mweromutua - Kithetu |
Women |
8 and above |
|
KeRRA/MRU/08/39/029/2-24-24|25-029 |
Antubetwe - Kiani - Kinanduba |
Registered |
8 and above |
|
KeRRA/MRU/08/39/030/2-24-24|25-030 |
Mutuati - Murwete - Nginyo |
PWD |
8 and above |
|
KeRRA/MRU/08/39/031/2-24-24|25-031 |
Giika - Nkinja - Kianda |
PWD |
8 and above |
|
KeRRA/MRU/08/39/032/2-24-24|25-032 |
Kaelo - kiulama - KK - Kiuura |
Women |
8 and above |
|
KeRRA/MRU/08/39/033/2-24-24|25-033 |
Kaelo - Kiromwathi - Antubetwe |
Women |
8 and above |
|
KeRRA/MRU/08/39/034/2-24-24|25-034 |
Amungenti - Abuuri |
Women |
8 and above |
|
KeRRA/MRU/08/39/35/2-24-24|25-035 |
Kawiru - Nthambiro - Mangala - MNP |
Registered |
8 and above |
|
KeRRA/MRU/08/39/036/2-24-24|25-036 |
Maili Tatu KK Laare |
Women |
8 and above |
|
KeRRA/MRU/08/39/037/2-24-24|25-037 |
KK - Njoune |
Registered |
8 and above |
|
KeRRA/MRU/08/39/038/2-24-24|25-038 |
Kawiru - Nthambiro Kanjoo M.N.P |
Registered |
8 and above |
|
KeRRA/MRU/08/39/039/2-24-24|25-039 |
Muringene - Gituine - Irindii |
Registered |
8 and above |
|
KeRRA/MRU/08/39/040/2-24-24|25-040 |
Muringene - Mukorene - Buatine |
Youth |
8 and above |
|
KeRRA/MRU/08/39/041/2-24-24|25-041 |
Kabukuro - Kinna |
Youth |
8 and above |
|
KeRRA/MRU/08/39/042/2-24-24|25-042 |
Kathelwa - Akongolo |
Registered |
8 and above |
|
KeRRA/MRU/08/39/043/2-24-24|25-043 |
Ewa - Miori - Kiengu |
Registered |
8 and above |
|
KeRRA/MRU/08/39/044/2-24-24|25-044 |
Muutine - Njia Boys Limoro - Isiolo |
Women |
8 and above |
|
KeRRA/MRU/08/39/045/2-24-24|25-045 |
Ruiri - Kirindine |
PWD’s |
8 and above |
|
KeRRA/MRU/08/39/046/2-24-24|25-046 |
Nkiluthu - Kibiru - C354 Zion |
Registered |
8 and above |
|
KeRRA/MRU/08/39/047/2-24-24|25-047 |
Kabooya - Laciathuriu - Athwana Accs Office |
Registered |
8 and above |
|
KeRRA/MRU/08/39/048/2-24-24|25-048 |
Kinoria - Thau - Lairangi - Mumui |
Youth |
8 and above |
|
KeRRA/MRU/08/39/049/2-24-24|25-049 |
Kiaie - Isiolo Boundary Road |
Registered |
8 and above |
|
KeRRA/MRU/08/39/050/2-24-24|25-050 |
Ngundune - Maanthi -Ntiba - Kaliati |
Registered |
8 and above |
|
KeRRA/MRU/08/39/051/2-24-24|25-051 |
Miathene - Ithamare - ntoombo |
Registered |
8 and above |
|
KeRRA/MRU/08/39/052/2-24-24|25-052 |
Kaliati - Kithiru - Liutu |
Youth |
8 and above |
|
KeRRA/MRU/08/39/053/2-24-24|25-053 |
Kitheo - Mucuune - Kiurine |
Registered |
8 and above |
|
KeRRA/MRU/08/39/054/2-24-24|25-054 |
Kimirii - Makandi - Jnct Muthaa |
PWD |
8 and above |
|
KeRRA/MRU/08/39/055/2-24-24|25-055 |
Kimeria Njogu - Kiorimba |
Women |
8 and above |
|
KeRRA/MRU/08/39/056/2-24-24|25-056 |
Gitebe - Ngonyi |
Youth |
8 and above |
|
KeRRA/MRU/08/39/057/2-24-24|25-057 |
Three Steers - Consolata sisters |
Registered |
8 and above |
|
KeRRA/MRU/08/39/058/2-24-24|25-058 |
Gitwiki - Milimani |
Registered |
8 and above |
|
KeRRA/MRU/08/39/059/2-24-24|25-059 |
Kithoka Pry Sch - Kwa Msenangu - Kaithe |
Registered |
8 and above |
|
KeRRA/MRU/08/39/060/2-24-24|25-060 |
Munithu Pry - Munithu Catholic Rd |
Youth |
8 and above |
|
KeRRA/MRU/08/39/061/2-24-24|25-061 |
Gankere - Mukundu - Ndiine Rd |
Women |
8 and above |
|
KeRRA/MRU/08/39/062/2-24-24|25-062 |
Car Wash - Muruine |
Registered |
8 and above |
|
KeRRA/MRU/08/39/063/2-24-24|25-063 |
Kwa Daudi - Tiaru - Gachiege B |
PWD |
8 and above |
|
KeRRA/MRU/08/39/064/2-24-24|25-064 |
Kwa Muthee - Muruine RD |
Registered |
8 and above |
|
KeRRA/MRU/08/39/065/2-24-24|25-065 |
Gikumene - Ntakira Chiefs Camp - - Katheri Rd |
Youth |
8 and above |
|
KeRRA/MRU/08/39/066/2-24-24|25-066 |
Bypass - Gachanka - MCK - Nchaure Rd |
Registered |
8 and above |
|
KeRRA/MRU/08/39/067/2-24-24|25-067 |
LR Kathima RD |
Women |
8 and above |
|
KeRRA/MRU/08/39/068/2-24-24|25-068 |
Mate Rd - Muringombugi - Gaukene Mkt Rd |
Registered |
8 and above |
|
KeRRA/MRU/08/39/069/2-24-24|25-069 |
Kibui mrkt - Nkurune Rd |
PWD |
8 and above |
|
KeRRA/MRU/08/39/070/2-24-24|25-070 |
Bypass - Calvary - Kainginyo - Kirogine Rd |
Registered |
8 and above |
|
KeRRA/MRU/08/39/071/2-24-24|25-071 |
Kainginyo - Mkt - Kaunjira - Gachige Rd |
PWD |
8 and above |
|
KeRRA/MRU/08/39/072/2-24-24|25-072 |
Runogone Chief Camp - Kiathandi Junct - Migingo |
Registered |
8 and above |
|
KeRRA/MRU/08/39/073/2-24-24|25-073 |
Kooje - Kirima kia Majau - Mwirine Pry |
Registered |
8 and above |
|
KeRRA/MRU/08/39/074/2-24-24|25-074 |
Kabukaaaaarare - Chief Ntinyari - Chief Karen Rd |
Youth |
8 and above |
|
KeRRA/MRU/08/39/075/2-24-24|25-075 |
CMC - Kooje Rd |
Registered |
8 and above |
|
KeRRA/MRU/08/39/076/2-24-24|25-076 |
Njagi - A9 - Sister Rd |
Women |
8 and above |
|
KeRRA/MRU/08/39/077/2-24-24|25-077 |
Central Bank - Hospital |
Registered |
8 and above |
|
KeRRA/MRU/08/39/078/2-24-24|25-078 |
Milimani - Allamano - Mpuri Rd |
PWD |
8 and above |
|
KeRRA/MRU/08/39/079/2-24-24|25-079 |
Gitimbine - Irinda - Magundu Rd |
Registered |
8 and above |
|
KeRRA/MRU/08/39/080/2-24-24|25-080 |
Kaithe - Counselor Mugambi - Gitwiki |
Youth |
8 and above |
|
KeRRA/MRU/08/39/081/2-24-24|25-081 |
Mpakone -Kwa Mubichi - Runogone Pry - Kaaga Rd |
Registered |
8 and above |
|
KeRRA/MRU/08/39/082/2-24-24|25-082 |
CJ Kiorone RD |
Youth |
8 and above |
|
KeRRA/MRU/08/39/083/2-24-24|25-083 |
H-Young - Kiembeni - M Twaruja Rd |
Women |
8 and above |
|
KeRRA/MRU/08/39/084/2-24-24|25-084 |
Kambakia Police Post – Kambakia Christian Center - Kongo Acheke Rd |
Registered |
8 and above |
|
KeRRA/MRU/08/39/085/2-24-24|25-085 |
TM - Ntugi |
Youth |
8 and above |
|
KeRRA/MRU/08/39/086/2-24-24|25-086 |
Gitimene - Kirore Pry |
Registered |
8 and above |
|
KeRRA/MRU/08/39/087/2-24-24|25-087 |
Kwa Marete - Ontulili Boys |
Registered |
8 and above |
|
KeRRA/MRU/08/39/088/2-24-24|25-088 |
Kiringo Pry - Gitoro |
Youth |
8 and above |
|
KeRRA/MRU/08/39/089/2-24-24|25-089 |
Barrier - Tutua |
Registered |
8 and above |
|
KeRRA/MRU/08/39/090/2-24-24|25-090 |
Mbaari Canteen - Kwa Kaburo |
PWD |
8 and above |
|
KeRRA/MRU/08/39/091/2-24-24|25-091 |
Njuruta - Kinoria Akuru |
Registered |
8 and above |
|
KeRRA/MRU/08/39/092/2-24-24|25-092 |
Dunia - Sarahdyre - Maritati |
Registered |
8 and above |
|
KeRRA/MRU/08/39/093/2-24-24|25-093 |
Mugumone Pry - Kiolo Kia Ndiria - St Peter |
Women |
8 and above |
|
KeRRA/MRU/08/39/094/2-24-24|25-094 |
Ntirimiti - Murangine |
Registered |
8 and above |
|
KeRRA/MRU/08/39/095/2-24-24|25-095 |
Kangaita - Gichagi - Kwa David |
PWD |
8 and above |
|
KeRRA/MRU/08/39/096/2-24-24|25-096 |
Gitune - Karindine - Kaongo |
Registered |
8 and above |
|
KeRRA/MRU/08/39/097/2-24-24|25-097 |
Kieni Pry - Kithare Factory |
PWD |
8 and above |
|
KeRRA/MRU/08/39/098/2-24-24|25-098 |
Kanywee - Muuti - Kirwiro - Kwa Miungii |
Youth |
8 and above |
|
KeRRA/MRU/08/39/099/2-24-24|25-099 |
Uchuru pry - Katwene Mkt Gikuru - Kiamuri |
Registered |
8 and above |
|
KeRRA/MRU/08/39/100/2-24-24|25-100 |
Gakui - Karigu River - Kwa Henry |
Women |
8 and above |
|
KeRRA/MRU/08/39/101/2-24-24|25-101 |
Kithirune MKT - Kioru - Kibari kia Matangi |
Registered |
8 and above |
|
KeRRA/MRU/08/39/102/2-24-24|25-102 |
Kwa - Jakubu - Mugambone - Kinjo |
Youth |
8 and above |
|
KeRRA/MRU/08/39/103/2-24-24|25103 |
Tabata - Kagumbu - Kwa Kamengere - Gakuu |
PWD |
8 and above |
|
KeRRA/MRU/08/39/104/2-24-24|25-104 |
Kwa Kanyi - Kambao - mbajone Kwa Sister |
Registered |
8 and above |
|
KeRRA/MRU/08/39/105/2-24-24|25-105 |
Mitunguu - Mbeti |
Registered |
8 and above |
|
KeRRA/MRU/08/39/106/2-24-24|25-106 |
Mitunguu - Nkubu - Marimba - Chogoria |
PWD |
8 and above |
|
KeRRA/MRU/08/39/107/2-24-24|25-107 |
Murungurune Rwantumbi - Marimba |
Youth |
8 and above |
|
KeRRA/MRU/08/39/108/2-24-24|25-108 |
Kanyakine - Mitunguu |
Registered |
8 and above |
|
KeRRA/MRU/08/39/109/2-24-24|25-109 |
Kionyo - Kanyakine |
Women |
8 and above |
|
KeRRA/MRU/08/39/110/2-24-24|25-110 |
Igoji - Mworoga - Maraa |
Registered |
8 and above |
|
KeRRA/MRU/08/39/111/2-24-24|25-111 |
Triplink - Ukuu Mrkt |
Registered |
8 and above |
|
KeRRA/MRU/08/39/112/2-24-24|25-112 |
Kigene - Corner Mbaya |
Registered |
8 and above |
|
KeRRA/MRU/08/39/113/2-24-24|25-113 |
Keria - Kiangua |
Registered |
8 and above |
|
KeRRA/MRU/08/39/114/2-24-24|25-114 |
Ukuu - Kaubao - Nkando |
Youth |
8 and above |
|
KeRRA/MRU/08/39/115/2-24-24|25-115 |
Nkui - Mamuru - Gitara - Gituo |
Youth |
8 and above |
|
KeRRA/MRU/08/39/116/2-24-24|25-116 |
Kiangua - Nkunjumo |
PWD |
8 and above |
|
KeRRA/MRU/08/39/117/2-24-24|25-117 |
Nkiroone - Mugae - Muchogomone - Nkorine - Mukaragatine - Kiamweri |
Registered |
8 and above |
|
KeRRA/MRU/08/39/118/2-24-24|25-118 |
Igandene - 08 - Bubui - Gaturi |
Registered |
8 and above |
|
KeRRA/MRU/08/39/119/2-24-24|25-119 |
Mastimene - Kairaa - Kathithine |
Registered |
8 and above |
|
KeRRA/MRU/08/39/120/2-24-24|25-120 |
Muichiune - Baranga |
Registered |
8 and above |
|
KeRRA/MRU/08/39/121/2-24-24|25-121 |
Kagwampungu - Kaurothi |
Women |
8 and above |
|
KeRRA/MRU/08/39/122/2-24-24|25-122 |
National Oil - Kigane - Munani |
Registered |
8 and above |
Bidders MUST meet the following requirements alongside other requirements contained in tender documents.
- To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
- Bidders are requested to familiarize themselves to the site before tendering.
- All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders or www.tenders.go.ke for any tender addendum or clarification that may arise before the submission date.
NOTE
All attachments must be certified by a commissioner for oaths.
Note: The cost estimate of the proposed works has been provided in the tender document.
Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke or www.tenders.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference number and Description, should be sent to the address below or deposited in the Tender Box located at Meru Regional Office Mwendantu Road.
Regional Director
Kenya Rural Roads Authority,
P.O. Box 442-60200,
MERU
So as to be received as per the table below and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.
|
S/No. |
Tender reference |
Venue |
Date |
Time |
|
1 |
KeRRA/MRU/08/39/012/2-24-24/25-012 to KeRRA/MRU/08/39/044/2-24-24|25-044 |
Regional office |
19th November 2024 |
10.00Am |
|
2 |
KeRRA/MRU/08/39/001/2-24-24|25-001 to KeRRA/MRU/08/39/011/2-24-24|25-011 KeRRA/MRU/08/39/045/2-24-24|25-045 to KeRRA/MRU/08/39/055/2-24-24|25-055 |
” |
20th November 2024 |
10.00Am |
|
3 |
KeRRA/MRU/08/39/056/2-24-24|25-056 to KeRRA/MRU/08/39/084/2-24-24|25-084 KeRRA/MRU/08/39/085/2-24-24|25-085 to KeRRA/MRU/08/39/095/2-24-24|25-095 |
” |
21st November 2024 |
10.00Am |
|
4 |
KeRRA/MRU/08/39/096/2-24-24|25-096 to KeRRA/MRU/08/39/104/2-24-24|25-104 KeRRA/MRU/08/39/105/2-24-24|25-105 to KeRRA/MRU/08/39/122/2-24-24|25-122 |
” |
22nd November 2024 |
10:00Am |
Eng. H. O. Akwiri
REGIONAL DIRECTOR
KeRRA MERU RGION
TENDER NOTICE Download here
CONSTRUCTION OF VARIOUS DRAINAGE STRUCTURES.
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.
The Authority hereby invites Bids from eligible construction companies for construction of various drainage structures listed here below on behalf of the Government of Kenya funded through the development budget.
|
Item |
Name of Structure |
Location |
Type/Size |
County |
Class |
Eligibility |
Document |
|
1. |
Totokakile Bridge |
Onyurnyur – Totokakile- Malaba Road (Uncl) |
80M Span Bridge |
Busia |
NCA 3 - NCA 4 |
Citizen Contractors |
|
|
2. |
Munyu Bridge |
Masara – Chungni Road |
15M Span Bridge. |
Migori |
NCA 5 - NCA 6 |
Citizen Contractors |
|
|
3. |
Nyamekoma Bridge |
Nyamusennse – Gwichamia Road |
15M Span Bridge. |
Migori |
NCA 5 - NCA 6 |
Citizen Contractors |
The scope of works includes but not limited to excavation for structures, reinforced concrete works, and backfilling of the structures, protection works and construction of approach roads as directed by the Engineer.
Mandatory requirements for Bidding are as follows:-
- a) Certified copy of Incorporation certificate.
- b) Certified copy of NCA registration certificate:-
- c) Specific supplementary information in the Bid Document but not limited to the following threshold,
- i) Similar previous experience.
- ii) Equipment holding.
iii) Key Personnel.
- iv) Annual construction turnover for the last 3 years.
- v) Audited Financial Accounts for the previous 3 Years.
- vi) Current work load.
vii) Litigation history.
- d) Certified copies of PIN and VAT registration.
- e) Certified copy of Valid Tax Compliance Certificate.
There shall be a mandatory pretender site visit for the projects to be held on 15th May, 2018 at 10.00am starting from the respective KeRRA Regional Manager’s offices in Busia, Migori and Trans Nzoia Counties.
Bidders are requested to download full details of the advertisement and tender document from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.
Duly completed Bid documents should be submitted to;
The Director General
Kenya Rural Roads Authority
Blue Shield Towers, 6th floor
P.O BOX 48151- 00100
NAIROBI.
The Documents should be deposited in the Tender Box on the 6th floor, Blue Shield Towers, Hospital Road Upper Hill so as to be received on or before 29th May, 2018. Tender will close and open on 29th May, 2018 at 11.00a.m.
Opening of the Bids will take place immediately thereafter at the conference room. Blue Shield Towers, 5th floor in the presence of Bidders/Representatives who wish to attend.
MANAGER PROCUREMENT
FOR DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
CONSULTANCY SERVICES FOR CONSTRUCTION SUPERVISION OF BARICHO BRIDGE AND APPROACH ROADS (C232)
TENDER NO: - KeRRA/08/40/32/2021/2022
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.
The Authority Pursuant to Clause 116 of the Public Procurement and Asset Disposal Act (PPADA) 2015 intends to procure Consultancy Services for the ongoing Construction of Baricho Bridge and Approach Roads currently at an advanced stage of construction. The Construction Supervision was provided by M/s Otieno Odongo & Partners Consulting Engineers, but the existing Contract period expired after variation to the limit allowable under the Act. The progress of the Civil works is currently at 70%.
Therefore, an invite is hereby extended to any Engineering Consultancy Firm who may wish to bid for the above Construction Supervision Services of the above Tender. The Request for Proposal (RfP) shall be enclosed in plain sealed envelope clearly marked with the tender reference number.
The Baricho Bridge project is located on Road C232 (Jct. B8 – Marekebuni – Marafa – Baricho town – Sabaki River (Bridge site) – Pishi Mwenga (Jct. C103). The site can also be accessed from Malindi along Road (C103) Malindi - Kakuyuni to Pishi Mwenga and thereafter Pishi Mwenga – Lango Baya – Sabaki River (Bridge site) (C232), a distance of approximately 40km.The approximate width of the river channel is about 240m wide. The Civil works under the contract comprises of construction of a 240m long reinforced concrete box girder bridge and approximately 18.0km of road works to bituminous standard.
The mandatory requirements for bidding are contained in the RFP bidding document.
Detailed information on the various tenders will be available for downloading FREE of CHARGE on the Authority’s Website www.kerra.go.ke from 15th November, 2021.
Completed proposals should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and be deposited in the Tender Box located at the Ground Floor, Barabara Plaza Block B, or be addressed and posted to the address below on or before 22nd November, 2021 at 11.00 a.m.
Bulky tenders which do not fit in the Tender Box shall be delivered to the reception office located on the Ground Floor, Barabara Plaza, Block B.
Opening of the bids will take place immediately thereafter at the Ground Floor Board Room, Barabara Plaza, Block B in the presence of the tenderers or their representatives who choose to attend.
Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.
The Authority will strictly adhere to Government guidelines on management of COVID 19. Bidders who choose to attend the opening of bids ceremony are therefore required to only send one (1) representative. This will reduce on congestion and crowding of the opening venue.
Errors in price found under the Financial Proposal will not be corrected. Bidders with such errors will be disqualified.
Director General
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao road, Opposite KCAA building
P.O. Box 48151 - 00100,
NAIROBI, KENYA.
Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.
Tel: +254(20)780600/01-05, Mobile: +254 711851103
The Tenderers shall remain bound by their offers for 210 days from the date of tender opening.
DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
After downloading the document below, please fill it, scan and then email it to: This email address is being protected from spambots. You need JavaScript enabled to view it.
Kenya Rural Roads Authority,
Barabara Plaza, Block B
Airport South Road, Opp. KCAA
P.o. Box 48151-00100,
Nairobi. Kenya
Director General's Office: This email address is being protected from spambots. You need JavaScript enabled to view it.
Mobile: 0711 851103
Tuesday, September16, 2019
INVITATION TO TENDER NOTICE
The Authority, Kenya Rural Roads Authority hereby invites sealed bids forKeRRA – TaitaTavetaRegion Roadworks projects.Interested Contractors/Firms and AGPO Firms/Groups are invited, for maintenance the of roadworks in Taita – TavetaRegion;TavetaandWundanyiConstituencies, underGoK - Development fundstenders, inthe Financial Year 2018/2019for the under listed roadworks projects.
|
TENDER NUMBER |
PROJECT NAME (Road No. and Name) &(Eligible Group)
|
Scope of Works |
MANDATORY PRE-TENDER SITE VISIT: Date, venue and Time |
TENDER CLOSING/SUBMISSION DATES AND TIME |
DOCUMENTS DOWNLOAD |
|
KeRRA/011/TTVT/39/052/2018-2019 |
E 3062: Taveta – Ngutini Road (Pre-qualified Firms – Taveta – Category C) |
- Single cell reinforced concrete Box culvert. |
25thSeptember, 2019KeRRATaveta Constituency Offices, in Taveta Town, at 10:00 am |
2ndOctober, 2019 at 10:00 am |
DOWNLOAD |
|
KeRRA/011/TTVT/39/053/2018-2019 |
E 3082: Kishushe -Makandenyi Road (AGPO – PWD) |
- Light Grading. - Gravel Patching. |
24thSeptember, 2019KeRRAVoi Regional Offices, in Voi Town, at 9:00 am |
2nd October, 2019 at 10:00 am |
DOWNLOAD |
|
KeRRA/011/TTVT/39/054/2018-2019 |
E 3082: Makandenyi - Ghazi - Nyache Road (Pre-qualified Firms – Wundanyi – Category C) |
- Light Grading. - Gravel Patching. |
24th September, 2019KeRRAVoi Regional Offices, in Voi Town, at 9:00 am |
2nd October, 2019 at 10:00 am |
DOWNLOAD |
|
KeRRA/011/TTVT/39/055/2018-2019 |
E 3082: Mghange -Mwaroko Road (AGPO – Women) |
- Rigid pavement. - Light Grading. - Gravel Patching. |
24th September, 2019KeRRAVoi Regional Offices, in Voi Town, at 9:00 am |
2nd October, 2019 at 10:00 am |
DOWNLOAD |
|
KeRRA/011/TTVT/39/056/2018-2019 |
F 3018: Canon Kituri – Kungu Road (AGPO – Youth) |
- Light Grading. - Gravel Patching. |
24th September, 2019KeRRAVoi Regional Offices, in Voi Town, at 9:00 am |
2nd October, 2019 at 10:00 am |
DOWNLOAD |
The Following must be submitted together with the tender for bids under the OPEN/Pre-qualified group category:-
- Certified copy of the Certificate of Incorporation.
- Certified copy of Roadworks Registration Certificateand valid Annual practicing certificate from the National Construction Authority, as indicated in the tender document.
- Certifiedcopy of a Valid Tax Compliance Certificate.
- Certifiedcopy of PIN Certificate.
- Proof of having opened a Bank account in Firm’s name and Bank Statements for recent threemonths from date of the tender advertisement.
- Audited Accounts for the last two years.
- Certifiedcopy of recent CR 12 form –recent 12 months.
- Proof of having undertaken specific construction experience in the past 2 years.
- Current Workload.
- Professional and Technical Personnel plus copies of their CVs (to confirm of availability to work).
- Proof of ownership of Equipment holding or proof of a current valid and executed lease agreement of equipments listed.
- Duly/Correctly filled Tender form.
- Duly signed pre-tender site visit certificate.
- Duly filled Power of Attorney (Certified by Commissioner of Oaths).
- Duly filled Anti-corruption pledge form.
- Sworn affidavit confirming that the firm has no history of any non-performance of previous contracts.
- Duly filled and signed environmental and social commitment form.
- Litigation History (Sworn Affidavit).
- Sequential serialization of the bid document.
The Following must be submitted together with the tender for bids under (AGPO) cluster category:-
- Certified copy of the Certificate of Incorporation/Registration of the Company/Group.
- Certified copy of Roadworks Registration Certificateand valid Annual practicing certificate from the National Construction Authority, as indicated in the tender document.
- Certifiedcopy of a Valid Tax Compliance Certificate.
- Certifiedcopy of PIN Certificate.
- Certified copy of Certificate of Registration in the relevant and respectivetarget group issued by the National Treasury, for Small works and Engineering category.
- Certified copies of National Identity cards (IDs)/valid passports for all Directors/Partners of the Company/Group.
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors whoare disabled(Certified Copies).
- CertifiedCopy of recent CR 12 form –recent12 months.
- Proof of having opened a Bank account in Firm’s/Group’s name and Bank accounts for recent threemonths from the date of the the tender advertisement..
- Current Workload.
- Professional and Technical Personnel plus copies of their CVs (to confirm of availability to work).
- Proof of ownership of Equipment holding or proof of a valid and executed lease agreement of equipments listed.
- Duly/Correctly filled Tender form.
- Audited Accounts for the last Two years.
- Duly signed pre-tender site visit certificate.
- Duly filled Power of Attorney (Certified by Commissioner of Oaths).
- Duly filled Anti-corruption pledge form.
- Sworn affidavit confirming that the firm has no history of any non-performance of previous contracts.
- Duly filled and signed environmental and social commitment form.
- Litigation History (Sworn Affidavit).
- Sequential serialization of the Bid document.
Eligibility >Each Bidder shall only be considered for award of ONE contract only in the Region, bidders already awarded contracts in the previous financial year are not eligible to bid.
Eligible Firms in the Region may obtain further information from the Regional Supply Chain Office, situated at the KeRRATaita-TavetaRegional Office, along the Road C105 Voi Loop Road, in Voi Town during normal working hours of 8:00 am – 5:00 pm, as from Tuesday
17th September, 2019.
A complete set of tender documents may be obtained Free of Charge by visiting the KeRRA website www.kerra.go.ke.
Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the tender number, project name and Constituency, and should be deposited into therespective Constituencies Tender Boxes,situated at KeRRA Regional Offices - Voi, in Taita – Tavetaor be addressed to:
The Deputy Director, Taita-Taveta Region,
KeRRA–Taita-TavetaRegion
P.O. Box 131 – 80300,
VOI, KENYA.
So as to be received on or before the dates and time indicated for each of the tenders indicated above. Late submissions will not be accepted. Tenders will be opened immediately thereafter, in the respective dates, in the presence of the Tenderers or their representatives who choose to attend at the KeRRA-Taita-Taveta RegionalOffices, in Voi Town.
(Eng. C. M. Mukuva)
DEPUTY DIRECTOR, TAITA – TAVETA REGION
KENYA RURAL ROADS AUTHORITY
THARAKA NTHI REGION
INVITATION TO TENDER
Date:22nd January, 2019
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance and Spot Improvement of selected roads in various constituencies within Tharaka Nithi Region to be funded under the 10% CS Allocation and 10% RMLF for the financial year 2018/2019. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Chuka during the normal working hours Monday – Friday. The Bid documents will be available on the 24th January 2019 from the regional office, Chuka upon payment of non-refundable fee of Kshs. 1,000/= (One Thousand Shillings Only) by bankers cheque in favour of Kenya Rural Roads Authority”. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER# |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
Downloads |
|
1 |
B6 KIRUBIA – MUBUKURO – FOREST ROAD ( L-5 CHUKA) ROAD |
10% CS/2-13-18/19-023 |
Chuka Igamba Ng’ombe |
ALL |
5.4M |
10% CS ALLOCATION |
Download |
|
2 |
CHUKA TOWN – KANORO ROAD ( L-1 CHUKA) ROAD |
10% CS/2-13-18/19-024 |
Chuka Igamba Ng’ombe |
ALL |
5.4M |
10% CS ALLOCATION |
Download |
|
3 |
MUKUUNI – ITUGURURU (C381) ROAD |
10%RMLF/2-13-18/19-018 |
Chuka Igamba Ng’ombe |
YWD |
3.75M |
10% RMLF |
Download |
|
4 |
KWA MATI – KWA MBARU ROAD |
10% CS/2-13-18/19-025 |
Chuka Igamba Ng’ombe |
ALL |
5.0M |
10% CS ALLOCATION |
Download |
|
5 |
ITUGURURU – KAMWIMBI - KIARITHA |
10% CS/2-13-18/19-026 |
Chuka Igamba Ng’ombe |
ALL |
5.5M |
10% CS ALLOCATION |
Download |
|
6 |
KIBUGUA – MUKUUNI ROAD |
10% CS/2-13-18/19-027 |
Chuka Igamba Ng’ombe |
YWD |
5.5M |
10% CS ALLOCATION |
Download |
Bidders for the above tenders Must meet the following requirements:
- Prequalified for the category of works specified and in the respective constituency during the 2017/19 FY
- Provide a certified copy of certificate of incorporation
- Provide a certified copy of certificate of registration with the National Construction Authority in Category NCA 8 and above.” (Road Works)
- Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
- Proof of having opened a Bank Account
- Having Attended the Mandatory Pre-tender site visit
- Certified Current Business Permit
- Certified Copy of Current CR12 certificate – (12months)
- Copies of National Identity Card / Valid Passports of Directors
- Signed tender security & declaration form
- Provide a copy of an up-to-date Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
- Duly filled Confidential Business Questionnaire (CBQ)
- Properly filled schedules of information
- Duly filled and signed form of tender
- Any other condition as stipulated in the Tender Documents
In addition, Tenderers bidding for the special (YWD) category must provide/attach the following;
- Attach a certified copy of Certificate from the National Treasury (YAGPO, DGW, PWD) in the Small works category/Engineering
- Certified Copy of IDs of the Company Directors
- For PWD, attach a certified copy of the ID from the National Council for PLWD.
Other Requirements includes;
- Past Experience
- Equipment Holding
- Current Commitment
- Key Personnel
- Current commitment
- Litigation History
(Details of the same are provided in the tender document)
Procurement of the tenders reserved for the Youth, Women and Persons Living with Disabilities shall be based on post qualification and the following details must be submitted together with the priced bid. Failure to submit the information will be a reason for disqualification.
The Employer will carry out due diligence on all documents submitted. Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents. All certifications must be by a commissioner of oaths.
ALL BIDDERS MUST attend a MANDATORY pretender site visit to be conducted as follows;
|
Date: |
Constituency |
Time: |
Starting Point |
|
30.01.2019 |
Chuka – Igamba ngómbe |
9.00am |
KeRRA Regional Office - Chuka |
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 11.00AM, 5th February, 2019” should be addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority
- O. Box 345 - 60400
CHUKA
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Chuka so as to be received on/or before Friday, 5th February, 2019 at 11.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
Peter C. Mwarabu
Senior Supply Chain Management Officer
For: REGIONAL DEPUTY DIRECTOR
THARAKA NITHI
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 bids from eligible Companies to bid for the routine maintenance and spot improvement to be financed by the Government of Kenya.
Mandatory Requirements
The following must be submitted together with bid:
- Tender forms – correctly filled, signed and stamped.
- Certified copy of certificate of incorporation.
- Certified copy of current practicing license certificate of registration with the NCA 7 and above
- Certified copy of VAT / PIN registration certificate.
- Certified copy of valid tax compliance certificate.
- Certified copy of CR12 form and Certified copy of National identity card/passport.
- Properly filled schedules
- Proof of registration by the Treasury for special groups (Women, Youth & Physically Challenged Persons) for Small Engineering Works.
- Serialization or pagination of bid documents.
- Pre-tender site visit certificate (Signed & Stamped)
Technical and Financial Evaluation Requirements
Thresholds specified in the bid documents covering the following:
- Proof of similar previous experience.
- Proof of trained, experienced personnel to undertake the specified works supported with their respective certificates.
- Proof of ownership of equipment or lease agreement of such equipment to undertake the specified works.
- Thresholds specified in the bid documents covering:
- Current workload.
- Litigation history.
- Proof of bank account in bidder’s name.
- Bank statements for the last three months from date of this advertisement/bank credit line.
- Audited Financial statements for the last Three years
Site Visit Dates, Time and Venue: 23rdJune, 2018 at 9am Tharaka Office
|
S/No. |
Road Name |
Tender No. |
Eligibility |
Downloads |
|
1 |
Itugururu – Kabururu (D471) |
Open |
Downloads | |
|
2 |
Jn E801 – Miomponi (R8-Tharaka) |
Y,W & PwD |
Downloads |
Interested Bidders who meet the above criteria may obtain the tender documents from the Regional Procurement Office, from 15th May, 2018 during normal working hours upon payment of a nonrefundable fee of Kshs.1,000 per tender document. The same can be downloaded from KeRRA website at www.tenders.kerra.go.ke for free. The cash is to be deposited at Kenya Commercial Bank, Account No. 1114343196, Account Name KeRRA A-I-A. The banking slips to be presented to the Accounts offices for issuance of receipt. Adequacy of qualifications and award will be determined through an evaluation procedure as described in the instructions to tenderers and invitation to tender notice.
Complete tender documents should be submitted in plain sealed envelopes and clearly marked with the tender number, tender name and be addressed to:
The Regional Manager,
Kenya Rural Roads Authority,
Tharaka Nithi Region, P.O Box 345, CHUKA.
and deposited in the tender box at the Regional Offices, so as to be received not later than 11.00 am on or before 6th June, 2018. Tender opening will take place immediately after closing time in the presence of tenderers who wish to attend. Late submission of bids will not be accepted.
The Tenders will be opened promptly thereafter in the presence of Tenderers’ representatives who choose to attend the opening at Regional Office. Late or incomplete Tenders shall not be accepted and returned unopened.
Kenya Rural Roads Authority reserves the right to accept or reject without giving reason thereof and does not bind itself to accept the lowest or any tender. Any canvassing or giving false information will lead to automatic disqualification.
Regional Procurement Officer for Regional Manager Tharaka-Nithi Region
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
8th April, 2021
TENDER NOTICE (CS) 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using CS allocation funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
C435 |
Selengei - Kibini |
Kerra/11/KJD/39/CS/2- 42- 20/21 - 045 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
C464 |
Merueshi - CB |
Kerra/11/KJD/39/CS/2- 42- 20/21 - 046 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 8th April, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Director
Kenya Rural Roads Authority
Kajiado Region
- O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 22nd April 20201at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS

KENYA RURAL ROADS AUTHORITY
Opening up Rural Kenya
TENDER NOTICE
PROPOSED CONSTRUCTION OF MUNYU BRIDGE AND APPROACH ROADS ON MASARA – CHUNGNI ROAD (UNCL) IN MIGORI COUNTY.
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.
Kenya Rural Roads Authority hereby invites tenders, on behalf of the Ministry of Transport, Infrastructure Housing and Urban Development from eligible consortium with the capability to Design Build and Maintain the above bridge and approach roads.
|
Tender No/Name click link to download |
Tender notice |
| CONSTRUCTION OF MUNYU BRIGDE AND APPROACH ROADS | Notice |
Location of the Proposed Project
The proposed Munyu Bridge crosses Munyu River at Munyu River river channel which is approximately 15m wide at the proposed bridge site.
There shall be a mandatory pretender site visit for the projects to be held on 11th April 2019 at 10.00am starting from the KeRRA Regional Managers offices in Migori Town.
Bidders are requested to download full details of the advertisement and Bid Documents from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.
Duly completed Bid documents should be submitted to;
The Director General
Kenya Rural Roads Authority
Blue Shield Towers, 6th floor
P.O BOX 48151- 00100
NAIROBI.
The Documents should be deposited in the Tender Box on the 6th floor, Blue Shield Towers, Hospital Road Upper Hill so as to be received on or before 2nd May, 2019 at 11:00am.
Opening of the bids will take place beginning 11:15am at the conference room, Blue Shield Towers, 5th Floor, on the same day and in the presence of Tenderers Representatives who wish to attend.
His Excellency President Uhuru Kenyatta on 30th May, 2021 Commissioned the completed Kodiaga-Wagai-Onyinyore/Akala and Nyangweso-JN, B1 Muhanda (C841/E385) Road Project in Siaya County.
The project road measures approximately 38 Km and is a key enabler of the overall development in the Siaya County and the greater Lake Victoria Basin as it serves as a link to the commercial fishing beaches along the North Eastern shores of Lake Victoria such as Usenge and Luanda Kotieno, and the agriculture-rich parts of Siaya and Kisumu County to all the major towns & markets along the Kisumu-Busia Highway.

The project road consists of the following links: Link 1: Kodiaga - Nyangweso and Wagai- Onyinyore Road (C841) (21.7Km), Link 2: The Akala – JN D248 (Odok) (F6071) Road (7.5Km) & Link 3: Nyangweso-Muhanda (E6112 R7 Road (6.36Km)

E. President Uhuru Kenyatta Commissioning the completed Kodiaga-Wagai-Onyinyore/Akala and Nyangweso-JN, B1 Muhanda (C841/E385) Road Project
The privilege to serve our country in the road subsector is one we have fully embraced as staff of the Kenya Rural Roads Authority. In so doing we are guided by our mandate namely to Develop, Construct, and Maintain the rural road network in the country.
The Management and staff of the Authority have continued to demonstrate this commitment through our collective dedication to ensuring the implementation and realization of the Authority's mandate.
Our belief system is anchored in our Core Values (Transparency, Professionalism, Integrity, Collaboration and Sustainability), wherein the Authority ascribes to high standards of professionalism in carrying out our duties and this has translated in sustaining high levels of achievement of our evaluated targets that are often surpassed.
We have captured our ambitions in the current Strategic Plan (2024-2027) which has been developed in keeping with all Policy and Legislative targets for the Authority as envisaged by the National Government via sessional economic guidelines and policy directives. Importantly, the strategic plan has incorporated the views and aspirations of all essential stakeholders regarding rural roads. Among the notable stakeholders are the citizenry of the Republic of Kenya, other Agencies and Arms of Government, Development Partners, road contractors, and service providers.
Our operations and systems are geared towards the attainment of National aspirations as espoused in the economic blueprint of the Medium-Term Plan (IV) namely the Bottom-up Economic Transformation Agenda (BETA) which will be accomplished through the five (5) core pillars Agricultural Transformation and Inclusive Growth; transforming the Micro, Small and Medium Enterprise (MSME) Economy; Housing and Settlement; Healthcare and Digital Superhighway and Creative Economy.
Towards the achievement of our mandate, the Authority conducts its operations in accordance with applicable laws, rules, and regulations. In addition, the operations of the Authority are guided by ethical practices that embrace strong Corporate Governance principles for effective and efficient service delivery.
The Authority monitors stakeholders` opinion regularly through stakeholder engagements and incorporates valid suggestions in our activities to ensure that our planning, implementation and monitoring of road programs is alive to emergent issues affecting the roads sub-sector.
I would like to thank the Board of Directors, Management and Staff of Kenya Rural Roads Authority for their support and dedication, as we connect devolved Kenya.
Eng. Philemon K. Kandie, MBS
DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
Date 25th November, 2022
TENDER NOTICE
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS IN WAJIR ACOUNTY
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act, 2007, with responsibility for management, development, rehabilitation and maintenance of Rural Roads.
Kenya Rural Roads Authority Wajir Region invites bids from Eligible Construction companies who are registered in the Region & those in the Special group category (Youth, Women and
PWD) to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through 22%RMLF allocation for Financial Year 2022-2023
22%RMLF FUND FOR ELDAS
|
No |
Road No. |
Road Name & Tender No. |
Activity
|
Reservation |
NCA Category |
Pretender Site Visit |
|
1. |
E5007 |
Heavy Bush clearing Light Grading Gravel Patching |
All |
8 & above |
1/12/2022 |
|
|
2. |
E5008 |
Light Grading Gravel Patching |
All |
8 & above |
1/12/2022 |
|
|
3. |
G5371 |
Light Grading Gravel Patching |
Women |
8 & above |
1/12/2022 |
|
|
4. |
G5374 |
Heavy Bush clearing Culvert installation Light Grading Gravel Patching |
Youth |
8 & above |
1/12/2022 |
A complete set of Tender Documents download from the KeRRA website at
www.kerra.go.ke for free or collected from the Regional Procurement Office during Normal working hours upon the presentation of Ksh.1000.00-receipt paid to Kenya Rural Road Authority KCB A/c No .1114343196-Moi Avenue Nairobi. . A mandatory Pre-Tender site Visit meeting point will be at Eldas town (CDF office) at 10.00 a.m for Eldas Constituency and a certificate issued to the contractors in attendance which shall be attached to the Tender Document.
Mandatory requirement includes but are not limited to the following;
- Certified copies (by commissioner of oaths) of Certificate of Incorporation, Certificate of registration and principal place of business
- Valid & Certified Registration Certificate for Road Works from National Construction Authority in the (NCA) NCA 8 and above.
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority in the (NCA)
- Authority to seek ban reference from tenderer’s bankers
- Certified copies (by Commissioner of Oaths) of National Identification cards for the Company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Valid Tax Compliance Certificate (Tobe verified from the KRA TCC Online Checker).
- Valid Certified Current Single Business permit,
- Certified copy of Recent/Current Certified CR12 generated form(s) for the last 12 Months indicating Directors, Nationality, Shareholding.
- All pages to be serialized,
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- Other Evaluation Criteria in the Tender Document
Interested contractors are advised to download tender documents from the KeRRA website at
www.kerra.go.ke for free from Friday 25th November, 2022. Duly filled Tender Documents shall be submitted in plain sealed envelopes (One Document per envelope) marked with Contract Number and Road Name addressed to the: -
Regional Director,
Wajir Region,
Kenya Rural Roads Authority P.O. Box 120, 70200
Wajir
Or be deposited in the Tender Box located within the Regional Director’s offices on or before Thursday 8th December, 2022 at 10 a.m. Tenders will be opened immediately thereafter in the presence of Tenderer’s representatives who choose to attend and late bids will not be accepted.
Eng. Lawrence Atera
Regional Director Road Asset Management,
WAJIR REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
INVITATION OF BIDS FOR SPOT IMPROVEMENT WORKS UNDER 22%RMLF AND 10%RMLF FUND FOR F/Y 2023/2024 ROAD WORKS.
Bids are invited from Contractors who are pre-qualified in (Wajir Region) for Financial Year 2023/2024 under categories specified and registered with the NCA in respective categories for Spot improvement works below.
|
No |
Contract No. |
Road Name |
Constituency |
Reservations |
|
1. |
E5007 Basir-Lakole |
Eldas |
Registered |
|
|
2. |
E5007Juqala-Waradey-Kabatula |
Eldas |
Registered |
|
|
3. |
E5007 Lakole-Kubey Qururah-Eldas |
Eldas |
Youth |
|
|
4. |
G5371 Eldas-Abdiwako |
Eldas |
Registered |
Mandatory site visit shall start from 29th November, 2023 to 5th December 2023 at KeRRA Wajir Regional Office. Interested bidders will be required to make their own transport arrangement to visit the site and collect pretender site visit certificate from the Regional Director’s representative at the Wajir Regional Office during working hours on the dates stipulated above.NB.Bidders representative should provide official authorization letter.
Interested eligible bidders may inspect and obtain the tender documents from KeRRA Website and PPIP portal from 22nd November 2023, Tender document to be downloaded from tenders.KeRRA.go.ke . NB: Tender documents are free of charges.
Mandatory Requirements.
- Certified Certificate of incorporation,
- Certificate of Registration with NCA Category 6,7 and 8,
- Certified of VAT registration Certificate,
- Certified PIN registration Certificate,
- Valid Tax Compliance Certificate.
- Bidders must serialize sequentially all pages of their tender documents submitted using serialization machine
- Other requirements as stated in the Tender Documents
Evaluation Criteria.
The criteria shall be as described in the Tender Document.
NB: - The documents shall be properly filled, initialed on each page and shall be Substantially responsive to the requirements of the Tender documents.
Scope of work.
Description and scope of works is as described in the Tender Document.
Price quoted shall include taxes and must be expressed in Kenya shillings.
Completed Tender Documents enclosed in separate sealed envelopes and clearly marked with respective tender number and tender name (Road Name and Number) shall be deposited to Regional Director’s Office Tender Box in Wajir town on or before 6th December, 2023 at 10.00 A.M.
Tenders will be opened immediately thereafter, in the presence of those Tenderers or their representatives who choose to attend. Late Bids will not be accepted.
Yours faithfully,
Eng. Argwings Oyoti
REGIONAL DIRECTOR (RD) WAJIR .
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
INVITATION OF BIDS FOR SPOT IMPROVEMENT WORKS UNDER 22%RMLF FUND FOR F/Y 2023/2024 ROAD WORKS.
Bids are invited from Contractors who are pre-qualified in Eldas Constituency advertised for Financial Year 2023/2024 under categories specified and registered with the NCA in respective categories for Spot improvement works below.
|
No |
Contract No. |
Road Name |
Constituency |
Reservations |
|
1. |
C301 Tito-Basir-Areswanjil |
Eldas |
Youth |
|
|
2. |
D1112 Qoqoma-Lakole-Baqala |
Eldas |
PWD |
|
|
3. |
E5007 Juqala-Eldas-Waradey-Kabatula |
Eldas |
Registered |
|
|
4. |
E5007 Lakole-Kubey Qururah-Eldas |
Eldas |
Women |
|
|
5. |
E5008 Eldas-Anole |
Eldas |
Registered |
|
|
6. |
G5371 Eldas-Abdiwako |
Eldas |
Registered |
Mandatory site visit shall be on 29th December, 2023 at KeRRA Wajir Regional Office. Interested bidders will be required to make their own transport arrangement to visit the site and collect pretender site visit certificate from the Regional Director’s representative at the Wajir Regional Office during working hours on the dates stipulated above. NB.Bidders representative should provide official authorization letter.
Interested eligible bidders may inspect and obtain the tender documents from KeRRA Website and PPIP portal from
22nd December, 2023 , Tender document to be downloaded from tenders.KeRRA.go.ke . NB: Tender documents are free of charges.
Mandatory Requirements.
- Certified Certificate of incorporation,
- Certificate of Registration with NCA Category 6,7 and 8,
- Certified of VAT registration Certificate,
- Certified PIN registration Certificate,
- Valid Tax Compliance Certificate.
- Bidders must serialize sequentially all pages of their tender documents submitted using serialization machine
- Other requirements as stated in the Tender Documents
Evaluation Criteria.
The criteria shall be as described in the Tender Document.
NB: - The documents shall be properly filled, initialed on each page and shall be Substantially responsive to the requirements of the Tender documents.
Scope of work.
Description and scope of works is as described in the Tender Document.
Price quoted shall include taxes and must be expressed in Kenya shillings.
Completed Tender Documents enclosed in separate sealed envelopes and clearly marked with respective tender number and tender name (Road Name and Number) shall be deposited to Regional Director’s Office Tender Box in Wajir town on or before 8th January, 2024 at 10.00 A.M.
Tenders will be opened immediately thereafter, in the presence of those Tenderers or their representatives who choose to attend. Late Bids will not be accepted.
Yours faithfully,
Eng. Argwings Oyoti
REGIONAL DIRECTOR (RD) WAJIR .
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
INVITATION OF BIDS FOR SPOT IMPROVEMENT WORKS UNDER GOK DEVELOPMENT FUND FOR F/Y 2022/2023 ROAD WORKS.
Bids are invited from Contractors who are pre-qualified in (Wajir Region in respective constituencies advertised for Financial Year 2023/2025 under categories specified and registered with the NCA in respective categories for Spot improvement works below.
Revised Documents;
KERRA/08/39/WJR/GOK/22065/2022/2023-093
KERRA/08/39/WJR/GOK/22065/2022/2023-094
|
No |
Contract No. |
Road Name |
Constituency |
Reservations |
Site Visit Venue |
|
1. |
C301 Baji-Dagahyar |
Eldas |
Youth |
Eldas town CDF office |
|
|
2. |
G5372 Dela-Abdiwako |
Eldas |
Open |
Eldas town CDF office |
|
|
3. |
UK08-001 Eldas-Dadhantalay |
Eldas |
Open |
Eldas town CDF office |
|
|
4. |
UK08-90010 Elnur-Bilatuilamin |
Eldas |
Open |
Eldas town CDF office |
|
|
5. |
UK08-90010 Biat-Elyunis |
Eldas |
Open |
Eldas town CDF office |
|
|
6. |
UK08-90011 Tula Tula-Elnur |
Eldas |
women |
Eldas town CDF office |
|
|
7. |
UK08-90011 Tula Tula-Elnur |
Eldas |
Open |
Eldas town CDF office |
|
|
8. |
C303 Ajawa-Garadthe |
Wajir North |
Open |
Ajawa Primary School |
|
|
9. |
C303 Garadthe-Garkilo |
Wajir North |
Youth |
Ajawa Primary School |
|
|
10. |
D1112 Watiti-Hote |
Wajir North |
Women |
Ajawa Primary School |
|
|
11. |
D1112 Hote-Korondile |
Wajir North |
Open |
Ajawa Primary School |
|
|
12. |
E5015 Riba-Konton |
Wajir East |
PWD |
KeRRA Wajir Office |
Mandatory site visit shall be held on 23rd October 2023 for starting 10.00am at Respective KeRRA Constituency Offices indicated above. Bidders will be required to provide their own transport during the pre-tender site visit.
Interested eligible bidders may inspect and obtain the tender documents from Procurement Office; KeRRA - Wajir , from 16th October, 2023 during working hours upon payment of a non-refundable fee of KShs 1,000.00 to be deposited to Account No 1114343196 KCB Moi Avenue branch payable to Kenya Rural Roads Authority (deposit slip should bear contract no, company’s name and constituency) or downloaded from tenders.KeRRA.go.ke . NB: Tender documents reserved for Youth; Disabled & Women (YWD) are free.
Mandatory Requirements.
- Certified Certificate of incorporation,
- Certified Certificate of registration with NCA Category 6,7 and 8,
- Certified VAT registration certificate,
- Certified PIN registration certificate,
- Certified valid tax compliance certificate.
- Bidders must serialize sequentially all pages of their tender documents submitted using serialization machine
- Other requirements as stated in the Tender Documents
Evaluation Criteria.
The criteria shall be as described in the Tender Document.
NB: - The documents shall be properly filled, initialed on each page and shall be Substantially responsive to the requirements of the Tender documents.
Scope of work.
Description and scope of works is as described in the Tender Document.
Price quoted shall include taxes and must be expressed in Kenya shillings.
Completed Tender Documents (with official payment receipt attached) enclosed in separate sealed envelopes and clearly marked with respective tender number and tender name (road name and number) shall be deposited to Regional director’s office Tender Box in Wajir town on or before 30th October, 2023 at 10.00 A.M.
Tenders will be opened immediately thereafter, in the presence of those Tenderers or their representatives who choose to attend. Late Bids will not be accepted.
Yours faithfully,
Eng. Argwings Oyoti
REGIONAL DIRECTOR (RD) WAJIR .
INVITATION TO TENDER
Date: 17th December 2018
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of roads in various constituencies within Embu Region to be funded under the 10% RMLF for the financial year 2018/2019. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Embu during the normal working hours Monday – Friday. The Bid documents will be available from the 18th December 2018 from the regional office, Embu upon payment of non-refundable fee of Kshs. 1,000/= (One Thousand Shillings Only) by bankers cheque in favour of Kenya Rural Roads Authority”. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER# |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
MUTUNDURI-MANYATTA - KIANJOKOMA (C396) ROAD |
KeRRA/EBU/10%/2-23-18/19-28 |
MANYATTA |
WOMEN |
4.95M |
10% RMLF |
|
2 |
KIVWE - KARURINA (C400) ROAD |
KeRRA/EBU/10%/2-23-18/19-29 |
MANYATTA |
OPEN TO ALL |
4.75M |
10% RMLF |
|
3 |
RUKURIRI-IRIARI-KATHAGERI (C406) ROAD |
KeRRA/EBU/10%/2-23-18/19-30 |
RUNYENJES |
YOUTH |
4.90M |
10% RMLF |
|
4 |
KIANTHENGE - NTHINGIRANI - KAMARINDO (C382) ROAD |
KeRRA/EBU/10%/2-23-18/19-31 |
MBEERE NORTH |
OPEN TO ALL |
2.75M |
10% RMLF |
|
5 |
GIKUYARI - KARAMBARI - MATTA (C397) ROAD |
KeRRA/EBU/10%/2-23-18/19-32 |
MBEERE NORTH |
OPEN TO ALL |
2.86M |
10% RMLF |
|
6 |
BAT ENA - RIANDU (C400) ROAD |
KeRRA/EBU/10%/2-23-18/19-33 |
MBEERE NORTH |
WOMEN |
4.15M |
10% RMLF |
|
7 |
GATEGI GIRLS – KAKINDU (C402 ) ROAD |
KeRRA/EBU/10%/2-23-18/19-34 |
MBEERE SOUTH |
PLWD |
1.40M |
10% RMLF |
|
8 |
KIAMBERE NEWSITE JN - GACABARI (C397 ) ROAD |
KeRRA/EBU/10%/2-23-18/19-35 |
MBEERE SOUTH |
YOUTH |
3.20M |
10% RMLF |
|
9 |
GACHOKA - GACHURIRI (C398 ) ROAD |
KeRRA/EBU/10%/2-23-18/19-36 |
MBEERE SOUTH |
WOMEN |
3.16M |
10% RMLF |
|
10 |
NGANDURI -KIRIMA - KIRITIRI (C398 ) ROAD |
KeRRA/EBU/10%/2-23-18/19-37 |
MBEERE SOUTH |
OPEN TO ALL |
2.05M |
10% RMLF |
|
11 |
RUKURIRI-IRIARI-KATHAGERI (C406) ROAD |
KeRRA/EBU/10%/2-23-18/19-39 |
RUNYENJES |
OPEN TO ALL |
4.8M |
10% RMLF |
Bidders for the above tenders MUST meet the following requirements:
- Prequalified for the category of works specified and in the respective constituency during the 2017/19 Financial year.
- Provide a certified copy of certificate of incorporation
- Provide a certified copy of certificate of registration with the National Construction Authority in Category NCA 8 and above.” (Road Works)
- Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
- Proof of having opened a Bank Account
- Having Attended the Mandatory Pre-tender site visit
- Certified Current Business Permit
- Certified Copy of Current CR12 certificate – (12months)
- Copies of National Identity Card / Valid Passports of Directors
- Signed tender security & declaration form
- Provide a copy of an up-to-date Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
- Duly filled Confidential Business Questionnaire (CBQ)
- Properly filled schedules of information
- Duly filled and signed form of tender
- Serialization of the bid document.
- Any other condition as stipulated in the Tender Documents
In addition, Tenderers bidding for the special (YWD) category must provide/attach the following;
- Attach a certified copy of Certificate from the National Treasury (YAGPO, DGW, PWD) in the Small works category/Engineering
- Certified Copy of IDs of the Company Directors
- For PWD, attach a certified copy of the ID from the National Council for PLWD.
Other Requirements includes;
- Past Experience
- Equipment Holding
- Current Commitment
- Key Personnel
- Current commitment
- Litigation History
(Details of the same are provided in the tender document)
Procurement of the tenders reserved for the Youth, Women and Persons Living with Disabilities shall be based on post qualification and the following details must be submitted together with the priced bid. Failure to submit the information will be a reason for disqualification.
The Employer will carry out due diligence on all documents submitted. Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents. All certifications must be by a commissioner of oaths.
ALL BIDDERS MUST attend a MANDATORY pre-tender site visit to be conducted as follows;
|
Date: |
Constituency |
Time: |
Starting Point |
|
19.12.2018 |
Mbeere - North |
9.00am |
CDF Offices - Siakago |
|
19.12.2018 |
Mbeere- South |
9.00am |
CDF Offices - Kiritiri |
|
21.12.2018 |
Manyatta |
9.00am |
KeRRA Regional Office - Embu |
|
21.12.2018 |
Runyenjes |
9.00am |
CDF offices - Runyenjes |
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 11.00AM, 10th January, 2019” should be addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority
- O. Box 2718
EMBU
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Embu so as to be received on/or before, 10th January, 2019 at 11.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
Peter C. Mwarabu
Senior Supply Chain Management Officer
For: Deputy Director
EMBU REGION.
ADDENDUM NO.1 - Download here!
KENYA RURAL ROADS AUTHORITY
EMBU REGION
INVITATION TO TENDER
Date: 13th December 2018
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of roads in various constituencies within Embu Region to be funded under the 22% RMLF for the financial year 2018/2019. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Embu during the normal working hours Monday – Friday. The Bid documents will be available from the 18th December 2018 from the regional office, Embu upon payment of non-refundable fee of Kshs. 1,000/= (One Thousand Shillings Only) by bankers cheque in favour of Kenya Rural Roads Authority”. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER# |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
DOWNLOAD |
|
1 |
KAIRURI – KIRIARI (F4116) ROAD |
22%/2-13-18/19-01 |
MANYATTA |
OPEN TO ALL |
4.2M |
22% RMLF |
|
|
2 |
KARURINA – NGENGE (F4102) ROAD |
22%/2-13-18/19-02 |
MANYATTA |
OPEN TO ALL |
1.3M |
22% RMLF |
|
|
3 |
NGENGE – KITHIMU – (F4102) ROAD |
22%/2-13-18/19-03 |
MANYATTA |
PWD |
1.2M |
22% RMLF |
|
|
4 |
KIVWE – KITHIMU (E4301) ROAD |
22%/2-13-18/19-04 |
MANYATTA |
OPEN TO ALL |
3.9M |
22% RMLF |
|
|
5 |
KITHIMU – ENA (E4301) ROAD |
22%/2-13-18/19-05 |
MANYATTA |
OPEN TO ALL |
3.9M |
22% RMLF |
|
|
6 |
MAJIMBO – KARURINA (C400) ROAD |
22%/2-13-18/19-06 |
MANYATTA |
OPEN TO ALL |
3.9M |
22% RMLF |
|
|
7 |
KIVWE – MIRUNDI (D1227) ROAD |
22%/2-13-18/19-07 |
MANYATTA |
YOUTH |
1.4M |
22% RMLF |
|
|
8 |
KIRIGI – KAIRURI (F4116) ROAD |
22%/2-13-18/19-08 |
MANYATTA |
WOMEN |
1.2M |
22% RMLF |
|
|
9 |
KIANJOKOMA – KAMUGERE (C400) ROAD |
22%/2-13-18/19-09 |
RUNYENJES |
OPEN TO ALL |
5.1M |
22% RMLF |
|
|
10 |
MUFU – KATHUNGURI (C400) ROAD |
22%/2-13-18/19-010 |
RUNYENJES |
WOMEN |
5.2M |
22% RMLF |
|
|
11 |
KATHAGERI – KIGUMO - GITIO (C406) ROAD |
22%/2-13-18/19-011 |
RUNYENJES |
OPEN TO ALL |
5.6M |
22% RMLF |
|
|
12 |
GICHICHE – GICHERA - KIRINGA (C400) ROAD |
22%/2-13-18/19-012 |
RUNYENJES |
YOUTH |
5.2M |
22% RMLF |
|
|
13 |
KIRIGO – KAMBUBUA - KIOGOGO (C401) |
22%/2-13-18/19- 013 |
MBEERE NORTH |
OPEN TO ALL |
4.4M |
22% RLMF |
|
|
14 |
KIOGOGO – KIAMBERE (C401) |
22%/2-13-18/19-014 |
MBEERE NORTH |
OPEN TO ALL |
2.3M |
22% RLMF |
|
|
15 |
SIAKAGO -KAMUMU(C397) |
22%/2-13-18/19-015 |
MBEERE NORTH |
OPEN TO ALL |
2.9M |
22% RLMF |
|
|
16 |
KAMUMU -KIRIE (C397) |
22%/2-13-18/19-016 |
MBEERE NORTH |
OPEN TO ALL |
2.5M |
22% RLMF |
|
|
17 |
KIGWAMBITHI -MUKIRIA - KOGARI (C404) |
22%/2-13-18/19-017 |
MBEERE NORTH |
WOMEN |
2.5M |
22% RLMF |
|
|
18 |
KATHIGA –GACHERU – ITURIRI - KAREREMA (C386) |
22%/2-13-18/19-018 |
MBEERE NORTH |
YOUTH |
2.0M |
22% RLMF |
|
|
19 |
KAREREMA –ISHIARA – DB THARAKA NITHI (C386) |
22%/2-13-18/19-019 |
MBEERE NORTH |
PWD |
2.0M |
22% RLMF |
|
|
20 |
KANYUAMBORA –GITIE - KAMUMU (C406) |
22%/2-13-18/19-020 |
MBEERE NORTH |
OPEN TO ALL |
2.3M |
22% RLMF |
|
|
21 |
GACHOKA – GACHURIRI (C398) ROAD |
22%/2-13-18/19-021 |
MBEERE SOUTH |
OPEN TO ALL |
2.9M |
22% RLMF |
|
|
22 |
GACHURIRI – MASHAMBA (C398) ROAD |
22%/2-13-18/19-022 |
MBEERE SOUTH |
OPEN TO ALL |
2.5M |
22% RLMF |
|
|
23 |
MASHAMBA – MAKIMA (C398) ROAD |
22%/2-13-18/19-023 |
MBEERE SOUTH |
WOMEN |
2.1M |
22% RLMF |
|
|
24 |
MAKIMA – MBONDONI (C398) ROAD |
22%/2-13-18/19-024 |
MBEERE SOUTH |
YOUTH |
2.8M |
22% RLMF |
|
|
25 |
KIRITIRI – KIAMBERE NEWSITE (C395) ROAD |
22%/2-13-18/19-025 |
MBEERE SOUTH |
OPEN TO ALL |
4.1M |
22% RLMF |
|
|
26 |
KIAMBERE PRI-KARURA - DB KITU(C405) ROAD |
22%/2-13-18/19-026 |
MBEERE SOUTH |
OPEN TO ALL |
2.0M |
22% RLMF |
|
|
27 |
KIAMBERE NEWSITE JNC - MUTUOBARE (C395) ROAD |
22%/2-13-18/19-027 |
MBEERE SOUTH |
PWD |
1.8M |
22% RLMF |
KENYA RURAL ROADS AUTHORITY
EMBU REGION
INVITATION TO TENDER
Addendum No.2 - Download here!
ADDENDUM 1
Date: 9th December, 2020
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the tender advertisement notice for 22% & 10% RMLF road works dated 3rd December 2020 for Embu region. Note the following:
- The closing date for all the contract documents are not in tandem with the closing date in the invitation to tender notice (advert). In this regard, the actual date of submission is therefore scheduled to be on Thursday, 17th December, 2020 at 11.00 am.
All other conditions remain the same.
KENYA RURAL ROADS AUTHORITY
EMBU REGION
INVITATION TO TENDER
Date: 3rd December, 2020
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Embu Region to be funded under the 22% and 10% RMLF for the financial year 2020/2021. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Embu during the normal working hours Monday – Friday. The Bid documents will be available on the 3rd December 2020 from the regional office, Embu upon payment of non-refundable fee of Kshs. 1,000/= (One Thousand Shillings Only) by bankers cheque in favour of Kenya Rural Roads Authority”. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER# CLICK LINK TO DOWNLOAD |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
MIRUNDI-KEVOTE (D1227) ROAD |
RUNYENJES |
WOMEN |
3.38M |
22% RMFL |
|
|
2 |
KIRINGA - NDUMARI (C400) ROAD |
RUNYENJES |
OPEN TO ALL |
4.00M |
22% RMFL |
|
|
3 |
MUFU-KARUNGU (C406) ROAD |
RUNYENJES |
OPEN TO ALL |
3.24M |
22% RMFL |
|
|
4 |
KARUNGU-KARIRU (C406) ROAD |
RUNYENJES |
OPEN TO ALL |
4.36M |
22% RMFL |
|
|
5 |
KIANGUGNGI- KATHANGERI (E4210) ROAD |
RUNYENJES |
YOUTH |
3.74M |
22% RMFL |
|
|
6 |
KIANJOKOMA-KAMUGERE (C400) ROAD |
RUNYENJES |
PWD |
3.84M |
22% RMFL |
|
|
7 |
KATHANGERI-KIGUMO (C406) ROAD |
RUNYENJES |
OPEN TO ALL |
5.38M |
10% RMLF |
|
|
8 |
KIGUMO-IKUURA (C406) ROAD |
RUNYENJES |
YOUTH |
4.897M |
10% RMLF |
|
|
9 |
MBONDONI-MASINGA SPILL WAY (C398) ROAD |
MBEERE SOUTH |
OPEN TO ALL |
3.22M |
10% RMLF |
|
|
10 |
KIAMBERE- MUTUABARE (C398) ROAD |
MBEERE SOUTH |
YOUTH |
3.63M |
10% RMLF |
|
|
11 |
KARABA-RIAKANAU (C395) ROAD |
MBEERE SOUTH |
OPEN TO ALL |
3.42M |
10% RMLF |
|
|
12 |
KANDUU-GACHURIRI (C398) ROAD |
MBEERE SOUTH |
OPEN TO ALL |
3.33M |
22% RMFL |
|
|
13 |
GACHURIRI - THIBA BRIDGE (C398) ROAD |
MBEERE SOUTH |
OPEN TO ALL |
3.40M |
22% RMFL |
|
|
14 |
KARABA-GATEGI(C400) ROAD |
MBEERE SOUTH |
WOMEN |
3.57M |
22% RMFL |
|
|
15 |
KIAMBERE- GACABARI ISSACCO (C395) ROAD |
MBEERE SOUTH |
OPEN TO ALL |
4.05M |
22% RMFL |
|
|
16 |
MECCA- KAMUNYAGE (C399) ROAD |
MBEERE SOUTH |
PWD |
4.03M |
22% RMFL |
|
|
17 |
KIRITIRI-NEWSITE (C395) ROAD |
MBEERE SOUTH |
OPEN TO ALL |
4.20M |
22% RMFL |
|
|
18 |
SIAKAGO - MAGACHA (C397) ROAD |
MBEERE NORTH |
YOUTH |
3.71M |
22% RMFL |
|
|
19 |
KAMUMU - MUGWANJOGU (C397) ROAD |
MBEERE NORTH |
OPEN TO ALL |
3.96M |
22% RMFL |
|
|
20 |
KAREREMA- MUGWANJOGU (C401) ROAD |
MBEERE NORTH |
OPEN TO ALL |
3.96M |
22% RMFL |
|
|
21 |
GITIE - KAMUMU (C406) ROAD |
MBEERE NORTH |
OPEN TO ALL |
3.74M |
22% RMFL |
|
|
22 |
MUKORORIA-CIERIA (C401) ROAD |
MBEERE NORTH |
WOMEN |
3.79M |
22% RMFL |
|
|
23 |
MAGACHA-ENA (C397) ROAD |
MBEERE NORTH |
YOUTH |
3.40 M |
22% RMFL |
|
|
24 |
GIKUYARI – KARAMBARI(D1222) |
MBEERE NORTH |
YOUTH |
3.45M |
10% RMLF |
|
|
25 |
KAMUMU - KATHIGA GACHERU (C397) |
MBEERE NORTH |
OPEN TO ALL |
3.57M |
10% RMLF |
|
|
26 |
CIATHARI- MUKIRIA (C404) |
MBEERE NORTH |
PWD |
3.26M |
10% RMLF |
|
|
27 |
MUTUNDURI-MANYATTA-KIANJOKOMA (C396) ROAD |
MANYATTA |
OPEN TO ALL |
5.77M |
10% RMLF |
|
|
28 |
KIVWE-KARURINA (E4301) ROAD |
MANYATTA |
WOMEN |
4.17M |
10% RMLF |
|
|
29 |
KIRIGI-MURWATETU (E4198) |
MANYATTA |
OPEN TO ALL |
3.61M |
22% RMFL |
|
|
30 |
KIVWE-ENA (E4301) ROAD |
MANYATTA |
WOMEN |
6.92M |
22% RMFL |
|
|
31 |
KIVWE-MIRUNDI (D1227) |
MANYATTA |
OPEN TO ALL |
3.47M |
22% RMFL |
|
|
32 |
KARURINA-KITHIMU (F4102) |
MANYATTA |
YOUTH |
4.48M |
22% RMFL |
|
|
33 |
KIRIARI-KIANJOKOMA (F4116) |
MANYATTA |
YOUTH |
4.01 |
22% RMFL |
KENYA RURAL ROADS AUTHORITY
EMBU REGION
ADDENDUM NO .1
DOWNLOAD KERRA/011/EBU/039/MAN/10%CRC/2-23-23/24-033 HERE
Date: 16thOctober, 2023
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the tender advertisement notice for 22% RMLF and 10% RMLF road works dated 2nd October 2023 for Embu region. Bidders are hereby notified that;
1.A new tender document for tender No: KERRA/011/EBU/039/MAN/10%CRC/2-23-23/24-033 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIVWE-MIRUNDI (D1227) ROAD has been uploaded on the KeRRA website
2.To allow ample time for preparation and submission, the deadline for submitting Bid documents has been extended to Wednesday, 25TH October 2023 at 11.00 AM.
All the other condition Remain the same.
-------------------------
ENG.PM WACHAI
REGIONAL DIRECTOR
EMBU REGION
KENYA RURAL ROADS AUTHORITY
23rd July, 2024
TENDER NOTICE
The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.
Embu Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.
|
Tender Ref. |
Road Name |
Category & Target group |
Eligible bidders/ NCA |
|
|
KeRRA/EBU/08/39/44/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KATHANJURI – THAU - GACICIRO (F4142) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/45/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANGONDI - NDUMARI (C400) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/46/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KAVURU - NDUMARI (C400) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/47/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KYENI – RUKURIRI (E4206) ROAD |
YOUTH |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/48/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KAVENGERO – MURARI (C406) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/49/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIVWE – KEVOTE (D1227) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/50/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIANGUNGI – IVURORI – KAITHEGE (E4210) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/51/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF ENA – KITHUNGUTHA – GACICIRO (L8) ROAD |
WOMEN |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/52/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARARITIRI - GICHECHENI (C406) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/53/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIANJOKOMA - MUKUURI (C396) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/72/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARURUMO - KASAFARI (C400) ROAD |
WOMEN |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU08/39/73/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KATHANGERI - KAGUMO (C406) ROAD |
YOUTH |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/62/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GAKWEGORI - GATUNDURI ROAD |
PWD |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/63/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARURINA – KITHIMU (F4102) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/55/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GIKUYARI -ITIIRA (D1222) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/56/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF ITIIRA - KARIMARI(D1222) ROAD |
YOUTH |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/57/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GIKINGIRI - RIANDU(D1226) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/58/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANYARIRI - KIANAMU(F4077) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/59/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANYARIRI - MUTHANU(F4077) ROAD |
YOUTH |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/61/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KATHANJE-KIVUE (E4178) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/64/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF CIATHARI – KYENIRI(F4084) ROAD |
PWD |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/60/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARAMBARI – KIRIE(C397) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/81/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF SCHEME – KATHANGERI (C403) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/76/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIRITITI – KIAMBERE (C395) ROAD |
WOMEN |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/75/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIRITIRI – THURA (C397) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/77/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANYARIRI – MAGARO(C400) ROAD |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/74/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF WAMUMU – KARABA (C402) |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/84/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF MUKURIA – KOGALI(C404) |
YOUTH |
5,6,7 OR 8 |
DOWNLOAD |
|
KERRA/EBU/ 08/39 /71/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIAMURINGA – KIMANGARU(D1226) |
PWD |
5,6,7 OR 8 |
DOWNLOAD |
|
KERRA/EBU/ 08/39/ /65/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIOGOGO – KIAMBERE(C401) |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/80/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIANJOKOMA-KAMUGERE(C400) |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KERRA/EBU/ 08/39/ 69/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OFKIVWE -NJAKAIRI(E4103) |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KERRA/EBU/ 08/39/54/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GIKUYARI – KARAMBARI(D1222) |
YOUTH |
5,6,7 OR 8 |
DOWNLOAD |
|
KERRA/EBU/08/39/78/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OFKIARAGANA – KIVIUVI (L2 RUNYEJES) |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/83/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT GACHURIRI – MASHAMBA(C402) |
WOMEN |
5,6,7 OR 8 |
DOWNLOAD |
|
KeRRA/EBU/08/39/82/2023-2024 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT KAKAWA -KAKINDU(C402) |
REGISTERED |
5,6,7 OR 8 |
DOWNLOAD |
Bidders MUST meet the following requirements alongside other requirements contained in tender documents.
- To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
- Bidders are requested to familiarise themselves with site before tendering by making their own arrangements in consultation with the Regional Director's Office and ensure their pretender site visit certificate is signed and stamped. (within the first 10 days of the notice)
- For pretender site visit all bidders' representative must have an introduction letter from the company.
- MUST provide original document and a copy.
- All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
NOTE
All attachments must be certified by a commissioner for oaths.
Note: The cost estimate of the proposed works has been provided in the tender document.
Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/EBU….) number and Description, should be sent to the address below or deposited in the Tender Box located at the Regional Office Boardroom, within the Kenya Rural Roads Authority Embu Region offices situated at Public Works Building 1st Floor, along GK Prison Road.
Regional Director
Kenya Rural Roads Authority,
P.O. Box 2718-60100,
Embu.
So as to be received Monday, 5th August 2024 at 11:00 am and be Registered immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.
ENG. PETER WACHAI
REGIONAL DIRECTOR,
EMBU REGION.
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
LONG ADVERTISEMENT
- 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 bids from eligible Construction Companies to bid for the following projects:
|
S/No |
Region |
Tender No. |
Tender Name |
Reservation |
NCA |
|
1 |
Kwale |
Rehabilitation of Moiz Junction – Malaika Gardens Resort – Airport Road |
Open |
4 or 5 or 6 |
|
|
2 |
Kiambu |
Construction of Membley Bridge along JN. A2 Membley – Northern Bypass – JNC C559 BTL Road |
Open |
3 or 4 or 5 |
- Interested Bidders are required to download full details of the Advertisement and Tender Documents from the Authority’s website kerra.go.ke and PPIP Portal www.tenders.go.ke free of charge as from 4th September, 2024.
- MANDATORY PRE-TENDER site visits shall be held on agreed dates and times with the respective Regional Directors. Bidders are required to have the Certificate of Bidder`s visit to site signed by the respective Regional Directors.
- The contact details for the Regional Directors are as detailed in the table below.
|
ADDRESSES FOR REGIONAL OFFICES |
||
|
S/NO. |
REGION |
ADDRESS |
|
1) |
Kwale |
Kenya Rural Roads Authority, Kwale Regional Office P.O. Box 139, Kwale Eng. Onesmus Ikua Mobile No. 0727 021 783 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
2) |
Kiambu |
Kenya Rural Roads Authority, |
Connecting Devolved Kenya
|
ADDRESSES FOR REGIONAL OFFICES |
||
|
S/NO. |
REGION |
ADDRESS |
|
Kiambu Regional Office P.O. Box 700-0900, Kiambu Eng. J. Irungu Mobile No. 0722 826 793 E-Mail Address: kiambu@kerra.go.ke |
||
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Box located on 3rd Floor, Barabara Plaza Block B, or be addressed and posted to the below address to reach us on or before 11th September, 2024 at 11:00am.
- Opening of the tenders will take place immediately thereafter on 11th September, 2024 at the Ground Floor, Board Room, Barabara Plaza, Block B in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- Bulky tenders which do not fit in the Tender Box shall be delivered to the Supply Chain Management Office located on the 3rd Floor, South Wing, Barabara Plaza, Block B.
- Director (s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website:
www.kerra.go.ke and PPIP portal www.tenders.go.ke for any tender addendums or clarifications that may arise before submission date.
- Bidders with enquiries are encouraged to do so vide the email addresses shown below.
The Director General,
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao Road, Opposite KCAA building P. O. Box 48151 - 00100, NAIROBI.
Email Address: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it. Tel: +254(20)780600/01-05, Mobile: +254 711851103
Deputy Director (Supply Chain Management) FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
_____________Opening up Rural Kenya___________
TENDER NOTICE
EMERGENCY REINSTATEMENT OF ORIA BRIDGE
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
The Authority hereby invites bids from eligible construction companies on behalf of the Ministry of Transport, Infrastructure, and Housing and Urban Development for the Emergency Reinstatement of Oria Bridge set to be financed by the Government of Kenya through the Cabinet Secretary Road Maintenance Fuel Levy Fund.
The bid document will be available for downloading on the Authority’s Website www.kerra.go.ke with effect from 5th July, 2021
In order to manage the spread of COVID-19, the Authority will NOT conduct mandatory Pre-Tender Site visits. However, bidders are encouraged to visit the project sites for more insight on the project roads before bidding.
The sealed bids MUST be submitted to the address below located on Ground floor Barabara Plaza, Block B or deposited in the Tender Box on or before 12th July, 2021 at 11.00 a.m. All pages of the submitted documents to be Serialized Thereafter, opening of the bids will take place at the same venue starting from 11:15am.
Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.
Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it..
Director General
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao road, Opposite KCAA building
- O. Box 48151-00100,
NAIROBI, KENYA.
Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.
Tel: +254(20)8013846/2710451, Mobile: +254 724 735 568
Deputy Director, Supply Chain
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
Eng. Francis Gitau is the Infrastructure Secretary responsible to the Principal Secretary, Infrastructure of Ministry of Transport, Infrastructure, Housing & Urban Development.
He is nominated as an alternate Board Member for the Principal Secretary, Infrastructure. He is the chairman of the Mechanical Transport Fund from 2015.He has worked in various capacities including Chairman of Budget Committee Infrastructure Department; chairman of Transport Sector Training Committee of National Industrial Training Authority; Alternate chair of Ministerial Human Resource Committee; chairman of National Steering Committee on Review of Road Design Standards; and ISO Implementer under Roads Department among other leadership positions.
He is trained in the various areas including Strategic Leadership; Resource Management; Management of Labour Based Road Construction and Maintenance Programme, Management of Road Maintenance, Financial Monitoring and Evaluation, Management Corporate Governance and FIDIC Course.
ADDENDUM NO. 1
ENGINEERING DESIGN OF VARIOUS DRAINAGE STRUCTURES ON THE ROADS 10,000 PROGRAMME (PACKAGES 1 – 9).
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.
Following requests for clarification by bidders pursuant to Instruction to Consultants (ITC) 13.1, we have amended the Request for Proposal (RFP) document.
The amended RFP document can be downloaded from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.
Completed tenders should be submitted in plain sealed envelopes clearly marked “CONSULTANCY SERVICES FOR PRELIMINARY AND DETAILED ENGINEERING DESIGN OF MAJOR DRAINAGE STRUCTURES ON VARIOUS ROADS 10,000 PROGRAMME” LOT NO… and addressed to;
The Director General
Kenya Rural Roads Authority
Blue Shield Towers, 6th floor
P.O BOX 48151- 00100
NAIROBI.
The Documents should be deposited in the Tender Box on the 6th floor Board Room, Blue Shield Towers, Hospital Road Upper Hill, and Nairobi so as to be received on or before 7th June, 2018. Tender will close and open 7th June, 2018 at 11.00a.m.
Opening of Technical Proposals will take place immediately thereafter at the Conference Room Blue Shield Towers 6th Floor Hospital Road, Upper Hill, Nairobi in the presence of Bidders’ representatives who wish to attend.
The Tenderers’ shall remain bound by their offers for 150 days from the date of tender opening.
The Client reserves the right to reject any tender without giving reasons for the rejection and does not bind itself to accept the lowest or any tender.
MANAGER PROCUREMENT
For DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KeRRA is ISO 9001: 2008 CERTIFIED
Opening up Rural Kenya
LVSR RFP Bridges Download here
|
ENGINEERING DESIGN OF VARIOUS DRAINAGE STRUCTURES ON THE ROADS Download:- |
RESOLVED CITIZENS’ SERVICE DELIVERY CHARTER
VISION: Easy Access to Resources and Services
MISSION: To Develop, Manage and Maintain the National Secondary Trunk Road Network
CORE VALUES
|
Good Governance Professionalism Innovation Integrity |
Equity Team work Collaboration |
MOTTO: Connecting Devolved Kenya
|
No. |
SERVICE/GOOD |
REQUIREMENTS TO OBTAIN SERVICE/GOOD |
COST OF SERVICE/GOOD |
TIMELINE |
|
|
1. |
Attending to customers |
Courtesy and clarity |
None |
Within 10 Minutes |
|
|
2. |
Complaints and Inquiries Responses |
1. Honesty and Integrity 2. Use of appropriate channels including: · Physical visits · Telephone · Letter or email · Suggestion boxes |
None |
Physical visit |
10 Minutes |
|
Letters |
21 working days |
||||
|
|
3 Working Days |
||||
|
Field Inspection |
10 working days |
||||
|
Emergency |
48 hours (Maximum of 14 Days) |
||||
|
3. |
Procurement of Goods and Services |
1. Ensure prequalification where applicable 2. Purchase/Download bid documents 3. Compliance with contract provisions 4. Provide timely and adequate feedback 5. Adhere to applicable laws and regulations |
As Advertised |
As per the Public Procurement & Asset Disposal Act 2015 and supporting legislation |
|
|
4. |
Road Planning and Development |
1. Public Participation via formal channels 2. Cooperation 3. Feedback |
Meeting Tax Obligations |
Strategic Planning |
5 Years |
|
Annual Planning |
6 Months to Year End |
||||
|
Road Design |
6 Months |
||||
|
Monitoring & Evaluation |
Bi-Annually |
||||
|
5. |
Construction of Roads |
1. Public Participation via formal channels 2. Cooperation 3. Feedback |
Meeting Tax Obligations |
New Roads Construction |
As per Contract |
|
Emergency Works |
60 Days |
||||
|
Public Notice for Road Works |
3 Working Days |
||||
|
6. |
Maintenance of Roads |
1. Public Participation via formal channels 2. Cooperation 3. Feedback |
Meeting Tax Obligations |
Annual Road Work Plan |
6 Months to Year End |
|
Rehabilitation of Roads |
As per Contract |
||||
|
Routine Maintenance |
Annual |
||||
|
Approval of Roadside Development |
30 Working Days |
||||
|
7. |
Payment for Goods and Services |
Timely availing of relevant documents such as; · Bank Details as per KeRRA Form (BD 1) · Local Service/Purchase Order · Invoices · Delivery Notes · Duly signed payment certificates · Measurement Records |
None |
Road Works |
As per the Contract |
|
Consultancy Services |
As per the Contract |
||||
|
Goods and Other Services |
Within 30 days |
||||
|
8. |
Recruitment |
1. Letter of Application 2. Requirements in response to Advertisement |
None |
3 Months |
|
|
9. |
Industrial Attachment |
1. Relevant letter from training institution 2. Letter of Application 3. Curriculum Vitae 4. Indemnity Insurance Cover |
None |
3 Months |
|
|
10. |
Access to Information |
1. Honesty and Integrity 2. Pay prescribed charges 3. Use of appropriate channels including: · Physical visits · Telephone · Letter or email · Suggestion boxes |
As prescribed in the Access Information Act, 2016 |
Physical visit |
10 Minutes |
|
Letters |
21 working days |
||||
|
|
3 working days |
||||
|
Field Inspection |
10 working days |
||||
|
Exigent Information Requests |
48 hours (Extendible once to a maximum 14 days) |
||||
We are committed to Courtesy and Excellence in service delivery. Any non-conforming staff member, service or good should be reported to:
OUR PHYSICAL LOCATION:
Kenya Rural Roads Authority,
Barabara Plaza Block B,
Airport South Road,
P.O Box 48151 – 00100
NAIROBI, Kenya
Visit www.kerra.go.ke to locate our 47 Regional Offices
THE COMMISSION ON ADMINISTRATIVE JUSTICE (CAJ):
P. O. Box 20414-00200,Nairobi, Kenya.
Tel: +254 (20)2270000/2303000/263765/8030666
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Website: www.ombudsman.go.ke
Twitter: @kenyasombudsman Facebook: Ombudsman Kenya
OUR CONTACTS:
P. O. Box 48151-00100 Nairobi, Kenya.
Tel: +254 (20)7807600/7807601/7807602/7807603/7807604/7807605 OR +254 724735568
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Website: www.kerra.go.ke
OR
The Relevant Regional Office as indicated on our website.
The Government of Kenya (GoK); with support from the European Union (EU) is currently undertaking via the Kenya Rural Roads Authority an upgrade of about 100km of rural roads in the Eastern Region of Kenya. The projects are being carried out under five lots packaged as five works contracts.
The project is jointly funded by GoK (31%) and the European Union (69%) through the 10th European Development Fund (EDF) Rural Roads Component in Kenya.
The particulars of the projects are as follows:
Progress Statement on EU/GoK R2000 Project
| DESCRIPTION | LOCATION | ROAD NAME | COST |
| Lot 1 | Embu | Kyeni-Kathanjure-Karurumo road | 231 million |
| Lot 2 | Tharaka Nithi | Chuka-Kaanwa-Kareni road | 537 million |
| Lot 3 | Meru | Ndurumo-Kathirune-Giaki & Giaki-Birikene-Miamponi roads | 499 million |
| Lot 4 | Machakos | Kivandini-Kango & Kango-Kikalia-Kali roads | 301 million |
| Lot 5 | Makueni | Katuaa-Kee-Nunguni road | 362 million |
Progress Statement on EU/GoK R2000 Projects
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE:
PUBLIC PARTICIPATION FUND- F/Y 2020/21:
............DOWNLOAD ADVERT HERE......
2ND AUGUST 2021.
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 network in Kenya.
The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in Garissa Region for the Financial Year 2020-2021 to be funded under Public Participation for Roadworks as indicated below:
|
S/No |
ITT NO: |
ROAD NAME & CODE: |
PREFERANCE & RESERVATIONS |
BUDGET (Kshs.) |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
Taleh Farm – Elmi Farm (UC-26) Road. |
OPEN |
6,500,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
2. |
Holwathag Farm– Jamhuri Farm (UC-27) Road. |
OPEN
|
5,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
3. |
Masalani –Ijara (C 256) Road. |
OPEN |
10,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
4. |
Bura– Galmagalla (C252) Road. |
OPEN |
10,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
5. |
Modogashe – Ilan Gurufa Road. |
OPEN |
8,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
6 |
Eldere – Tokojo- Benane Road. |
OPEN |
8,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
7. |
Hagar Jarer – Benane Road. |
YOUTH |
6,500,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
8. |
JN A3Abdilugey – Shell Gulled Road. |
WOMEN |
8,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
9. |
Modika – Diiso Road. |
YOUTH |
5,500,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
10. |
Alikune – Dertu Road. |
OPEN |
10,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
|
|
11. |
Hagar jarer– Libahlo Road. |
OPEN |
5,000,000.00 |
6, 7 & 8 |
18/8/2021. 10.00 AM |
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
Any bid that doesn’t meet the Condition/Requirement Description shall not be subjected to any further evaluation; these requirements alongside the Technical and Financial requirements are contained in the tender documents.
Following the declared COVID-19 Pandemic and Government directives, bidders are advised to make their own arrangements to visit the site before quoting, confirm their attendance and acknowledge the roads they have tendered.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
The Regional Director,
Kenya Rural Roads Authority,
Box 1391-70100,
GARISSA.
The Authority will strictly adhere to Government guidelines on management of COVID-19 on banning public gathering- bidders who choose to attend bid opening function are required to send ONLY one representative.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.
Tenders that shall not fulfill all the above conditions will automatically be disqualified.
Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Bids to be received on or before the date/s provided and opening will take place immediately thereafter.
The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender.
Information relating to the examination, evaluation of applications and Recommendations for the successful candidate shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
All interested bidders are required to continually check Kenya Rural Roads Authority website: //This email address is being protected from spambots. You need JavaScript enabled to view it.">This email address is being protected from spambots. You need JavaScript enabled to view it. for any tender addendum or clarifications that may arise before submission date.
Mohamed Bare.
Ag. SENIOR SUPPLY CHAIN MANAGEMENT OFFICER,
FOR: REGIONAL DIRECTOR.
KeRRA is a State Parastatal under the Ministry of Transport and Infrastructure established through the Kenya Roads Act 2007.
KeRRA is responsible for the management, development, rehabilitation and maintenance of rural roads, classified as D, E and others.
Road classification in Kenya takes into account the function the road serves i.e.
- If the Road serves as a link between centres of international importance, crossing international boundaries or terminating at international ports (Class A roads-International Trunk Roads)
- If the road links nationally important centres, principal towns or urban centres (Class B roads-National Trunk Roads)
- A road that links provincially important centres to each other or to higher class roads are Class C roads or Primary Roads
- If a road links locally important centres to each other or to a more important centre, or to a higher class road it is a class D Road (Secondary Road)
- Any road link to a minor centre, market or local center is a Class E Road(Minor Road)
In addition there are other Classes of road as per usage (Special Roads) i.e;
- Forest Roads Class F Roads
- Roads serving Schools, Hospitals and Government Institutions Class G roads
- Roads leading to Coffee(Kahawa) growing areas Class K Roads
- Roads accessing settlement schemes Class L Roads
- National Park Roads Class P Roads
- Roads Accessing Rural areas Class R
- Roads Accessing Sugar growing areas Class S
- Roads accessing tea growing places Class T Roads
- Unclassified Rural Roads including those leading to areas with mineral deposits Class U Roads
- Roads Accessing Wheat growing areas Class W Roads
The Finance Act 2009 set up Constituency Roads Committees in each constituency in Kenya which, under the assistance of each Member of Parliament, advices KeRRA on the formulation of an annual roads programme and the roads to be included in it. These committees thus prioritize projects within their jurisdiction and which are hence implemented under the supervision of KeRRA.
KeRRA has 47 Regional Offices spread in each of the 47 counties as stipulated in the current constitution. Each office is headed by a regional manager who represents the Director General in each County.
The Kenya Roads Board Act of 1999 (amended by the Kenya Roads Act of 2007) defines the criteria for the allocation of the Roads Maintenance Levy Fund as follows:
- 40% of the fund is dedicated to International and National Trunk Roads, managed by the Kenya National Highways Authority
- 32% of the fund is allocated Rural Roads through the Kenya Rural Roads Authority
- 15% of the fund is allocated Urban Roads, managed by the Kenya Urban Roads Authority.
- 10% of the fund to be administered by the Minister for Roads
- 2% of the Fund allocated to the Kenya Roads Board
- 1% of the funds is allocated the Kenya Wildlife Services for maintenance of roads within national parks and game reserves
The Constituency Roads Committees were set up under the Finance Act 2009 as a committee responsible for advising KeRRA on the formulation of the annual work programmes by selecting the roads to be included in the programme in each constituency annually
The Roads Maintenance Levy Fund was set up by the Roads Maintenance Levy Act of 1993 to finance the maintenance of roads in Kenya. This fund is managed by the Kenya Roads Board which was established through the Kenya Roads Board Act of 1999
KeRRA has 47 Regional Offices spread in each of the 47 counties as stipulated in the current constitution. Each office is headed by a regional manager who represents the Director General in each County. The location of our Regional Offices is available on our website www.kerra.go.ke or through inquiries to the head office through contacts provided below.
KeRRA is a Government institution funded through three main sources:-
- Exchequer Funds from the Government of Kenya for development of roads
- Fuel levy Fund for maintenance of roads
- Development Partners funding
There are four (4) state corporations currently dealing with road construction and management namely;
- Kenya Roads Board
- Kenya Rural Roads Authority
- Kenya National Highways Authority, and
- Kenya Urban Roads Authority
After downloading the document below, please fill it, scan and then email it to: This email address is being protected from spambots. You need JavaScript enabled to view it.
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
Date: 22nd MAY 2024.
FY 2022-2023/24 SAVINGS 10% AND GOK FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.
Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF) in the Kisii Region for Routine maintenance of the following roads.
Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;
|
S.N |
Tender No. |
Road Name & Code |
Preference & Reservation |
|
1 |
Mogenda-Nyamagena-Mabariri-Eberege (G65489) |
Citizen |
|
|
2 |
Nyamaiya-Mogenda-Kiziwani-Geteni (G65487) |
Citizen |
|
|
3 |
Marongo-Kiogosi Pry Sch (Orencho-Nyakembene) (G65606) |
Citizen |
|
|
4 |
Omoyo-Raitigo-Ekona |
Women |
|
|
5 |
Samba-Kebabe (E6235) |
PWD |
|
|
6 |
Itumbe-Iyabe-Omoko-Motonto (R31) |
Citizen |
|
|
7 |
Kisii Access to regional Office (UK-45-131) |
Youth |
|
|
8 |
Kiamori-Ekerore (G64992) |
Women |
|
|
9 |
Kimenyiga-Nyabisabo (C891) |
Youth |
QUALIFICATION FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the bid;
- Copy of Certified Certificate of Incorporation
- Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
- Copy of Valid Tax Compliance Certificate
- Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
- Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
- Valid Certified Current Single Business permit.
- Tender Security (NOT APPLICABLE) in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
- Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
- Dully, Filled, Signed and Stamped Confidential Business Questionnaire
- Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 12
- Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
- Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
- All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1
Other Requirements
As specified in the respective tender document, submit the following;
- Attach proof of similar previous experience (attach award letters and completion certificates)
- Audited Accounts for the last 3 consecutive years
- Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
- Attach proof of equipment holding/hire in the format provided.
- Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
- Declaration of Current ongoing Works
- Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
- Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
- Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
- If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
- Provide a Work Methodology relevant to the proposed works.
- Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
- Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
- ELIGIBILITY:
- To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
- Any form of canvassing will lead to disqualification
- Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.
Note
The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.
All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 22nd May 2024.
Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)
A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -
KISII REGION
Kenya Rural Roads Authority,
P.O. Box 1084-40200,
KISII.
Regional Email address: This email address is being protected from spambots. You need JavaScript enabled to view it.
REGIONAL DIRECTOR
KISII REGION
KENYA RURAL ROADS AUTHORITY
Completed tenders must be delivered to the address above so as to be received on or before Thursday 6th June, 2024 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
The opening of bids will be on Thursday 6th June, 2024 , at 10:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Bidders with ongoing projects in the region need not to apply.
- Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
NYAMIRA REGION
P.O BOX 27-40500 NYAMIRA
7TH MAY, 2020
TENDER NOTICE
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER G.O.K FOR FY 2019/20
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 KeRRA-Nyamira Region hereby invites bids from eligible Construction Companies to bid for Routine Maintenance and Spot Improvement Works on various roads in the constituencies listed below to be financed by the G.O.K Development and 10% CS Allocation for the FY 2019-2020
|
No |
TENDER NO. |
ROAD NAME |
ELIGIBILITY |
|
|
1 |
KeRRA/11/NMR/39/GoK /2-47-060-19|20 |
Rangenyo - Nkora Road |
NCA 7 and above All |
DOWNLOAD |
|
2 |
KeRRA/11/NMR/39/GoK /2-47-058-19|20 |
Nyamira - Mabundu |
NCA 7 and above All |
DOWNLOAD |
|
3 |
KeRRA/11/NMR/39/GoK /2-47-059-19|20 |
Sironga - Makairo |
NCA 7 and above All |
DOWNLOAD |
|
4 |
KeRRA/11/NMR/39/GoK /2-47-056-19|20 |
Magombo - Esani - Gesima |
NCA 7 and above Women Category |
DOWNLOAD |
|
5 |
KeRRA/11/NMR/39/GoK /2-47-055-19|20 |
Kemera - Ikobe - Sengera |
NCA 7 and above Youths Category |
DOWNLOAD |
|
6 |
KeRRA/11/NMR/39/GoK /2-47-057-19|20 |
Machururiati - Mochenwa |
NCA 7 and above PWD Category |
DOWNLOAD |
|
7 |
KeRRA/11/NMR/39/GoK /2-47-061-19|20 |
Tinga - Nyabioto |
NCA 8 and above Women Category |
DOWNLOAD |
|
8 |
KeRRA/11/NMR/39/GoK /2-47-062-19|20 |
Tombe - Miriri - Gekano |
NCA 8 and above PWD Category |
DOWNLOAD |
|
9 |
KeRRA/11/NMR/39/GoK /2-47-063-19|20 |
Tombe - Iseeta - Getaaro |
NCA 8 and above Women Category |
DOWNLOAD |
|
10 |
KeRRA/11/NMR/39/GoK /2-47-064-19|20 |
Chabera - Nyamusi - Kinga |
NCA 8 and above Youths Category |
DOWNLOAD |
|
11 |
KeRRA/11/NMR/39/GoK /2-47-065-19|20 |
Moturmesi - Kerongo - Sengera - Itongo Box Culvert |
NCA 8 and above Youths Category |
DOWNLOAD |
|
12 |
KeRRA/11/NMR/39/GoK /2-47-066-19|20 |
Birongo - Itongo - Kerongo - Moturmesi |
NCA 8 and above PWDs Category |
DOWNLOAD |
|
13 |
KeRRA/11/NMR/39/10%CS /2-47-067-19|20 |
Birongo - Rigwezo Road |
NCA 8 and above Women Category |
DOWNLOAD |
|
14 |
KeRRA/11/NMR/39/10%CS /2-47-068-19|20 |
Miruka - Nyaigesa Pri Road |
NCA 8 and above Youths Category |
DOWNLOAD |
PWD shall show proof of disability by registration with National Council of Persons with Disability.
Following the declared Covid-19 pandemic and subsequent presidential directive bidders are advised to make their own arrangements to (adhering to this directive any other subsequent directives) to visit the sites before quoting.
Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free as from close of business Monday 11th May 2020 Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) located in the Regional Office at the Public Works Building or be addressed and sent to;
The Deputy Director,
Kenya Rural Roads Authority-Nyamira Region,
P.O. Box 27-40500,
NYAMIRA
So as to be received on or before Thursday 21st May, 2020 at 9:00 AM. Bids submitted after this prescribed time shall be rejected.
DEPUTY DIRECTOR,
KENYA RURAL ROADS AUTHORITY, NYAMIRA REGION
KENYA RURAL ROADS AUTHORITY
RE-TENDER NOTICE:
10% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:
26TH APRIL 2023
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 network in Kenya.
The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 10% Constituency Roads Fund (CRF) as Indicated Below:
|
FAFI CONSTITUENCY |
|||||
|
1. |
Nanighi -Bura(C-251) Road |
PWD |
6 or 7 or 8. |
09/05/2023. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
17. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
|
OTHER REQUIREMENTS: |
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
(g). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website. |
Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Wednesday, 3rd May 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.
N/B: A Tenderer (either individually or as a JV member) shall not participate in more than one Tender in this notice.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority, P. O. Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
KENYA RURAL ROADS AUTHORITY
RE-TENDER NOTICE:
22% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:
2ND FEBRUARY 2023
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 network in Kenya.
The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 22% Constituency Roads Fund (CRF) as Indicated Below:
|
FAFI CONSTITUENCY: |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
Diiso-Hagarbul(UCL-15) Road |
PWD |
6 or 7 or 8. |
15/02/2023. 10.00 AM |
|
|
IJARA CONSTITUENCY: |
|||||
|
4. |
Alijire-Hewani (C-255) Road |
OPEN |
6 or 7 or 8. |
15/02/2023. 10.00 AM |
|
|
5. |
Masalani-Garsweine(G-1066) Road |
OPEN |
6 or 7 or 8. |
15/02/2023. 10.00 AM |
|
|
6. |
Masalani-Haji Mohamed(G-5074) Road |
WOMEN |
6 or 7 or 8. |
15/02/2023. 10.00 AM |
|
|
7. |
Haji Mohamed-BoltwamaG-5074) Road |
YOUTH |
6 or 7 or 8. |
15/02/2023. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
17. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
|
OTHER REQUIREMENTS: |
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
(g). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website. |
Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Monday, 6th February 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.
N/B: A Tenderer (either individually or as a JV member) shall not participate in more than one Tender in this notice.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority, P.O. Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
KENYA RURAL ROADS AUTHORITY
GARISSA REGION
Tel: 046-210 2208 Deputy Director’s Office,
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.o. Box 1391-70100,
Website: www.kerra.go.ke Garissa, Kenya.
INVITATION TO TENDER:
CABINET SECRETARY ALLOCATION (FINANCIAL YEAR 2020-2021) ROADWORKS:
6th OCTOBER 2020.
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 network in Kenya.
The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in GARISSA REGION for the FINANCIAL YEAR 2020-2021 to be funded through CABINET SECRETARY (ROADWORKS) ALLOCATION as indicated below:
|
TOWNSHIP CONSTITUENCY: |
||||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGABILIGTY |
BUDGET (Kshs.) |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
|
SHELL GULEID-DIISO (C-291) ROAD |
RESERVED |
7,000,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
2. |
|
KORA-KORA JN D586 (G-5051) ROAD |
RESERVED |
8,000,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
DADAAB CONSTITUENCY: |
||||||
|
4. |
|
DERTU-ALIKUNE (UF-5002) ROAD. |
OPEN. |
6,000,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
5. |
|
JN A10-WAJIR (E-5003) ROAD. |
OPEN. |
5,700,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
IJARA CONSTITUENCY: |
||||||
|
5. |
|
KOTILE-WEMA (C-255) ROAD. |
OPEN. |
8,000,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
6. |
|
MASALANI-BURA (D-1066) ROAD. |
RESERVED. |
8,300,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
7. |
|
DUBADUBESA-RUQA (C-256) ROAD |
OPEN. |
8,500,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
8. |
|
MASALANI-HAJI MOHAMED (G-5074) ROAD. |
RESERVED. |
8,000,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
9. |
|
HARA-KORISA (C-255) ROAD. |
OPEN. |
9,000,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
BALAMBALA CONSTITUENCY: |
||||||
|
10. |
|
SANKURI-JN A13(F-5002) ROAD |
OPEN. |
9,925,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
11. |
|
OHIO-HADLEY (UCL-10) ROAD |
RESERVED. |
9,900,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
12. |
|
SAKA-JN D586 (C-251) ROAD. |
OPEN. |
9,980,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
13. |
|
BALAMBALA-OHIO (C-251) ROAD. |
OPEN. |
9,882,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
|
LAGDERA CONSTITUENCY: |
||||||
|
14. |
KeRRA/011/GSA/39/010/2019-20. |
JILANGO-BARAKI (UCL-12) ROAD. |
RESERVED. |
5,900,000.00 |
7 & ABOVE |
23/10/2020. 10.00 AM |
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
|
S/No |
REQUIREMENT IN TENDER DOCUMENT: |
|
1 |
Serialization of all pages of bid document. |
|
2 |
Certified Certificate of Incorporation (COI). |
|
3 |
Certified Registration with relevant NCA 7 & above and current practicing license. |
|
4 |
Prequalification for Open Tender/Citizen. |
|
5 |
Copy of Valid Tax Compliance Certificate. |
|
6 |
Certified Copy of PIN/VAT Registration. |
|
7 |
Copy of National Identity Cards (ID)’s or Valid Passport of all directors of the company. |
|
8 |
Dully signed and stamped Tender document on pages required. |
|
9 |
Dully signed Pre – Tender site visit certificate. |
|
10 |
Appropriately filled and signed Form of Tender by authorized agent. |
|
11 |
Duly signed and stamped priced Bill of Quantities on each page by authorized agent. |
|
12 |
Dully filled Tender Business Questionnaire. |
|
13 |
Anti-Corruption pledge (Declaration Form). |
|
|
ADDITIONAL FOR SPECIAL GROUP (YOUTH, WOMEN & PERSONS WITH DISABILITY-PWD) |
|
14 |
Registration Certificate with respective group. |
|
15 |
Dully filled Tender Securing Declaration Form. |
|
TECHNICAL EVALUATION: |
|
|
16 |
Financial Performance: Current ONE (1) year Bank Statement-Must be attached. |
|
17 |
General Construction Experience: Proof of having undertaken works of a similar nature in the last two (2) years-Attach certificate/s of completion. |
|
18 |
Key personnel/Site Staff: Schedule of Key Personnel the Contractor would engage on site, together with their current CVs and Testimonials. |
|
19 |
Plants & equipment Holdings: Fill the schedule of the Major Plant and Equipment to be used on the contract/s. |
Any bid that doesn’t meet the MANDATORY REQUIREMENTS shall not be subjected to any further evaluation; these requirements alongside the Technical Requirements are contained in the tender documents.
There will be a pre-tender site visit as per the date and time stipulated below and all interested bidders shall Convene at KeRRA Regional Office, Garissa Town.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office, GARISSA TOWN or addressed to:
The Deputy Director,
Kenya Rural Roads Authority,Po Box 1391-70100,
GARISSA.
N/B:
Following the declared COVID-19 Pandemic and subsequent presidential directives, bidders are advised to make their own arrangements (adhering to this directive and any other subsequent directives) to visit the site before quoting.
No bidder shall be awarded MORE THAN TWO Contracts in ONE FINANCIAL YEAR:
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.
Tenders that shall not fulfill all the above conditions will automatically be disqualified.
Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Bids to be received on or before the date/s provided and opening will take place immediately thereafter.
Bidders or their representatives wishing to witness the opening may attend.
The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender.
Information relating to the examination, evaluation of applications and Recommendations for the successful candidate shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
ABDI Y. ALI.
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER,
FOR: DEPUTY DIRECTOR (ROADS).
Connecting Devolved Kenya.
KENYA RURAL ROADS AUTHORITY
|
INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET |
KeRRA/ITT/GSA/11/39/03/2017-18 23 March, 2018
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 tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded through RMLF (10%)budget allocation for the financial year 2017/18 spot improvement Road sections located within the Garissa county as mentioned below.
DETAILS OF TENDERS
|
Tender NO |
Road No. |
Road Name |
Activity |
Budget Provision KSHS |
Opening Date |
Remarks |
Download
|
|
|
KeRRA/GSA/11/39/026/17/18
|
D568 |
Bulla Iftin –kora kora Section Road |
Improvement |
5M |
18/04/2018at 11.00am |
Open
|
||
|
KeRRA/11/39/027/17/18 |
E 803 |
Hagar Jarer-Danyare Section Road |
Improvement |
5M |
18/04/2018at 11.00am |
Open |
||
|
KeRRA/GSA/11/39/028/17/18
|
UD 5003 |
Garbatula-Hagar Jarer Section Road |
Improvement |
5M |
18/04/2018at 11.00am |
Reserve |
||
|
KeRRA/GSA/11/39/029/17/18
|
|
Alango-Borehole-Dertu Road |
Improvement |
5M |
18/04/2018at 11.00am |
Reserved |
||
|
KeRRA/GSA/11/39/030/17/18
|
|
Masabubu-Shell Gulied Road |
Improvement |
5M |
18/04/2018at 11.00am |
Open |
||
|
KeRRA/GSA/11/39/031/17/18
|
|
Korisa-Wema Road |
Improvement |
5M |
18/04/2018at 11.00am |
Reserved |
||
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE:
10% CONSTITUENCY ROADS FUND-CRF (FINANCIAL YEAR 2021-2022):
..........DOWNLOAD ADVERT HERE......
15TH OCTOBER 2021.
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 network in Kenya.
The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded under 10% Constituency Roads Fund-CRF as indicated below:
|
TOWNSHIP CONSTITUENCY:
|
|||||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
BUDGET (Kshs.) |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
|
1. |
BULLA IFTIN -WARABLE (C-251) ROAD |
OPEN |
5,000,412.00
|
7 & ABOVE |
01/112021. 10.00 AM |
||
| 2. |
|
BULLA IFTIN -WARABLE (C-251) ROAD |
WOMEN |
6,508,365.62 |
7 & ABOVE |
|
|
|
BALAMBALA CONSTITUENCY: |
|||||||
|
3 |
BALAMBALA-SAKA (C251) ROAD. |
YOUTH |
5,000,412.00
|
7 & ABOVE |
01/112021. 10.00 AM |
||
|
4 |
2021-22 | BALAMBALA-SAKA (C251) ROAD. | OPEN |
6,508,365.62 |
7 & ABOVE |
|
|
|
IJARA CONSTITUENCY: |
|||||||
|
5 |
MASALANI - RUQA (C256) ROAD |
OPEN |
5,000,412.00
|
7 & ABOVE |
01/112021. 10.00 AM |
||
|
6 |
2021-22 | MASALANI - RUQA (C256) ROAD | OPEN |
6,508,365.62 |
7 & ABOVE |
|
|
|
LAGDERA CONSTITUENCY: |
|||||||
|
7 |
GARBATULLA- BENANE (C294) ROAD |
WOMEN |
5,000,412.00
|
7 & ABOVE |
01/112021. 10.00 AM |
||
|
8 |
2021-22 |
GARBATULLA- BENANE (C294) ROAD |
OPEN |
6,508,365.62 |
7 & ABOVE |
|
|
|
DADAAB CONSTITUENCY: |
|||||||
|
9 |
JN A3 – CB WAJIR (C 292) ROAD |
OPEN |
5,000,412.00
|
7 & ABOVE |
01/112021. 10.00 AM |
||
|
10 |
2021-22 | JN A3 – CB WAJIR (C 292) ROAD | PWD |
6,508,365.62 |
7 & ABOVE |
|
|
|
FAFI CONSTITUENCY: |
|||||||
|
11 |
WARABLE – NANIGHI (C 251) ROAD |
OPEN |
5,000,412.00
|
7 & ABOVE |
01/112021. 10.00 AM |
||
|
12 |
2021-22 |
WARABLE – NANIGHI (C 251) ROAD |
OPEN |
6,508,365.62 |
7 & ABOVE |
|
|
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
TENDER NOTICE:
CABINET SECRETARY ALLOCATION (FINANCIAL YEAR 2021-2022):
...........DOWNLOAD ADVERT HERE...........
21ST OCTOBER 2021.
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 network in Kenya.
The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded under CABINET SECRETARY ALLOCATION & Funds as indicated below:
|
BALAMBALA CONSTITUENCY: CABINET SECRETARY ALLOCATION |
|||||||
|
4. |
HAGAR JARER -DANYERE (C294) ROAD. |
YOUTH |
9,654,216.00
|
7 & ABOVE |
05/11/2021. 10.00 AM |
||
|
5. |
BALAMBALA-OHIO (C251) ROAD. |
OPEN |
9,954,656.00
|
7 & ABOVE |
05/11/2021. 10.00 AM |
||
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE:
AIA- SPOT IMPROVEMENT (FINANCIAL YEAR 2021-2022):
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 network in Kenya.
The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded Under AIA-Spot Improvement-2021/2022 Financial Year as Indicated Below:
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
KASHA -OHIO (UCL-9) ROAD |
WOMEN |
6 or 7 or 8. |
08/08/2022. 10.00 AM |
|
|
2. |
SHIMBIR – ABDISAMIT (UCL-14) ROAD |
OPEN |
6 or 7 or 8. |
08/08/2022. 10.00 AM |
|
|
3. |
JNC 981(AFWEIN) – SHANTA ABAK (UCL-13) ROAD |
OPEN |
6 or 7 or 8. |
08/08/2022. 10.00 AM |
|
|
4. |
C-251(KUNO) – OHIO (UK07-34) ROAD |
OPEN |
6 or 7 or 8. |
08/08/2022. 10.00 AM |
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE:
CABINET SECRETARY ALLOCATION (FINANCIAL YEAR 2021-2022):
15TH AUGUST 2022.
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 network in Kenya.
The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded Under Cabinet Secretary Allocation-2021/2022 Financial Year as Indicated Below:
|
LAGDERA CONSTITUENCY:
|
||||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
BUDGET (Kshs.) |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
GEYLAB-RIG DAM (UCL-12) ROAD |
OPEN |
9,840,000.00
|
6 or 7 or 8. |
29/08/2022. 10.00 AM |
|
|
2. |
MALMIN- BARAKI (F-5003) ROAD |
OPEN |
9,900,000.00 |
6 or 7 or 8. |
29/08/2022. 10.00 AM |
|
|
DADAAB CONSTITUENCY: |
||||||
|
3. |
SARETHO- BOREHOLE (UK07-34) ROAD |
WOMEN |
9,850,000.00 |
6 or 7 or 8. |
29/08/2022. 10.00 AM |
|
|
FAFI CONSTITUENCY:
|
||||||
|
5. |
DIISO-HAGARBUL (UCL-15) ROAD |
OPEN |
9,990,000.00 |
6 or 7 or 8. |
29/08/2022. 10.00 AM |
|
|
3. |
FAFI TOWN-WELMARER (C-291) ROAD |
YOUTH |
9,880,000.00
|
6 or 7 or 8. |
29/08/2022. 10.00 AM |
|
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
KENYA RURAL ROADS AUTHORITY
GARISSA REGION
Tel: 046-210 2208 Regional Director’s Office,
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.o. Box 1391-70100,
Website: www.kerra.go.ke Garissa, Kenya.
RE-ADVERTISEMENT:
INVITATION TO TENDER:
22% CONSTITUENCY ROADS FUND(CRF) ALLOCATION-F/Y 2020/21 ROADWORKS:
30th MARCH 2021.
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 network in Kenya.
The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in Garissa Region for the Financial Year 2020-2021 to be funded under the 22% CRF fund as indicated below:
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
BUDGET (Kshs.) |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
DADAAB CONSTITUENCY: |
||||||
|
1. |
KeRRA/011/GSA/39/38/ 2020-21. |
|
2,239,496.02 |
7 & ABOVE |
22/4/2021. 10.00 AM |
|
|
IJARA CONSTITUENCY |
||||||
|
2. |
KeRRA/011/GSA/39/28/ 2020-21. |
OPEN |
4,269,264.00 |
7 & ABOVE |
22/4/2021. 10.00 AM |
|
|
BALAMBALA CONSTITUENCY: |
||||||
|
3. |
KeRRA/011/GSA/39/042/ 2020-21. |
OPEN |
5,517,19204 |
7 & ABOVE |
22/4/2021. 10.00 AM |
|
|
4. |
KeRRA/011/GSA/39/047/ 2020-21. |
OPEN |
1,439,328.02 |
7 & ABOVE |
22/4/2021. 10.00 AM
|
|
|
LAGDERA CONSTITUENCY: |
||||||
|
5. |
KeRRA/011/GSA/39/022/ 2020-21. |
OPEN |
4,263,000.03 |
7 & ABOVE |
22/4/2021. 10.00 AM
|
|
|
FAFI CONSTITUENCY: |
||||||
|
6. |
KeRRA/011/GSA/39/034/ 2020-21. |
WOMEN |
2,599,328.02 |
7 & ABOVE |
22/4/2021. 10.00 AM |
|
|
7. |
KeRRA/011/GSA/39/035/ 2020-21. |
YOUTH |
2,263,160.03 |
7 & ABOVE |
22/4/2021. 10.00 AM |
|
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
|
S/No |
REQUIREMENT IN TENDER DOCUMENT: |
|
1 |
Serialization of all pages of bid document. |
|
2 |
Certified Certificate of Incorporation (COI). |
|
3 |
Certified Registration with relevant NCA 7 & above and current practicing license. |
|
4 |
Prequalification for Open Tender/Citizen. |
|
5 |
Copy of Valid Tax Compliance Certificate. |
|
6 |
Certified Copy of PIN/VAT Registration. |
|
7 |
Copy of National Identity Cards (ID)’s or Valid Passport of all directors of the company. |
|
8 |
Dully signed and stamped Tender document on pages required. |
|
9 |
Dully signed Pre – Tender site visit certificate. |
|
10 |
Appropriately filled and signed Form of Tender by authorized agent. |
|
11 |
Duly signed and stamped priced Bill of Quantities on each page by authorized agent. |
|
12 |
Dully filled Tender Business Questionnaire. |
|
13 |
Anti-Corruption pledge (Declaration Form). |
|
|
ADDITIONAL FOR SPECIAL GROUP (YOUTH, WOMEN & PERSONS WITH DISABILITY-PWD) |
|
14 |
Registration Certificate with respective group. |
|
15 |
Dully filled Tender Securing Declaration Form. |
|
TECHNICAL EVALUATION: |
|
|
16 |
Financial Performance: Current ONE (1) year Bank Statement. |
|
17 |
General Construction Experience: Proof of having undertaken works of a similar nature in the last two (2) years-Attach certificate/s of completion. |
|
18 |
Key personnel/Site Staff: Schedule of Key Personnel the Contractor would engage on site, together with their current CVs and Testimonials. |
|
19 |
Plants & equipment Holdings: Fill the schedule of the Major Plant and Equipment to be used on the contract/s. |
Any bid that doesn’t meet the Mandatory Requirements shall not be subjected to any further evaluation; these requirements alongside the Technical Requirements are contained in the tender documents.
Following the declared COVID-19 Pandemic and subsequent presidential directives, bidders are advised to make their own arrangements (adhering to this directive and any other subsequent) to visit the site before quoting, confirm their attendance and acknowledge the roads they have tendered.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office, Garissa Town or addressed to:
The Regional Director,
Kenya Rural Roads Authority,
- o Box 1391-70100,
GARISSA.
KENYA RURAL ROADS AUTHORITY
|
INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET |
KeRRA/ITT/GSA/11/39/08/2018-19 16th AUGUST, 2019
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 tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded under appropriation in aid allocation for the financial year 2018/19 spot improvement Road sections located within the Garissa County as mentioned below.
DETAILS OF TENDERS
|
Tender NO |
Road No. |
Road Name |
Activity |
Budget Provision KSHS |
Opening /Closing Date |
Remarks |
|
|
KeRRA/GSA/11/39/045/18/19
|
C251 |
Saka-Sankuri Section Road |
Improvement |
4.0M |
30/08/2019 at 11.00am |
Reserved
|
|
|
KeRRA/11/39/046/18/19 |
Ug411658 |
Benane-Tokojo--Eldere Section Road |
Improvement |
4.0M |
30/08/2019 at 11.00am |
Open
|
|
MANDATORY REQUIREMENT.
The eligible bidders shall meet all the following requirements:-
- Certified copy of certificate of incorporation
- Certified copy of valid tax compliance certificate
- Certified copies of pin & vat certificate
- Certified copy of Valid Nca 7 and above Certificate
- Must fill and sign accurately the form of tender.
- Must fill confidential business questionnaire.
- Must correctly price the bill of quantity.
- Must commit himself/herself to anti-corruption pledge.
- The tenderers must serialized or number all pages of the bids documents as requirements.
- Mandatory pre-bid site visit-The bidders are required to make their own arrangement by contacting the Constituency Road Officer during working hours in order to familiarize and examine the scope of works to be done before submitting the bid document. .
ADDITIONAL TECHNICAL REQUIREMENT – Proof of-
- Previous/past experience of similar work done ( attach evidence)
- Historical non –performance
- Litigation history
- Good financial status and credit line facilities
The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non-refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque or KCB -A/C NO;114343196 - payable to the Kenya Rural Roads Authority.
Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.
The bid must be submitted in enclosed plain sealed envelope clearly marked Original
The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box placed along our office- corridor at Garissa office , so as to be received on or before the closing date on Friday 30th AUGUST 2019 at 11.00am as indicated above respectively
The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.
The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.
Abdi Y. Ali.
Senior Supplies Chain Officer
(For: Regional Manager/Garissa Region )
KENYA RURAL ROADS AUTHORITY
|
INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET |
KeRRA/ITT/GSA/11/39/06 /2018-2019 11th March, 2019
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 tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded through GOK budget allocation for the financial year 2018/19 spot improvement Road sections located within the Garissa County as mentioned below.
DETAILS OF TENDERS
|
Tender NO |
Road No. |
Road Name |
Activity |
Budget Provision KSHS |
Opening Date |
Remarks |
|
KeRRA/GSA/11/39/034/18/19
|
C251 |
Saka-Hirby Section Road |
Improvement |
5.5M |
21/03/2018 at 11.00am |
Open |
|
KeRRA/GSA/11/39/035/18/19
|
U_CL11 |
Danyare-Libalo Section Road |
Improvement |
5.5M |
21/03/2018 at 11.00am |
Reserve |
|
KeRRA/GSA/11/39/036/18/19
|
U_E5003 |
JN C81-Shanta Abak Section Road |
Improvement |
5.5M |
21/03/2018 at 11.00am |
Open |
MANDATORY REQUIREMENT.
The eligible bidders shall meet all the following requirements:-
- Certified copy of certificate of incorporation
- Certified copy of valid tax compliance certificate
- Certified copies of pin & vat certificate
- Certified copy of Valid Nca 7 and above Certificate
- Must fill and sign accurately the form of tender.
- Must fill confidential business questionnaire..
- Must correctly price the bill of quantity.
- Must commit himself/herself to anti-corruption pledge.
- Must submit the original and a copy of the bill of quantities.
ADDITIONAL TECHNICAL REQUIREMENT – Proof of-
- Previous/past experience of similar work done ( attach evidence)
- Historical non –performance
- Litigation history
- Good financial status and credit line facilities
The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque or KCB -A/C NO;114343196 - payable to the Kenya Rural Roads Authority or KeRRA Website
Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.
The bid must be submitted in enclosed plain sealed envelope clearly marked Original
The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box placed along our office- corridor at Garissa office , so as to be received on or before the closing date on 21st March 2019 at 11.00am as indicated above respectively
The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.
The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.
Abdi Y. Ali.
Procurement Officer
(For: Regional Manager/Garissa Region)
ADDENDUM-001/18/19 Please Download Here
TENDER NOTICE - Please Download here!
- Township Constituency
|
Tender No |
Road Code |
Road Name |
Document |
Budget Provision |
Closing/Opening |
Remarks |
|
KeRRA/Gsa/011/39/001/2018/19 |
C251 |
Adheley-Bula Power Road |
2,981,678 |
0801/2019 |
Open |
|
|
KeRRA/Gsa/011/39/002/2018/19 |
C251 |
Warable-Bula Game Road |
5,780,556 |
08/01/2019 |
Disable |
|
|
KeRRA/Gsa/011/39/003/2018/19 |
C251 |
Bula Aftin- Bula Power Section |
4,452,117 |
08/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/005/2018/19 |
G5051 |
Kora kora-JN D586 Road |
3,377,056 |
08/01/2019 |
youth |
|
|
KeRRA/Gsa/011/39/006/2018/19 |
C251 |
JN A3-DIISO |
4,664,592 |
08/01/2019 |
Open |
2.Balambala Constituency
|
Tender No |
Road Code |
Road Name |
Document |
Budget Provision |
Closing/Opening Date |
Remarks |
|
KeRRA/Gsa/011/39/006/2018/19 |
C251 |
Balambala-Adheley section |
14,798,236 |
08/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/008/2018/19 |
C294 |
Hagar Jarer-Danyare |
4,826,992 |
08/01/2019 |
Disable |
|
|
KeRRA/Gsa/011/39/007/2018/19 |
E861 |
Ohia-Balambala Road |
1,935,529 |
08/01/2019 |
youth |
3.LagderaConstituency
|
Tender No |
Road Code |
Road Name |
Document |
Budget Provision |
Closing opening Date |
Remarks |
|
KeRRA/Gsa/011/39/009/2018/19 |
C294 |
JNC81-Garbatula |
12,660,240 |
08/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/010/2018/19 |
U-CL2 |
Eldere-Malmin |
4,502,832 |
08/01/2019 |
youth |
|
|
KeRRA/Gsa/011/39/011/2018/19 |
UG411658 |
Benane-Tokojo-Eldere |
4,092,967 |
08/01/2019 |
Woman |
- Dadaab Constituency
|
Tender No
|
Road Code |
Road Name |
Document |
Budget Provision |
Closing opening Date |
Remarks |
|
KeRRA/Gsa/011/39/012/2018/19 |
C291 |
Welmerer-Kiwanja-Hampy Road |
3,446,592 |
09/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/013/2018/19 |
C292 |
Jn A3-CB Wajir |
7,893,684 |
09/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/014/2018/19 |
G5032 |
Dadaab-Khokar Road |
7,913,056 |
09/01/2019 |
woman |
|
|
KeRRA/Gsa/011/39/015/2018/19 |
G5036 |
Hamey-Nb Somalia Road |
2,002,763 |
09/01/2019 |
Disable |
- Fafi Constituency
|
Tender No |
Road Code |
Road Name
|
Document |
Budget Provision |
Closing/Opening Date |
Remarks |
|
KeRRA/Gsa/011/39/016/2018/19 |
C251 |
Nanigh-Nguyo Road |
3,984,611 |
09/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/017/2018/19 |
C251 |
Nguyo—Bura East Road |
3,458,888 |
09/01/2019 |
woman |
|
|
KeRRA/Gsa/011/39/018/2018/19 |
C251 |
Warable-Nanigh Road |
4,364,906 |
09/01/2019 |
youth |
|
|
KeRRA/Gsa/011/39/019/2018/19 |
C252 |
Sangailu -Galmagala Road |
3,996,664 |
09/01/2019 |
Open |
|
|
KeRRA/Gsa/011/39/020/2018/19 |
C291 |
Diiso-Fafi Road |
5,450,932 |
09/01/2019 |
Open |
- Ijara Constituency
|
Tender No |
Road Code |
Road Name
|
Document |
Budget Provision |
Closing/Opening Date |
Remarks |
|
KeRRA/Gsa/011/39/021/2018/19 |
C255 |
Hara-Hewani Road |
2,944,961 |
09/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/022/2018/19 |
C255 |
Kotile-Wema Road |
3,976,016 |
09/01/2019 |
open |
|
|
KeRRA/Gsa/011/39/023/2018/19 |
C255 |
Masalani-Hara Road |
8,796,280 |
09/01/2019 |
women |
|
|
KeRRA/Gsa/011/39/024/2018/19 |
C256 |
Mbonj-Ruqa Road |
5,538,768 |
09/01/2019 |
open |
KENYA RURAL ROADS AUTHORITY
|
INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET |
KeRRA/ITT/GSA/11/39/07/2018-19 15th July, 2019
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 tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded through RMLF under 10% budget allocation for the financial year 2018/19 spot improvement Road sections located within the Garissa county as mentioned below.
DETAILS OF TENDERS
|
Tender NO |
Road No. |
Road Name |
Activity |
Budget Provision KSHS |
Pre-Site Visit Date |
Opening /Closing Date |
Remarks |
|
|
KeRRA/GSA/11/39/037/18/19
|
C291 |
JN3(Modika)-Diiso Section Road |
Improvement |
4.5M |
22/07/2019 at 11.00am |
31/07/2019 at 11.00am |
Open
|
|
|
KeRRA/11/39/038/18/19 |
C251 |
Bula Game-Warable Section Road |
Improvement |
4.5M |
22/07/2019 at 11.00am |
31/07/2019 at 11.00am |
Reserve
|
|
|
KeRRA/GSA/11/39/039/18/19
|
C294 |
Hagar Jarer-Danyare Section Road |
Improvement |
4.5M |
22/07/2019 at 11.00am |
31/07/2019 at 11.00am |
Open |
|
|
KeRRA/GSA/11/39/040/17/18
|
C292 |
Garbatula-Hagar JarerSection Road |
Improvement |
4.5M |
22/07/2019 at 11.00am |
31/07/2019 at 11.00am |
Reserve
|
|
|
KeRRA/GSA/11/39/041/17/18
|
C251 |
JN A3(Dadaab)-CB Wajir Section Road |
Improvement |
4.5M |
23/07/2019 at 11.00am |
31/07/2019 at 11.00am |
Open |
|
|
KeRRA/GSA/11/39/042/18/19
|
C256 |
Warable-Nanigh Section Road |
Improvement |
4.5M |
23/07/2019 at 11.00am |
231/07/2019 at 11.00am |
Reserve |
|
|
KeRRA/GSA/11/39/043/18/19
|
C256 |
Mbonjin-Ruqa Road section |
Improvement |
4.5M |
23/07/2019 at 11.00am |
31/07/2019 at 11.00am |
Open |
|
|
KeRRA/GSA/11/39/044/18/19
|
G5051 |
Kora kora-JN D568 |
Improvement |
4.5M |
23/07/2019 at 11.00am |
31/07/2019 at 11.00am |
Open |
|
MANDATORY REQUIREMENT.
The eligible bidders shall meet all the following requirements:-
- Certified copy of certificate of incorporation
- Certified copy of valid tax compliance certificate
- Certified copies of pin & vat certificate
- Certified copy of Valid Nca 7 and above Certificate
- Must fill and sign accurately the form of tender.
- Must fill confidential business questionnaire..
- Must correctly price the bill of quantity.
- Must Commit himself/herself to anti-corruption pledge.
- The tenderers must serialized or number all pages of bids documents submitted.
- Mandatory pre-bid site visit-The bidders are required to make their own arrangement by contacting the constituency Road Officer during working hours in order to familiarize and examine the scope of works to be done before submitting the bid document. .
ADDITIONAL TECHNICAL REQUIREMENT – Proof of-
- Previous/past experience of similar work done ( attach evidence)
- Historical non –performance
- Litigation history
- Good financial status and credit line facilities
The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque or KCB -A/C NO;114343196 - payable to the Kenya Rural Roads Authority.
Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.
The bid must be submitted in enclosed plain sealed envelope clearly marked Original
The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box placed along our office- corridor at Garissa office , so as to be received on or before the closing date on Wedned day 31st July 2019 at 11.00am as indicated above respectively
The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.
The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.
Abdi Y. Ali.
Senior Supplies Chain Officer
(For: Deputy Director/Garissa Region )
|
INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER 10% RMLF BUDGET |
KeRRA/ITT/GSA/11/39/04/2018-19 6th MAY, 2019
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 tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded through RMLF under 10% RMLF budget allocation for the financial year 2018/19 spot improvement of Road sections located within the Garissa County as mentioned below.
DETAILS OF TENDERS
|
Tender NO |
Road No. |
Road Name |
Activity |
Budget Provision KSHS |
Opening /Closing Date |
Remarks |
Tender Docuent Download | |
|
KeRRA/GSA/11/39/025/18/19
|
C251 |
Bula Game-Warable Section Road |
Improvement |
5.5M |
21/05/2019 at 11.00am |
Open
|
Download | |
|
KeRRA/11/39/026/18/19 |
C254 |
Hagar Jarer-Danyare Section Road |
Improvement |
5.5M |
21/05/2019 at 11.00am |
Reserve
|
Download | |
|
KeRRA/GSA/11/39/027/18/19
|
C294 |
Hagar Jarer-Garbatula Section Road |
Improvement |
5.5M |
21/05/2019 at 11.00am |
Open |
Download | |
|
KeRRA/GSA/11/39/028/17/18
|
C292 |
JNC81-CB Wajir Section Road |
Improvement |
5.5M |
21/05/2019 at 11.00am |
Reserve
|
Download | |
|
KeRRA/GSA/11/39/029/17/18
|
C251 |
Warable-Bura Section Road |
Improvement |
5.5M |
21/05/2019 at 11.00am |
Open |
Download | |
|
KeRRA/GSA/11/39/030/18/19
|
C256 |
Mbonji-Ruqa Section Road |
Improvement |
5.5M |
21/05/2019 at 11.00am |
Reserve |
Download | |
MANDATORY REQUIREMENT.
The eligible bidders shall meet all the following requirements:-
- Certified copy of certificate of incorporation
- Certified copy of valid tax compliance certificate
- Certified copies of pin & vat certificate
- Certified copy of Valid Nca 7 and above Certificate
- Must fill and sign accurately the form of tender.
- Must fill confidential business questionnaire..
- Must correctly price the bill of quantity.
- Must Commit himself/herself to anti-corruption pledge.
- Mandatory pre-bid site visit-The bidders are required to make their own arrangement by contacting the constituency Road Officer during working hours in order to familiarize and examine the scope of works to be done before submiting the bid document. .
ADDITIONAL TECHNICAL REQUIREMENT – Proof of-
- Previous/past experience of similar work done ( attach evidence)
- Historical non –performance
- Litigation history
- Good financial status and credit line facilities
The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque or KCB -A/C NO;114343196 - payable to the Kenya Rural Roads Authority.
Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.
The bid must be submitted in enclosed plain sealed envelope clearly marked Original
The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box placed along our office- corridor at Garissa office , so as to be received on or before the closing date on Tuesday 21st May 2019 at 11.00am as indicated above respectively
The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.
The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.
Abdi Y. Ali.
Senior Supplies Chain Officer
(For: Regional Manager/Garissa Region )
KENYA RURAL ROADS AUTHORITY
10% RMLF(REGULAR) & 10% CS ALLOCATION 2023-2024 SAVINGS FOR
THE FINANCIAL YEAR 2023-2024:
15TH NOVEMBER 2023.
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 network in Kenya.
The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2023-2024 to be funded under 10% RMLF(Regular) and CS Allocations-2023-24 Savings as indicated below:
|
10% RMLF (REGULAR) FAFI CONSTITUENCY |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
01. |
Diiso-Fafi town (C-291) Road. |
WOMEN |
6 or 7 or 8. |
28/11/2023. 10.00 AM |
|
|
10% RMLF (REGULAR) IJARA CONSTITUENCY |
|||||
|
02. |
Masalani-Haji Mohamed (G-5074) Road. |
RESTRICTED TENDER |
6 or 7 or 8. |
28/11/2023. 10.00 AM |
|
|
10% RMLF (REGULAR) BALAMBALA CONSTITUENCY |
|||||
|
03. |
Muday- Jumfath (UCL-22) Road. |
RESTRICTED TENDER |
6 or 7 or 8. |
28/11/2023. 10.00 AM |
|
|
10% CS ALLOCATION: FAFI CONSTITUENCY |
|||||
|
04. |
Diiso-Fafi town (C-291) Road. |
RESTRICTED TENDER |
6 or 7 or 8. |
28/11/2023. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
|
OTHER REQUIREMENTS: |
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
(g) |
All bids of value above Kes. Five (5) million under restricted (Registered) tender shall be required to submit tender/bid Security of two (2%) percent of the budget estimate. |
|
(h) |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
(i). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification shall be done online from AGPO-website. |
Interested bidders may download complete tender documents free of charge from the Authority’s website: www.kerra.go.ke. from Monday, 20th November, 2023 and bidders should continually check regional office notice board and website for any tender addendums or clarifications that may arise before submission date.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority,
- o Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Telephone: +254 743 207672/02022403007.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
10% CABINET SECRETARY (CS) ALLOCATION- FINANCIAL YEAR 2021/2022:
24TH JULY 2023.
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 network in Kenya.
The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2021-2022 to be funded under Routine Maintenance Levy Funds-10% Cabinet Secretary (CS) Allocation-(RMLF) as Indicated Below:
|
TOWNSHIP CONSTITUENCY: |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
KeRRA/08/ GSA/39/076/ 2022-23. |
|
WOMEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
2. |
KeRRA/08/ GSA/39/083/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
BALAMBALA CONSTITUENCY |
|||||
|
3. |
KeRRA/08/ GSA/39/078/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
4. |
KeRRA/08/ GSA/39/079/ 2022-23. |
|
YOUTH |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
IJARA CONSTITUENCY |
|||||
|
5. |
KeRRA/08/ GSA/39/077/ 2022-23. |
|
PWD |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
6. |
KeRRA/08/ GSA/39/084/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
7. |
KeRRA/08/ GSA/39/085/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
8. |
KeRRA/08/ GSA/39/086/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
FAFI CONSTITUENCY |
|||||
|
9. |
KeRRA/08/ GSA/39/082/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
DADAAB CONSTITUENCY |
|||||
|
10. |
KeRRA/08/ GSA/39/080/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
11. |
KeRRA/08/ GSA/39/081/ 2022-23. |
|
OPEN |
5 or 6 or 7 or 8. |
7/08/2023. 10.00 AM |
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (5) or (6) or (7) or (8)- To be verified on NCA website. |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
17. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
18. |
Beneficial ownership disclosure. |
|
|
OTHER REQUIREMENTS: |
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
(g). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website. |
Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Friday, 28th July 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.
N/B: A tenderer can ONLY bid for one tender in this tender notice.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority,
P.O.Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
KENYA RURAL ROADS AUTHORITY
10% CABINET SECRETARY (CS) ALLOCATION-RMLF:
10TH JANUARY 2023.
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 network in Kenya.
The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 10% Cabinet Secretary (CS) Allocation-(RMLF) as Indicated Below:
|
TOWNSHIP CONSTITUENCY: |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
Garissa-Raya(C-251) Road. |
WOMEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
BALAMBALA CONSTITUENCY |
|||||
|
2. |
Balich-Fungich (G-5014) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
3. |
Shimbir _ Abdisamet(UCL-14) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
4. |
Jarajara _Block(G-5001) Road |
YOUTH |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
5. |
Holwathag Farm _ Jamhuri Farm (UCL-27) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
FAFI CONSTITUENCY |
|||||
|
6. |
Bura – Kabasalo (C-252) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
LAGDERA CONSTITUENCY |
|||||
|
7. |
Malmin _ Baraki (F-5003) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
8. |
Elan _ Baraki (F-5005) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
9. |
Gurufa _ Elan (F-5005) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
10. |
Geylab – Rig dam (UCL-12) Road |
WOMEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
11. |
Lol Dam – CB Wajir (E-5003) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
IJARA CONSTITUENCY |
|||||
|
12. |
Masalani - Ruqa (C-256) Road |
OPEN |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
13. |
Masalani - Wema (C-255) Road |
PWD |
6 or 7 or 8. |
25/01/2023. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
17. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
OTHER REQUIREMENTS: |
|
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
|
(g). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website. |
Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Tuesday, 19th January 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.
N/B: A tenderer can ONLY bid for one tender in this tender notice.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office- Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority, P. o Box 1391-70100, GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera. REGIONAL DIRECTOR,
GARISSA REGION:
Connecting Devolved Kenya.
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE:
22% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:
16TH JANUARY 2023.
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 network in Kenya.
The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 22% Constituency Roads Fund (CRF) as Indicated Below:
|
TOWNSHIP CONSTITUENCY: |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
Bulla Iftin-Korakora(C-251) Road |
PWD |
6 or 7 or 8. |
30/01/2023. 10.00 AM |
|
|
2. |
Korakora-Warable(C-251) Road |
WOMEN |
6 or 7 or 8. |
30/01/2023. 10.00 AM |
|
|
3. |
JN A3 (Hass)– Government Guest House (C-251) Road |
OPEN |
6 or 7 or 8. |
30/01/2023. 10.00 AM |
|
|
4. |
Government Guest House-Bulla Iftin (C251) Road |
OPEN |
6 or 7 or 8. |
30/01/2023. 10.00 AM |
|
|
5. |
JN A3-Diiso(C-291) Road |
OPEN |
6 or 7 or 8. |
30/01/2023. 10.00 AM |
|
|
6. |
JN A3(Modika)-Diiso(G-5003) Road |
YOUTH |
6 or 7 or 8. |
30/01/2023. 10.00 AM |
|
|
7. |
Korakora-JN D568(G-5051) Road |
OPEN |
6 or 7 or 8. |
30/01/2023. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
17. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
|
OTHER REQUIREMENTS: |
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
(g). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website. |
Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Friday, 20th January 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.
N/B: A tenderer can ONLY bid for one tender in this tender notice.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority, P.O. Box 1391-70100, GARISSA
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
KENYA RURAL ROADS AUTHORITY
GARISSA REGION
RE-TENDER NOTICE:
20TH FEBRUARY 2024.
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 network in Kenya.
The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2023-2024 to be funded under Constituency Roads Funds (CRF)-22% & 10% RMLF-FAFI CONSTITUENCY as indicated below:
|
FAFI CONSTITUENCY 22% ROUTINE MAINTENANCE LEVY FUND(RMLF) |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
01. |
Warable-Nanighi-Bura (C-251) Road. |
OPEN |
6 or 7 or 8. |
4/03/2024. 10.00 AM |
|
|
02. |
Bura- Galmagalla (C-252) Road. |
OPEN |
6 or 7 or 8. |
4/03/2024. 10.00 AM |
|
|
03. |
Galmagalla-Bullagolol (C-252) Road. |
OPEN |
6 or 7 or 8. |
4/03/2024. 10.00 AM |
|
|
04. |
Hagadera-Alinjugur (G-5047) Road. |
YOUTH |
6 or 7 or 8. |
4/03/2024. 10.00 AM |
|
|
FAFI CONSTITUENCY 10 % (REGULAR) ROUTINE MAINTENANCE LEVY FUND: |
|||||
|
01. |
Kamuthe-Nanighi-Bura (C-251) Road. |
OPEN |
6 or 7 or 8. |
4/03/2024. 10.00 AM |
|
|
02. |
Warable-Kamuthe (C-251) Road. |
WOMEN |
6 or 7 or 8. |
4/03/2024. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
||||
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
||||
|
2. |
Certified Certificate copy of Incorporation. |
||||
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
||||
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
||||
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
||||
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
||||
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
||||
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
||||
|
9. |
Authority to seek reference from the contractor’s bank. |
||||
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
||||
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
||||
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
||||
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
||||
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
||||
|
15. |
Brief work methodology relevant to the specific works. |
||||
|
16. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
||||
|
|
OTHER REQUIREMENTS: |
||||
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
||||
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
||||
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
||||
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
||||
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
||||
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
||||
|
(g) |
All bids of value above Kes. Five (5) million under restricted (Registered) tender shall be required to submit tender/bid Security of two (2%) percent of the budget estimate. |
||||
|
(h) |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
||||
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
||||
|
(i). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification shall be done online from AGPO-website. |
||||
Interested bidders may download complete tender documents free of charge from the Authority’s website: www.kerra.go.ke. from Monday, 26th February, 2024 and bidders should continually check regional office notice board and website for any tender addendums or clarifications that may arise before submission date.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority, P.o Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Telephone: +254 743 207672/02022403007.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
KENYA RURAL ROADS AUTHORITY
GARISSA REGION -------------DOWNLOAD ADVERT COPY HERE....
Tel: 046-210 2208 Deputy Director’s Office,
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P. o. Box 1391-70100,
Website: www.kerra.go.ke Garissa, Kenya.
INVITATION TO TENDER:
22% CONSTITUENCY ROADS FUND(CRF) ALLOCATION (FINANCIAL YEAR (2020-2021) ROADWORKS:
8th JANUARY, 2021.
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 network in Kenya.
The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in GARISSA REGION for the FINANCIAL YEAR 2020-2021 to be funded through 22% CRF ALLOCATION as indicated below:
|
TOWNSHIP CONSTITUENCY: |
||||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
BUDGET (KES) |
NCA CATEGORY |
CLOSING DATE &TIME: |
|
1. |
Adheley - Bulla Power (C251) |
YOUTH |
3,582,315.01
|
7 & ABOVE |
29/01/2021 10.00AM |
|
|
2. |
Bulla Iftin - Waramble (C-251) |
OPEN |
3,859,732.96
|
7 & ABOVE |
29/01/2021 10.00AM |
|
|
3. |
Bulla Power - Bulla Iftin (C-251) |
OPEN |
6,030,932.80
|
7 & ABOVE |
29/01/2021 10.00AM |
|
|
4. |
Jn A3 - Diiso (C291) |
OPEN |
4,179,016.02
|
7 & ABOVE |
29/01/2021 10.00AM |
|
|
5. |
Korakora - Jn568 (G5051) |
OPEN |
4,948,003.22
|
7 & ABOVE |
29/01/2021 10.00AM |
|
|
DADAAB CONSTITUENCY: |
||||||
|
1. |
Jn A3 - CB Wajir (C292) |
OPEN |
8,825,697.61 |
7 & ABOVE |
29/01/2021 10.00AM |
|
|
2. |
Dadaab - Khokar (G5036) |
OPEN |
3,256,660.82 |
7 & ABOVE |
29/01/2021 10.00AM |
|
|
3. |
Hamay – NB Somalia |
PWD |
2,239,496.02 |
7 & ABOVE |
29/01/2021 10.00AM |
|
|
4. |
Dertu – Alikune-CB Wajir (F5002) |
WOMEN |
2,232,804.02 |
7 & ABOVE |
29/01/2021 10.00AM |
|
|
5. |
Hargarbul - Kabobey (U_CL15) |
OPEN |
2,970,528.02 |
7 & ABOVE |
29/01/2021 10.00AM |
|
|
6. |
Abdi Sugow - NB Somalia (G50360) |
OPEN |
3,016,928.02 |
7 & ABOVE |
29/01/2021 10.00AM |
|
|
IJARA CONSTITUENCY: |
||||||
|
1. |
|
Hara - Korisa (C-255) |
OPEN |
5,433,788.01
|
7 & ABOVE |
01/02/2021 10.00AM |
|
2. |
Korisa - Wema (C-255) |
YOUTH |
4,038,656.04
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
3. |
Masalani - Hara (C-255) |
OPEN |
4,269.264.00
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
4. |
Masalani - Dubadubeisa (C-256) |
OPEN |
4,827,456.04
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
5. |
Dubadubeisa - Ruqa (C-256) |
OPEN |
4,030,835.32
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
BALAMBALA CONSTITUENCY: |
||||||
|
1. |
Balambala-Saka (C-251) |
OPEN |
5,517,192.04
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
2 |
Ohiya – Balambala (C-251) |
WOMEN |
1,239,529.61
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
3 |
Saka - Sankuri(C-251) |
OPEN |
3,260,992.03
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
4. |
Sankuri - Adheley(C-251) |
YOUTH |
1,613,096.02
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
5. |
Hagar Jarer - Danyere(C-294) |
OPEN |
3,604,816.02
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
6 |
Hadley - Ohia (U_CL10) |
PWD |
1,439,328.02
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
7 |
Danyere - Libahlo (U_CL11) |
OPEN |
1,845,651.21
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
8 |
Muday - Jumfath (U_CL22) |
YOUTH |
4,079,395.22
|
7 & ABOVE |
01/02/2021 10.00AM |
|
|
LAGDERA CONSTITUENCY: |
||||||
|
1. |
|
Garbatulla - Hagar Jarer (C294) |
WOMEN |
1,671,328.02
|
7 & ABOVE |
02/02/2021 10.00AM |
|
2 |
Modogashe - Gurufa (F5005) |
OPEN |
6,178,160.05
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
3 |
Jilango - Geylab (U_CL12) |
OPEN |
4,263,000.03
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
4 |
Sheik Hassan - DB Wajir (U_E5003) |
OPEN |
3,977,640.00
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
5 |
Banane -Tokojo - Eldere (U_G411658) |
PWD |
2,610,928.02
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
6 |
Afwein - Shanta Abak (U_CL13) |
OPEN |
3,898,760.03
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
FAFI CONSTITUENCY: |
||||||
|
1. |
Nanighi – Bura (C-251) |
OPEN |
5,337,856.04
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
2. |
Waramble – Nanighi(C-251) |
OPEN |
5,825,520.05
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
3. |
Bura – Galmagalla- (C-252) |
OPEN |
6,574,880.05
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
4. |
Diiso – Hargarbul- (UCL-15) |
WOMEN |
2,599,328.02
|
7 & ABOVE |
02/02/2021 10.00AM |
|
|
5. |
Diiso - Fafi town-(C-291) |
YOUTH |
2,263,160.03
|
7 & ABOVE |
02/02/2021 10.00AM |
|
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
|
S/No |
REQUIREMENT IN TENDER DOCUMENT: |
|
1 |
Serialization of all pages of bid document. |
|
2 |
Certified Certificate of Incorporation (COI). |
|
3 |
Certified Registration with relevant NCA 7 & above and current practicing license. |
|
4 |
Prequalification for Open Tender/Citizen. |
|
5 |
Copy of Valid Tax Compliance Certificate. |
|
6 |
Certified Copy of PIN/VAT Registration. |
|
7 |
Copy of National Identity Cards (ID)’s or Valid Passport of all directors of the company. |
|
8 |
Dully signed and stamped Tender document on pages required. |
|
9 |
Dully signed Pre – Tender site visit certificate. |
|
10 |
Appropriately filled and signed Form of Tender by authorized agent. |
|
11 |
Duly signed and stamped priced Bill of Quantities on each page by authorized agent. |
|
12 |
Dully filled Tender Business Questionnaire. |
|
13 |
Anti-Corruption pledge (Declaration Form). |
|
|
ADDITIONAL FOR SPECIAL GROUP (YOUTH, WOMEN & PERSONS WITH DISABILITY-PWD) |
|
14 |
Registration Certificate with respective category group. |
|
15 |
Dully filled Tender Securing Declaration Form. |
|
TECHNICAL EVALUATION: |
|
|
16 |
Financial Performance: Current ONE (1) year Bank Statement-Must be attached. |
|
17 |
General Construction Experience: Proof of having undertaken works of a similar nature in the last two (2) years-Attach certificate/s of completion. |
|
18 |
Key personnel/Site Staff: Schedule of Key Personnel the Contractor would engage on site, together with their current CVs and Testimonials. |
|
19 |
Plants & equipment Holdings: Fill the schedule of the Major Plant and Equipment to be used on the contract/s. |
Any bid that doesn’t meet the MANDATORY REQUIREMENTS shall not be subjected to any further evaluation; these requirements alongside the Technical Requirements are contained in the tender documents.
N/B:
Following the declared COVID-19 Pandemic and subsequent presidential directives, bidders are advised to make their own arrangements (adhering to this directive and any other subsequent directives) to visit the site before quoting.
Bidders must ensure their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office, GARISSA TOWN or addressed to:
The Deputy Director,
Kenya Rural Roads Authority
Box 1391-70100,
GARISSA.
No bidder shall be awarded MORE THAN TWO Contracts in ONE FINANCIAL YEAR:
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.
Tenders that shall not fulfill all the above conditions will automatically be disqualified.
Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Bids to be received on or before the date/s provided and opening will take place immediately thereafter.
Due to COVID-19 protocol, bidders or their representatives are NOT allowed to attend the tender opening function.
The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender.
Information relating to the examination, evaluation of applications and Recommendations for the successful candidate shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Mohamed Bare.
Ag. SENIOR SUPPLY CHAIN MANAGEMENT OFFICER.
FOR: DEPUTY DIRECTOR (ROADS).
KENYA RURAL ROADS AUTHORITY
22% CONSTITUENCY ROADS FUND (CRF) SAVINGS-2022/2023 FINANCIAL YEAR:
4TH AUGUST 2023.
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 network in Kenya.
The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region to be funded under 22% Constituency Roads Fund (CRF)-Savings 2022-2023 Financial Year as Indicated Below:
|
TOWNSHIP CONSTITUENCY: |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
JN A3-Diiso (C-294) Road. |
OPEN |
6 or 7 or 8. |
17/08/2023. 10.00 AM |
|
|
BALAMBALA CONSTITUENCY |
|||||
|
2. |
Saka-Sankuri (C-251) Road |
OPEN |
6 or 7 or 8. |
17/08/2023. 10.00 AM |
|
|
LAGDERA CONSTITUENCY |
|||||
|
3. |
Garbatulla-Benane (C-294) Road |
OPEN |
6 or 7 or 8. |
17/08/2023. 10.00 AM |
|
|
IJARA CONSTITUENCY |
|||||
|
4. |
Dubadubeisa-Ruqa (C-256) Road |
YOUTH |
6 or 7 or 8. |
17/08/2023. 10.00 AM |
|
|
FAFI CONSTITUENCY |
|||||
|
5. |
Warable-Nanighi (C-251) Road
|
OPEN |
6 or 7 or 8. |
17/08/2023. 10.00 AM |
|
|
DADAAB CONSTITUENCY |
|||||
|
6. |
Dertu-Alikune (F-5002) Road |
WOMEN |
6 or 7 or 8. |
17/08/2023. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
17. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
18. |
Beneficial ownership disclosure. |
|
|
OTHER REQUIREMENTS: |
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
(g). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website. |
Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Monday, 7th August 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.
N/B: A tenderer can ONLY bid for one tender in this tender notice.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority,
P.o Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
|
INVITATION TO TENDER FOR ROUTINE MAINTENANCE OF ROAD WORKS UNDER RMLF (SAVING 22%) BUDGET ALLOCATION-2018/19 |
22nd OCT, 2019
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 tenders on behalf of the Ministry of Roads from contractors who have been pre-qualified as contractors - in the respective constituencies under various work categories. The works will be funded through RMLF (22%) allocation as mentioned herein below.
DETAILS OF TENDERS
- Township Constituency
|
Tender No |
Road Code |
Road Name |
Nature of Work |
Budget Provision |
Closing/Opening |
Remarks |
Download |
|
KeRRA/Gsa/011/39/047/2018/19 |
C251 |
Warable-Bula Game Road |
Routine Maintence |
3,906,856 |
07/11/2019 |
Reserve |
Tender Document |
- Balambala Constituency
|
Tender No |
Road Code |
Road Name |
Nature of Work |
Budget Provision |
Closing/Opening Date |
Remarks |
Download |
|
KeRRA/Gsa/011/39/048/2018/19 |
C251 |
Saka-Sankuri section |
Routine Maintence |
3,773,851 |
07/11/2019 |
open |
Tender Document |
- Lagdera Constituency
|
Tender No |
Road Code |
Road Name |
Nature of Work |
Budget Provision |
Closing opening Date |
Remarks |
Download |
|
KeRRA/Gsa/011/39/049/2018/19
|
U-CL2 |
Eldere-Malmin |
Routine Maintence |
1,943,092 |
07/11/2019 |
Reserve |
Tender Document |
- Dadaab Constituency
|
Tender No |
Road Code |
Road Name |
Nature of Work |
Budget Provision |
Closing opening Date |
Remarks |
Download |
|
KeRRA/Gsa/011/39/050/2018/19 |
C292 |
Jn A3-CB Wajir |
Routine Maintence |
3,125,132 |
07/01/2019 |
Open |
Tender Document |
- Fafi Constituency
|
Tender No |
Road Code |
Road Name |
Nature of Work |
Budget Provision |
Closing/Opening Date |
Remarks |
Download |
|
KeRRA/Gsa/011/39/051/2018/19 |
C251 |
Warable-Nanigh Road |
Routine Maintence |
3,627,795 |
07/11/2019 |
Reserve |
Tender Document |
- Ijara Constituency
|
Tender No |
Road Code |
Road Name |
Nature of Work |
Budget Provision |
Closing/Opening Date |
Remarks |
Download |
|
KeRRA/Gsa/011/39/052/2018/19 |
C256 |
Mbonji-Ruqa Road |
Maintence Routine |
1,953,428 |
07/11/2019 |
open |
Tender Document |
MANDATORY REQUIREMENT.
The eligible bidders shall meet all the following requirements:-
- Certified copy of certificate of incorporation
- Certified copy of valid tax compliance certificate
- Certified copies of pin & vat certificate
- Certified copy of Nca registration certificate
- Must fill and sign accurately the form of tender.
- Must fill confidential business questionnaire and sign appendix to form of tender appropriately.
- Must correctly price the bill of quantity.
- Must Commit himself/herself to anti-corruption pledge.
- Must submit the original and a copy of the bill of quantities.
ADDITIONAL TECHNICAL REQUIREMENT – Proof of-
- Previous/past experience of similar work done ( attach evidence)
- Historical non –performance
- Litigation history
- Good financial status and credit line facilities
The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a nonrefundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque, payable to the Kenya Rural Roads Authority.
Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.
The bid must submit the tender in enclosed plain sealed envelope clearly marked Original copy and one copy.
The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box placed along our office- corridor at Garissa office , so as to be received on or before the closing date on 7TH November 2019 at 11.00am as indicated above respectively
The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.
The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.
Abdi Y. Ali.
SSCMO
(For: Regional Manager/Garissa Region )
TENDER NOTICE:
10% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:
27TH JANUARY 2023.
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 network in Kenya.
The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 10% Constituency Roads Fund (CRF) as Indicated Below:
|
TOWNSHIP CONSTITUENCY: |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
1. |
Bulla Iftin-Warable(C-251) Road |
OPEN |
6 or 7 or 8. |
10/02/2023. 10.00 AM |
|
|
BALAMBALA CONSTITUENCY |
|||||
|
2. |
Balambala-Saka (C-251) Road |
OPEN |
6 or 7 or 8. |
10/02/2023. 10.00 AM |
|
|
LAGDERA CONSTITUENCY |
|||||
|
3. |
Garbatulla-Benane(C-294) Road |
YOUTH |
6 or 7 or 8. |
10/02/2023. 10.00 AM |
|
|
DADAAB CONSTITUENCY |
|||||
|
4. |
JN A3-CB Wajir(C-292) Road |
OPEN |
6 or 7 or 8. |
10/02/2023. 10.00 AM |
|
|
FAFI CONSTITUENCY |
|||||
|
5. |
Nanighi -Bura(C-251) Road |
PWD |
6 or 7 or 8. |
10/02/2023. 10.00 AM |
|
|
IJARA CONSTITUENCY |
|||||
|
6. |
Dubadubeisa-Ruqa (C-256) Road |
OPEN |
6 or 7 or 8. |
10/02/2023. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
|
2. |
Certified Certificate copy of Incorporation. |
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
|
9. |
Authority to seek reference from the contractor’s bank. |
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
|
15. |
Brief work methodology relevant to the specific works. |
|
16. |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
|
17. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
|
|
OTHER REQUIREMENTS: |
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
|
(g). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website. |
Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Friday, 3rd February 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.
N/B: A Tenderer (either individually or as a JV member) shall not participate in more than one Tender in this notice.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority,
- o Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
TENDER NOTICE:
GOK DEVELOPMENT FUND (FINANCIAL YEAR 2021-2022):
1ST NOVEMBER 2021.
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 network in Kenya.
The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded under GOK DEVELOPMENT FUND as indicated below:
|
TOWNSHIP CONSTITUENCY:
|
|||||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
BUDGET (Kshs.) |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
|
2. |
GARISSA -RAYA (C-251) ROAD |
OPEN |
10,000,000.00
|
7 & ABOVE |
16/11/2021. 10.00 AM |
||
|
3. |
BULLA COLLEGE -GUMAREY (UK07_29) ROAD |
WOMEN |
10,000,000.00
|
7 & ABOVE |
16/11/2021. 10.00 AM |
||
Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.
|
S/No |
CONDITION/REQUIREMENT DESCRIPTION. |
|
Properly and dully filled signed and stamped Form of Bid and Appendix to Form of Bid by the authorized person through the power of attorney with a bid validity One Hundred and Forty (140) Days, from the specified date of bid opening. On the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. The Form of Tender shall include the following Forms duly completed and signed by the Tenderer. a) Tenderer's Eligibility-Confidential Business Questionnaire. b) Certificate of Independent Tender Determination. c) Self-Declaration of the Tenderer. |
|
|
2) |
Certificate of Incorporation/Compliance by Registrar of Companies. |
|
3) |
Certified Current (dated within 12 Months before date of opening) Certified CR12 Certificate from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided. |
|
4) |
Valid certified Current Single Business permit. |
|
5) |
Valid Tax Compliance Certificate. |
|
6) |
Current Certificate of Registration with National Construction Authority in the Category (6) or (7) or (8) together with a valid NCA practicing license. |
|
7) |
Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Witnessed by a Commissioner of Oaths. |
|
8) |
Provide Proof of All pending litigation shall in total not represent more than thirty percent (30%)] of the Applicant's net worth and shall be treated as resolved against the Applicant. (Provide a sworn -In affidavit). |
|
9) |
PPRA Eligibility (Not having been declared ineligible by the PPRA). |
|
10) |
History of Non-Performing Contracts (Non-performance of a contract did not occur as a result of contractor default since 1st January [.2018....]. |
|
11) |
Suspension Based on Execution of Tender/Proposal Securing Declaration by the Procuring Entity (Not under suspension based on-execution of a Tender / Proposal Securing Declaration). |
|
12) |
Pending Litigation (Tender's financial position and prospective long-term profitability still sound according to criteria established in 3.1 and assuming that all pending litigation will NOT be resolved against the Tenderer) |
|
13) |
Litigation History (No consistent history of court / arbitral award decisions against the Tenderer since 1st January [2018….] |
|
14) |
Properly filled, signed and stamped (With Company Seal/ Rubber Stamp) schedules of supplementary information. |
|
a) |
Properly and dully filled Self-declaration that the tenderer will not engage in any corrupt or fraudulent practice. |
|
b) |
Properly and dully filled declaration and commitment to the code of ethics. |
|
c) |
Properly and dully filled Priced Bills of Quantities. |
|
15) |
Chronologically Serialize all the pages (this should be sequential in the format of 1, 2, 3, 4, 5 …….) from the first page to the last page. |
|
16) |
Prequalification for Citizen/Open tenders. |
|
|
ADDITIONAL FOR SPECIAL GROUP BIDDERS ONLY: |
|
17) |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories- Youth/Women Or Persons Living With Disability-PWD. |
Any bid that doesn’t meet the condition/requirement descriptions shall not be subjected to any further evaluation; these requirements alongside the Technical and Financial requirements are contained in the tender documents.
Following the declared COVID-19 Pandemic and Government directives, bidders are advised to make their own arrangements to visit the site before quoting, confirm their attendance and acknowledge the roads they have tendered.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
The Regional Director,
Kenya Rural Roads Authority
P.O. Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
The Authority will strictly adhere to Government guidelines on management of COVID-19 on banning public gathering- bidders who choose to attend bid opening function are required to send ONLY one representative.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.
Tenders that shall not fulfill all the above conditions will automatically be disqualified.
Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Bids to be received on or before the date/s provided and opening will take place immediately thereafter.
The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
All interested bidders are required to continually check Kenya Rural Roads Authority website: //This email address is being protected from spambots. You need JavaScript enabled to view it.">This email address is being protected from spambots. You need JavaScript enabled to view it. for any tender addendum or clarifications that may arise before submission date.
Mohamed Bare.
Ag. SENIOR SUPPLY CHAIN MANAGEMENT OFFICER,
FOR: REGIONAL DIRECTOR.
Connecting Devolved Kenya.
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
23RD JULY 2024.
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 network in Kenya.
The Authority hereby invites bids from registered (restricted tender) contractors in Garissa Region and open to Special category-(AGPO) bidders for Spot Improvement & Routine Maintenance works for Financial Year-2023/2024 as indicated below:
Download tender notice advert here
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
01. |
GSA/39/066/ 2023-24. |
Sabuli-CB Wajir(C-293) Road. |
AGPO-YOUTH |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
02. |
GSA/39/067/ 2023-24. |
Kumahumato-Borehole (G5022) Road. |
AGPO-WOMEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
03. |
GSA/39/071/ 2023-24. |
Hamey-Hamajo-Makha (UK 07-39) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
04. |
GSA/39/072/ 2023-24. |
Weldoni-Khokar (G5032) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
05. |
GSA/39/069/ 2023-24. |
JN C-294 Libahlow-Dogob (UK 07-30) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
06. |
GSA/39/070/ 2023-24. |
Muday-Jumfath (UCL-22) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
07. |
GSA/39/068/ 2023-24. |
Gubiis-Dekanja (UCL-17) Road. |
AGPO-PWD |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
08. |
GSA/39/074/ 2023-24. |
Balambala-Saka-(C-251) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
09. |
GSA/39/076/ 2023-24. |
Dertu-Alikune-Borehole (F5002) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
10. |
GSA/39/077/ 2023-24. |
Bura-Mansabubu-Garasweino (D1066) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
11. |
GSA/39/073/ 2023-24. |
Korakora-JN 568 (G5051) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
12. |
GSA/39/078/ 2023-24. |
JN C-255(Kotile)- Abalatiro (UK 07-44) Road. |
AGPO-YOUTH |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
13. |
GSA/39/075/ 2023-24. |
Garbatulla-Benane (C-294) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
14. |
GSA/39/080/ 2023-24. |
Balambala-Ohio (C-251) Road. |
AGPO-WOMEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
15. |
GSA/39/082/ 2023-24. |
Dadaab town-JN Alikune(F-5002) Road. |
AGPO-PWD |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
16. |
GSA/39/083/ 2023-24. |
Nanighi-Nguyo (C-251) Road. |
AGPO-YOUTH |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
17. |
GSA/39/079/ 2023-24. |
Bulla Iftin-Warable (C-251) Road. |
AGPO-WOMEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
18. |
GSA/39/084/ 2023-24. |
Masalani-Haji Mohamed-Jalich (G5074) Road. |
AGPO-PWD |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
19. |
GSA/39/081/ 2023-24. |
Hagarjarer-Benane(C-294) Road. |
OPEN |
6 or 7 or 8. |
05/08/2024. 10.00 AM |
|
|
CONDITIONS/REQUIREMENTS: |
||||
|
a |
To enhance equity bidders will ONLY be awarded a maximum of Two (2) Tenders either as a director or a company under this tender notice. |
||||
|
b |
Interested bidders are requested to familiarize themselves with the site before tendering and all bidder’s representatives MUST have an introduction letter from the company. |
||||
|
c |
Pre tender site visit certificate MUST be signed by an authorized officer within the first ten (10) days of this tender notice). |
||||
|
d |
Interested bidder MUST provide an Original and a copy of the bid document. |
||||
|
e |
All attachments MUST be certified by a commissioner for Oath. |
||||
|
f |
Cost estimate of the proposed works has been provided in the tender document. |
||||
Tender document detailing requirement shall be obtained from the KeRRA website and interested bidders may download complete tender document free of charge from the Authority’s website: www.kerra.go.ke/tenders. from Friday, 26th July, 2024 and bidders should continually check the website and the regional office notice board for any tender addendum or clarifications that may arise before submission date.
Complete tender documents dully serialized in wax plain sealed envelope marked with Tender Reference number, Road name & Code to be sent to the address below or deposited in the Tender Box located at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town:
Regional Director,
Kenya Rural Roads Authority,
P.O Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Telephone: +254 115500786/02022403007.
Bids to be received on or before the date/and time provided and opening shall take place immediately thereafter in the presence of bidder’s representative who may wish to attend, however bidders may request for any information from the office during the working hours.
N/B: Tenders submitted after the closing date and time will be disqualified and returned to the bidder un-opened.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
KENYA RURAL ROADS AUTHORITY
NAKURU REGION
TENDER NOTICE
Date: 28th October 2020
GILGIL CONSTITUENCY FY 2020-2021 22% FUNDS ROUTINE MAINTENANCE OF ROADS.
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class D, E & Others
Kenya Rural Roads Authority (Nakuru Region) invites bids from Pre-Qualified Contractors for the above project to be funded through Fuel Maintenance Levy Fund (RMLF) in Nakuru Region for projects indicated below;
|
Road Code |
Section Name |
Pakage Number |
Estimated Cost With VAT |
Group |
Prequalification Category |
DOWNLOAD | |
|
1 |
C489 |
Gitare - Gilgil |
080/20/21 |
3,743,889.74 |
Women |
DOCUMENT | |
|
2 |
C492 |
Langa Langa - Leleshua |
081/20/21 |
4,017,273.01 |
Open |
C,D,E |
DOCUMENT |
|
3 |
C707 |
Junction A8 Marula – Kasarani (Bila Shaka Flowers) |
082/20/21 |
2,773,192.56 |
Youth |
DOCUMENT | |
|
4 |
C713 |
Elementaita - Jaika |
083/20/21 |
5,499,520.16 |
Open |
C,D,E |
DOCUMENT |
|
5 |
C713 |
Kikopey - Elementaita |
084/20/21 |
2,022,120.65 |
PWD |
DOCUMENT | |
|
6 |
C717 |
Eburu - Ngema - Gilgil |
085/20/21 |
4,542,053.55 |
Open |
C,D,E |
DOCUMENT |
QUALIFICATION FOR TENDERING
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Pre-Tender Site visit is MANDATORY
- Tender Security
- Power of Attorney
- Serialisation of all the pages in the bid
- Certified CR12 & ID Copies
- Properly and dully filled form of tender and tender questionnaire
- Must be registered as a contractor in a specific work category.
- Registration with National Construction Authority (NCA 1 to NCA 8) & Valid Licence at the date of tender submission
- Special groups must be registered with Ministry of Finance (Treasury) under the access to the Government Procurement Opportunities (AGPO) from National Government
- Certified Certificate of Incorporation
- Certified PIN/VAT Registration Certificate
- Certified Valid current Tax compliance certificate
- Experience in works of a similar nature and size for the last one year, and clients who may be contacted for further information on these contracts;
- Major items of construction equipment owned or Hired
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Bank statements for the last two
- Current litigation information – Sworn Affidavit
- Business Permit/Trade Licence
- Provide Balanced Priced Bills of Quantities
ELIGIBILITY:
(i) Those with any Pending works within the Region needs not to apply
(ii) A company can only be awarded a maximum of one contract in the constituency
Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 28TH October 2020.
A mandatory Pretender site visit for all roads is open and on scheduled on the 3rd November 2020 from 9.00a.m. All to assemble at Gilgil CDF Office.
A Completed tender documents in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to :-
THE DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
P.O.BOX 17791-20100
NAKURU
be deposited at the Tender Box situated at KeRRA Regional Office, Nakuru on or before
13th November 2020 at 10.00 a.m. at the KeRRA offices.
Due to Ministry of Health Regulations bidders will NOT be allowed to attend the tender opening.
Senior Supply Chain Officer
For: DEPUTY DIRECTOR ROADS-NAKURU
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
14th September, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK & AIA Funds for FY 2021-2022.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
|
1. |
C852: LIE LANGO – OMBEYI ROAD KERRA/008/39/KSM/AIA/MUHORONI/2-48-21|22-111 |
N/A |
Thursday, 22nd, September 2022 |
General |
download |
|
3. |
G62365: RAPOGI - KINDU A ROAD KERRA/008/39/KSM/AIA/SEME/2-48-21|22-113 |
C |
Wednesday, 21st, September 2022 |
Persons with Disability |
download |
|
4. |
G62425: ORENGO - OKIRO – AGWAYA ROAD KERRA/008/39/KSM/AIA/SEME/2-48-21|22-114 |
N/A |
Wednesday, 21st, September 2022 |
General |
download |
|
5. |
E6124: AKADO-KOLENYO ROAD KERRA/008/39/KSM/GOK /SEME/2-48-21|22-104 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
6. |
G62429: KOMBEWA- ASOL ROAD KERRA/008/39/KSM/AIA/SEME/2-48-21|22-115 |
N/A |
Wednesday, 21st, September 2022 |
Women |
download |
|
7. |
P22: ALANGO- DISCIPLES OF MERCY-SHEKINA(P166)-ALANGO KAJULU KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-120 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
8. |
P328_KISUMU: NAIROBI H/WAY(GULF PETROL STATION)- BWANDA PRI. SCH- C KOLWA KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-121 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
9. |
P166: UKWELI JNCT- ST. MONICA MISSION HOSPITAL ROAD KERRA/008/39/KSM/AIA/KSM EAST/2-48-21|22-116 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
10. |
P121_KISUMU:RIAT - KANYAMEDHA ROAD KERRA/008/39/KSM/GOK/KSM WEST/2-48-21|22-103 |
C |
Wednesday, 21st, September 2022 |
Youth |
download |
|
15. |
G62523: SIANDA MAEMBE- KODERO ROAD KERRA/008/39/KSM/AIA/KSM WEST/2-48-21|22-119 |
N/A |
Wednesday, 21st, September 2022 |
Women |
download |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 16th September, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 28th September, 2022. and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
WI/27
KENYA RURAL ROADS AUTHORITY
UPPER WESTERN REGION
INVITATION TO TENDER
2 November,2020
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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) – Financial Year 2020-2021 for routine maintenance and Spot improvement works, funded vide GOK allocation on the road indicated below:
|
S/N |
ROAD NAME & NO. |
TENDER NO. |
CONSTITUENCY |
BUDGETARY ESTIMATE |
RESERVATIONS |
PRETENDER SITE VISIT DATE |
OPENING DATE |
|
|
1. |
JN C811 KHAOYA - RANJE - C41 KITINDA – NAMWACHA - WACHEKA |
KeRRA/011/39/BGM/KDY/GOK/20/21 -001 |
KANDUYI
|
4,997,000.00 |
ALL |
Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding. |
17/11/2020 at 10.00am |
download |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 or 8) Only.
- Certified copy of VAT & PIN registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must serialize sequentially all pages of their tender documents submitted.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
- Pre-tender site visit shall be as indicated in the table above
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 04/11/2020. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Regional Deputy Director,
KeRRA Upper Western Region
P.O Box 1473-50200
BUNGOMA
The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
Eng. Jared Omondi
REGIONAL DEPUTY DIRECTOR
UPPER WESTERN REGION
KENYA RURAL ROADS AUTHORITY
________Connecting Devolved Kenya__________
TENDER NOTICE: ADDENDUM NO.1
INVITATION TO TENDER GOK/DEVELOPMENT DATED 11th JANUARY, 2022
The Region wishes to make changes to the invitation to tender dated 11th January, 2022 and the bid documents with regards to the contract number as follows:
- Road no. 34 Agenga – Lwala – Rabuor Access Road contract no. KeRRA/011/MIG/URI/GOK/39/21-22/128 has been changed to KeRRA/011/MIG/NTK/GOK/39/21-22/128 (download))
The sealed documents MUST be submitted to the address below or deposited in the Tender Box. The venue, time and the date remains the same as per the advert.
Bids not received at the submission venue by the closing time shall not be accepted for opening and shall be rejected and returned unopened.
Bidders may obtain further information from the Procurement office in Migori during normal working hours from 0900hrs to 1600hrs local time Monday to Friday.
Eng. Joash N. Michoma
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
P O BOX 164-40400
SUNA- MIGORI
Connecting Devolved Kenya
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/029 Date: 26th September, 2023
INVITATION TO TENDER
GOK DEVELOPEMENT FUNDING
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by GoK Allocation Financial Year 2022-2023.
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
183 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-183 |
Bosaga-Otiende-Moticho-Riagumo (G65585) |
PWD |
DOWNLOAD |
|
2 |
192 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-192 |
Etago - Nyatwoni – Nyangweta (G65491) |
Prequalified |
DOWNLOAD |
|
3 |
194 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-194 |
Etono - Matongo-Geteri (G65435) |
Prequalified |
DOWNLOAD |
|
4 |
196 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-196 |
Gesinga Bridge Backfill (C884) |
PWD |
DOWNLOAD |
|
5 |
199 |
KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-199 |
Itibo Boys-Gamba-Nyambororwa (G65877) |
Youth |
DOWNLOAD |
|
6 |
202 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-202 |
Mochengo-Gesonso-Nyakembene (G65599) |
Prequalified |
DOWNLOAD |
|
7 |
204 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-204 |
Monyenya-Riokeri-Riasobera (G65593) |
Women |
DOWNLOAD |
|
8 |
205 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-205 |
Ngare-Riobonyo (G65380) |
Youth |
DOWNLOAD |
|
9 |
209 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-209 |
Nyakorere-Keera-Moma (Uk-45-041) |
Youth |
DOWNLOAD |
|
10 |
210 |
KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-210 |
Nyamotaro-Kiomoncha-Nyahera (E6183) |
Prequalified |
DOWNLOAD |
|
11 |
212 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-212 |
Nyanturago-Omoyo (E1146) |
PWD |
DOWNLOAD |
|
12 |
213 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-213 |
Openda-Nyamasege A (G65511) |
Youth |
DOWNLOAD |
|
13 |
215 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-215 |
Orencho-Nyakembene-Kabonyo (G65606) |
Prequalified |
DOWNLOAD |
|
14 |
219 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-219 |
Riobai-Sewerage-Kiorori Sda-Sae Pri.Sch. (G65612) |
PWD |
DOWNLOAD |
|
15 |
225 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-225 |
Riouma-Ebinyinyi-Nchoro-Nyangweta (G65593) |
Women |
DOWNLOAD |
|
16 |
228 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-228 |
Sani-Tunta (G65538) |
PWD |
DOWNLOAD |
|
17 |
229 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-229 |
Sawosawo-Kebobora-Kenyoro-Omogwa (G65587) |
Prequalified |
DOWNLOAD |
|
18 |
230 |
KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-230 |
Tambacha-Masakwe-Nyagonyi-Mbanda (G64875) |
Women |
DOWNLOAD |
|
19 |
233 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-233 |
Keroka-Birongo-Ibacho-Kiamokama (G65139) |
Prequalified |
DOWNLOAD |
|
20 |
235 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-235 |
Ekona-Emeangara(Ikorongo-Nyansankia) (G65147) |
Prequalified |
DOWNLOAD |
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- All submitted Documents may be verified from the issuing agencies, KeRRA Reserves the right to verify all submitted documents
- The bidders to ensure that their rates in the bills of quantities are within the known prevailing market rates for road works pursuant to Section 70(6) (b) of PPADA, 2015 read together with Regulation 43(4) of the Public Procurement and Asset Disposal Regulations, 2020
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 4th October, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER RE-ADERTISEMENT: ADDENDUM NO.1
DATE:19th September, 2019
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GoK DEVELOPMENT FUND FOR THE FINANCIAL YEAR 2017/18.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Fund .
|
S/No |
ROAD CODE |
ROAD NAME |
SECTION NAME |
RESERVATIONS |
TENDER No. |
|
|
1 |
URF5-Kisii |
Gusii Highlights - Gekomu - Menyinkwa |
Gusii Highlights - Gekomu - Menyinkwa |
Women |
KeRRA/011/KSI/39/90/2017-18 |
Download |
|
2 |
C891 |
Kegati - Nyabisabo |
Nyaguta - Nyabisabo |
Youth |
KeRRA/011/KSI/39/93/2017-18 |
Download |
|
3 |
U_G65080 |
Kerongo Jnct - Riangabi Pri. School |
Kerongo Jnct - Riangabi Pri. School |
Prequalified |
KeRRA/011/KSI/39/88/2017-18 |
Download |
|
4 |
E1054A |
Kisii University-Menyinkwa - Nyansancha |
Nyakomisaro Junc - K8 & Menyinkwa - Nyansacha |
Prequalified |
KeRRA/011/KSI/39/91/2017-18 |
Download |
|
5 |
U_G65081 |
Nyamagwa SDA - Riangabi Pri. School |
Nyamagwa SDA - Riangabi Pri. School |
Prequalified |
KeRRA/011/KSI/39/94/2017-18 |
Download |
|
6 |
U_G65083 |
Sokoro Jnct - Riangabi Pri. School |
Sokoro Jnct - Riangabi Pri. School |
Prequalified |
KeRRA/011/KSI/39/89/2017-18 |
Download |
MANDATORY Pre-bid site shall be held on 25th September, 2019 starting at 10:00am. For the bidders that did not attend and are interested .Bidders shall assemble at the Regional Office and are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided. Tenderers should ensure that a Site Visit Certificate is issued to them by the respective Constituency Roads Officer (CRO) at the end of each session.
Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 20th September, 2019 .Those not able to download may obtain complete tender Documents from the regional office at KeRRA Kisii as from 20th September, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;
Branch Name : - Moi Avenue, Nairobi
Account No. : - 1114343196
Account Name : -KeRRAA-1-A
Transacted by : R24..... (Firm name)
The Tenderer shall prepare one original copy of the Tender Documents as described in the Instructions to Tenderers.
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 3rd October, 2019 at 10:00 am. Thereafter, opening of the bids will take place at the same venue starting from 10:30am.
Deputy Director (Kisii),
Kenya Rural Roads Authority,
P O Box 1084-00100,
KISII.
Deputy Director,
KISII REGION
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
Tel: 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/028 Date: 24th October, 2023
INVITATION TO TENDER
GOK DEVELOPEMENT FUNDING
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by GoK Allocation Financial Year 2022-2023.
|
|
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
1 |
184 |
Bwochwando Junc-Omogwa Primary-Divisional Headquarters (G65609) |
Prequalified |
|
|
2 |
185 |
Charachani-Omogumo-Bomburia (G69995) |
Prequalified |
|
|
3 |
186 |
Eberege - Kebabe - Mogenda(Mogenda-Nyamagena Mabariri-Eberege) (G65489) |
Women |
|
|
4 |
187 |
Ekayaba- Kianyabinge- Getare (P-26) |
Prequalified |
|
|
5 |
188 |
Ekereseni - Bonyancha (G65649) |
Prequalified |
|
|
6 |
189 |
Ekona Ya Ngare-Nyangusu-Rikura (G65344) |
Prequalified |
|
|
7 |
190 |
Ekona-Riasuta-Forest (G65591) |
Prequalified |
|
|
8 |
191 |
Emenwa-Matierio-Borangi (G65404) |
Youth |
|
|
9 |
193 |
Etangi-Itumbe (G65476) |
PWD |
|
|
10 |
195 |
Etora Mkt-Itibo-Buyonge (G65546) |
Prequalified |
|
|
11 |
197 |
Getumbe – Riamo – Mugambi (G65507) |
Prequalified |
|
|
12 |
198 |
Eronge-Chimo-Moyale(Irianyi-Nyabikondo) (G64943) |
Prequalified |
|
|
13 |
200 |
Kiabigoria Sec.School-Milimani Tea (G65618) |
Prequalified |
|
|
14 |
201 |
Magena-Emesa (G65139) |
Prequalified |
|
|
15 |
203 |
Mogonga-Gionserio-Kebuko (E6263) |
Prequalified |
|
|
16 |
206 |
Ruma-Nyakoni-Getiokio (Nyabera-Nyansembe-Moticho –Ebenezer ) (C866) |
Prequalified |
|
|
17 |
207 |
Nyabigege Market-Nyamue-Tabaka (G65645) |
Women |
|
|
18 |
208 |
Nyakeyo-Omogumo-Kenyoro-Bomburia |
Youth |
|
|
19 |
211 |
Nyansongo Tbc-Rise Obuye Pri. (G65404) |
Prequalified |
|
|
20 |
214 |
Openda-Nyamasege B (G65511) |
Prequalified |
|
|
21 |
215 |
Orencho-Nyakembene-Kabonyo (G65606) |
Prequalified |
|
|
22 |
216 |
Pumpin-Nyabine-Nyaroa (Uk-45-040) |
Prequalified |
|
|
23 |
217 |
Iranda-Kanunda(Riabaka-Nyamataro) (P-22 Kisii) |
Women |
|
|
24 |
218 |
Riariga-Iberia (G65031) |
Prequalified |
|
|
25 |
220 |
Riobonyo-Kona Ya Ngare (Uk-45-045) |
Women |
|
|
26 |
221 |
Rionyiego-Getare-Nyabigege-Tabaka (E6252) |
Prequalified |
|
|
27 |
222 |
Rionyiego-Rogongo (G65392) |
Prequalified |
|
|
28 |
223 |
Nyamache - Majimazuri – Nyacheki (G65355) |
Women |
|
|
29 |
224 |
Riosiri - Nyasore - Nyabigena-Nyandiwa (G65625) |
Youth |
|
|
30 |
226 |
Rise-Nyambunde (E1138) |
Prequalified |
|
|
31 |
227 |
Sameta Jct-Rise Mkt-Itumbe Mkt (E6163) |
Women |
|
|
32 |
231 |
Sensi Tbc-Omosasa-Keera-Nyabworoa (Uk-45-088) |
Women |
|
|
33 |
232 |
Ekona-Riobonyo (E6235) |
PWD |
|
|
34 |
234 |
Ekona-Bongonta-Mecheo(Ekona-Emeangara) (G65170) |
Women |
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- All submitted Documents may be verified from the issuing agencies, KeRRA Reserves the right to verify all submitted documents
- The bidders to ensure that their rates in the bills of quantities are within the known prevailing market rates for road works pursuant to Section 70(6) (b) of PPADA, 2015 read together with Regulation 43(4) of the Public Procurement and Asset Disposal Regulations, 2020
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for
each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 7th November, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
Tel: 0768 -112 048 Regional Director
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. Siaya - Region
P.O. Box 141-40600, SIAYA.
11th August, 2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for (FY 2021- 2023) in the respective Constituencies in Siaya Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GoK Funding FY 22/23.
|
S/No. |
ROAD NAME AND CONTRACT No. |
Work Category |
pre-tender site visit date |
Reservation |
|
|
UGENYA CONSTITUENCY |
|||||
|
001 |
D1852: ABOKE - UYUNDO - SEGA KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2002 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
002 |
E152: KANYUMBA - BAR OBER KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2023 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
003 |
E152J1: NZOIA RIVER - INUNGO (KANYUMBA - KADONGO) KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2019 |
N/A |
15-08-2023 |
Women |
DOWNLOAD |
|
004 |
F6062: SEGA - JERA - BAROBER KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2008 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
005 |
F6063: SIHAYI - UHURU - KODONGO (BAR NDEGE KADONGO) KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2013 |
N/A |
15-08-2023 |
Youth |
DOWNLOAD |
|
UGUNJA CONSTITUENCY |
|||||
|
006 |
D1871: KISAMA - NGOP 3- MISENGNI KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2029 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
007 |
G61999: LIGEGA - OMBWEDE KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2027 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
008 |
D1773: MADUNGU - TINGARE (NGOP - KALIGARE -LUKONGO - KANYAFOFO) KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2028 |
C |
|
Open |
DOWNLOAD |
|
009 |
UR 30: OMBWEDE - WAKO (ULAWE SCH) KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2009 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
010 |
D1871: RIVER NZOIA - SIGOMRE KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2030 |
N/A |
15-08-2023 |
Youth |
DOWNLOAD |
|
011 |
C787: SIDINDI - RAMBO KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2016 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
012 |
D259: SIDINDI - SIGOMRE KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2017 |
N/A |
15-08-2023 |
Women |
DOWNLOAD |
|
013 |
E6110: SIKALAME - LUANDA KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2031 |
N/A |
15-08-2023 |
PWD |
DOWNLOAD |
|
014 |
E6108: SOFIA - SIGOMRE (ASANGO - MBOSIYE) KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2015 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
015 |
UR 33: SOFIA - ULOMA - SIGOMRE (SOFIA - GINGA KIRINDO RING) KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2018 |
N/A |
15-08-2023 |
Women |
DOWNLOAD |
|
016 |
E142X: USINGINY - RAMBULA - SIGOMRE KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2026 |
C |
15-08-2023 |
Open |
DOWNLOAD |
|
ALEGO USONGA CONSTITUENCY |
|||||
|
017 |
UR72: KAMFUAS - SULWE ROAD KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2001 |
C |
16-08-2023 |
Open |
DOWNLOAD |
|
018 |
UR29: KAREMO - RANDAGO KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2005 |
C |
|
Open |
DOWNLOAD |
|
019 |
C827: MAGOMBE - BORO ROAD (HAWINGA - USONGA SECTION) KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2010 |
C |
16-08-2023 |
Open |
DOWNLOAD |
|
020 |
D1870: MUGANE - NYAJUOK ROAD KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2022 |
N/A |
16-08-2023 |
Youth |
DOWNLOAD |
|
021 |
E6116: MUGANE - KARUMO ROAD KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2024 |
C |
16-08-2023 |
Open |
DOWNLOAD |
|
022 |
D1870: MUGANE - NYAJUOK ROAD KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2022 |
C |
16-08-2023 |
Open |
DOWNLOAD |
|
023 |
D1867: NDERE - SEGERE KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2025 |
N/A |
16-08-2023 |
Women |
DOWNLOAD |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective Constituencies and work category may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Pre tender site visits are Mandatory and will be as per the dates indicated in the schedule below;
|
S/No. |
Constituency |
pre-tender site visit date |
Officer In-charge |
Time |
|
01 |
Ugenya |
15-08-2023 |
Mr. Olal |
10.00am |
|
02 |
Ugunja |
15-08-2023 |
Ms Oguba |
10.00am |
|
03 |
Alego Usonga |
16-08-2023 |
Mr. Wambisa |
10.00am |
N/B:
- Pretender site certificates signed by the Regional Director shall form part of the bid document
- Each company representative shall represent only one company and not multiple companies
- Other qualification requirements are as outlined in the Tender Document and company statutory requirements
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke and the Public Procurement Information Portal (PPIP) for any tender addenda or clarifications that may arise before submission date
Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal (PPIP) form Tuesday 15th August, 2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 141- 40600
SIAYA
All filled and sealed tenders MUST be submitted not later than 10.00am on or before Friday 25th August, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Siaya Regional Office in Siaya County
Opening of the tenders will take place immediately thereafter at Siaya Regional Office in the presence of bidders and/or their representatives.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
SIAYA REGION
INVITATION TO TENDER NOTICE
The Kenya Rural Roads Authority hereby invites sealed bids from KeRRA – Taita Taveta Region Interested Pre-Qualified Roadworks Contractors and AGPO Eligible Firms/Groups, for maintenance of roadworks in Taita Taveta Region; under GoK Development Funding contracts, in the Financial Year 2019/2020 for the under listed roadworks projects.
|
Tender No. |
Project Name (Road No. And Name) |
Tender Submission Dates and Time |
Reservation (Eligible Group) |
Constituency |
Document Download |
|
075 |
Mwanguwi – Kidule Primary (Road C272) |
September 8th, 2020 11.00 AM |
Women |
Wundanyi |
Download |
|
076 |
Kiwande – Mogho ACK (Road C272) |
Open |
Wundanyi |
Download | |
|
077 |
Mogho – Kwa Wisdom (Road C272) |
Open |
Wundanyi |
Download | |
|
078 |
Mkelenyi – Kwa Mnjama (Road C272) |
Youth |
Wundanyi |
Download | |
|
079 |
Mbaria – Mwanjenyi (Road C272) |
Open |
Wundanyi |
Download | |
|
080 |
Mghambonyi – Mogho (Road C272) |
Open |
Wundanyi |
Download | |
|
081 |
Mghange – Mwaroko (Road E3082) |
September 9th, 2020 11.00 AM |
Open |
Wundanyi |
Download |
|
082 |
Wundanyi – Wesu (Road D1100) |
Youth |
Wundanyi |
Download | |
|
083 |
Mwambirwa – Ndii (Road C274) |
Open |
Voi |
Download | |
|
084 |
Bura Mission – Mghange Dawida (Road F3019) |
Women |
Mwatate |
Download | |
|
085 |
Cess – Rekeke – Mata (Road D1094) |
Open |
Taveta |
Download | |
|
086 |
C104 Mwatate – Mwatunge (Road D1101) |
PwD |
Mwatate |
Download |
INSTRUCTIONS TO TENDERERS
- The Tenderer, at the Tenderer’s own responsibility and risk, is encouraged to visit and examine the Site of the Works and its surroundings, and obtain all information that may be necessary for preparing the tender and entering into a contract for construction of the Works.
- Bidders already awarded contracts within the last four months are ineligible to apply.
- Bidders are to attach copies of the mandatory requirements i.e.
- Certified copies of Certificate of incorporation,
- National Construction Authority registration certificate and practicing license category 6,7,8.
- PIN registration certificate with VAT registration obligations,
- Copy of valid tax compliance certificate as at September 8th, 2020 and other documents specified in the tender document.
- For the Tenders under special group the bidders must be registered under the public and disposal act (preference and reservations) regulations, 2013 and provide documents (certificates) from treasury to prove that they belong to any of the above category.
- In addition, the Binders shall provide all information and documents required by the Employer in bid document.
Interested contractors who meet the above criteria may obtain the tender documents from KeRRA website www.kerra.go.ke for free of charge from August 20th, 2020 Tenders sealed in separate envelopes to be addressed to: -
DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY,
P.O. BOX 131 – 80300
VOI, KENYA
And deposited in the tender box at the reception, so as to be received not later than 11.00 A.M or before September, 8th & 9th, 2020. Tender opening will take place immediately after closing time in the presence of Bidders who wish to attend.
Eng. B. G. Abdille
DEPUTY DIRECTOR (Roads) / TAITA TAVETA
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
14th September, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Savings, 10% Savings & 10%CS Savings Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
|
1. |
C756: JNC E1123 - KAPSEROCK (HARAMBEE- USUOUME) ROAD KERRA/008/39/KSM/10% SAVINGS/NYAKACH/2-48-21|22-092 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
2. |
C853: KISUMU: CHIGA - DB NYANDO ROAD KERRA/008/39/KSM/10% SAVINGS/KSM EAST/2-48-21|22-108 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
3. |
P63_Kisumu: ACCESS TO KILO(TAKO-KAPUOTHE) ROAD KERRA/008/39/KSM/10% SAVINGS/KSM CENTRAL/2-48-21|22-132 |
N/A |
Wednesday, 21st, September 2022 |
Persons with Disability |
download |
|
4. |
P63_Kisumu: OMOLLO- AGAR ROAD KERRA/008/39/KSM/CARRY OVER/KSM CENTRAL/2-48-21|22-130 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
5. |
P243: OGANGO - STAR HOSPITAL ROAD KERRA/008/39/KSM/CARRY OVER/KSM CENTRAL/2-48-21|22-129 |
N/A |
Wednesday, 21st, September 2022 |
Youth |
download |
|
6. |
G62364: KONDIGO- RAMUYA ROAD KERRA/008/39/KSM/AIASAVINGS/SEME/2-48-21|22-100 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
7. |
G62437: KIT MIKAYI - LUNGA PRI. SCH ROAD KERRA/008/39/KSM/10% CS SAVINGS/SEME/2-48-21|22-124 |
N/A |
Wednesday, 21st, September 2022 |
Women |
download |
|
8. |
G62410: ALWALA- KIRINDO(MANYWANDA-KIRINDO) ROAD KERRA/008/39/KSM/10% SAVINGS/SEME/2-48-21|22-094 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
9. |
UK42_001: OKORE JUNCTION- TIENGRE SCHOOL ROAD KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-21|22-098 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
10. |
U_P117: KIBOSWA- BAR OGWAL ROAD KERRA/008/39/KSM/10% SAVINGS/KSM WEST/2-48-21|22-102 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
11. |
UK42_006: ACCESS TO ARUDE PRIMARY SCHOOL ROAD KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-21|22-099 |
N/A |
Wednesday, 21st, September 2022 |
Persons with Disability |
download |
|
12. |
P78: KODIAGA - OTONGLO - RESEARCH – MIGINGO ROAD KERRA/008/39/KSM/GOKSAVINGS/KSM WEST/2-48-21|22-125 |
C |
Wednesday, 21st, September 2022 |
General |
download |
|
13. |
C676: MIWANI – OBUMBA ROAD KERRA/008/39/KSM/10% SAVINGS/MUHORONI/2-48-21|22-106 |
N/A |
Thursday, 22nd, September 2022 |
Women |
download |
|
14. |
F6107: SDA-MENARA ROAD KERRA/008/39/KSM/GOK SAVINGS/MUHORONI/2-48-21|22-128 |
C |
Thursday, 22nd, September 2022 |
General |
download |
|
15. |
G63215: BOYA- CATHOLIC CHURCH ROAD KERRA/008/39/KSM/AIA SAVINGS/NYANDO/2-48-21|22-105 |
N/A |
Thursday, 22nd, September 2022 |
Youth |
download |
|
16. |
G62850: WITHUR – RIAT ROAD KERRA/008/39/KSM/10% SAVINGS/NYANDO/2-48-21|22-131 |
C |
Thursday, 22nd, September 2022 |
General |
download |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 16th September, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 28th September, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
INVITATION TO TENDER 16th OCTOBER, 2019
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 tenders from contractors Registered in the Region – Financial Year 2019-2021 for Routine Maintenance and Spot Improvement Works for tabulated roads below funded under GOK Development ,10% RMLF Funds.
|
S/No |
TENDER NO |
CATEGORY |
CONSTITUENCY |
RESERVATIONS |
MANDATORY PRE -TENDER SITE VISIT DATE |
OPENING DATE
|
TENDER DOCUMENT DOWNLOAD |
|
1. |
P828:Mwembelegeza-Lai Access Rd
|
KeRRA/011/MSA/39 /059/2018-2019
|
Kisauni |
YOUTH |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
2. |
P151_Mombasa: Viteck Academy Access Rd |
KeRRA/011/MSA/39 /060/2018-2019 |
Changamwe |
ALL |
Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
3. |
P606_Mombasa:Ba mburi-Calvary Zion Rd |
KeRRA/011/MSA/39 /061/2018-2019 |
Kisauni |
PWD |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
4. |
N280: TSS-Sakina Mosque Road |
KeRRA/011/MSA/39 /062/2018-2019 |
Jomvu |
ALL |
Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
5. |
P288: Kwa
Chondo-Mabati Road |
KeRRA/011/MSA/39 /063/2018-2019 |
Jomvu |
ALL |
Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
6. |
P447: Miritini Estate St Elizabeth Academy |
KeRRA/011/MSA/39 /064/2018-2019 |
Jomvu |
WOMEN |
Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
7. |
P394:Mnazi Mmoja Access Road |
KeRRA/011/MSA/39 /065/2018-2019 |
Jomvu |
ALL |
Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
8. |
P415:ACK-Kwa Mwanzia Road |
KeRRA/011/MSA/39 /066/2018-2019 |
Jomvu |
ALL |
Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
9. |
P296:Pipeline Road |
KeRRA/011/MSA/39 /067/2018-2019 |
Jomvu |
WOMEN |
Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am
|
DOWNLOAD |
|
10. |
P1352:Kongowea-Masandukuni Karama Road |
KeRRA/011/MSA/39 /068/2018-2019 |
Nyali |
ALL |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
11. |
M110:Mvita Clinic Access Road |
KeRRA/011/MSA/39 /069/2018-2019 |
Mvita |
ALL |
Wednesday 23rd October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
12. |
L39:Kambi Kikuyu Leisure Road |
KeRRA/011/MSA/39 /070/2018-2019 |
Nyali |
ALL |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
13. |
L40:Kwa Babu- Nyali NG CDF Office Nyali |
KeRRA/011/MSA/39 /071/2018-2019 |
Nyali |
ALL |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
14. |
P1352:Kongowea Sokoni-Makaburini |
KeRRA/011/MSA/39 /072/2018-2019 |
Nyali |
ALL |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
15. |
P910:Sunlight Mshomoroni Road |
KeRRA/011/MSA/39 /073/2018-2019 |
Kisauni |
YOUTH |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
16. |
P851:Snake Valley-Pallani Hospital |
KeRRA/011/MSA/39 /074/2018-2019 |
Kisauni |
ALL |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
17. |
P852:Junda -Safari Road |
KeRRA/011/MSA/39 /075/2018-2019 |
Kisauni |
ALL |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
|
18. |
P774:Sakina Kijiweni |
KeRRA/011/MSA/39 /076/2018-2019 |
Kisauni |
ALL |
Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office) |
30th/10/2019 at 10:00 am |
DOWNLOAD |
QUALIFICATION FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation/Registration
- Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 & 8)
- Certified copy of PIN/VAT registration certificate
- Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified copy of CR 12 (Issued within the last 12 months)
- Certified copies of National Identity Cards/Passports of Directors.
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
- Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months before the date of tender opening.
- Current Sworn Affidavit not more than 3 months before the tender opening date
- Proof of having opened a bank account in the contractor’s name
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Dully filled and signed anti-fraud and anticorruption form
- Dully filled and signed environment and social commitment form
- Bidders Must serialize sequentially all pages of their tender documents submitted – using serialization machine
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public.
- Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
Other Requirements
As specified in the respective tender document covering the following:
- Similar previous experience where applicable (Not requirement to special groups)
- Professional and Technical personnel
- Current work load
- Litigation History (Provide sworn Affidavit) – executed within 3 months before the tender opening date
- Eligibility:
- Any form of Canvassing will lead to disqualification
- Mandatory pre-tender site visit shall take place as indicated in the table above
- Those already awarded two (2) tenders under (22% and 10%) allocations 2018-2019 need NOT apply.
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 16th/10/2019. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Deputy Director,
KeRRA MOMBASA Region
Box 87447-80100
MOMBASA
The same should be deposited in the tender box at the KeRRA Regional Office, MOMBASA located along Shimanzi Road, Works Building, third floor on or before Wednesday 30th October, 2019 at 10.00am. Bids shall be opened immediately thereafter in the presence of bidders who choose to attend. Late bids will not be accepted.
Eng. Alex M. Machira
DEPUTY DIRECTOR (ROADS) COAST REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
M,HOMA BAY, KENYA
Ref: HB/2018-19/002 2nd May, 2019
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
|
Road code |
Road Name |
Contract number |
Const. |
Work Category |
Comments |
|||||
|
1 |
R41 |
NYANGIELA - MAGUNGU |
2-51-18/19-098 |
KASIPUL |
B or C |
YOUTH |
download | ||||
|
2 |
UCL111 |
JN A1 NYAMENDE |
2-51-18/19-100 |
KASIPUL |
B or C |
OPEN |
download | ||||
|
3 |
UCL110 |
JN C18 OMBEK - KAROGO |
2-51-18/19-099 |
KASIPUL |
B or C |
PWD |
download | ||||
|
4 |
C867 |
NYAGWETHE - KISEGI |
2-51-18/19-101 |
SUBA |
B or C |
OPEN |
download | ||||
|
5 |
E113J2 |
LAKNYIERO-OTATI |
2-51-18/19-102 |
SUBA |
B or C |
OPEN |
download | ||||
|
6 |
UNCL032 |
JN C19 KAJANDIGA-KIPASI -OCHIENG ODERE PRI. SCH. |
2-51-18/19-103 |
MBITA |
B or C |
OPEN |
download | ||||
|
7 |
UNCL036 |
KOKEYO-NYATOTO |
2-51-18/19-104 |
MBITA |
B or C |
OPEN |
download | ||||
|
8 |
UCL112 |
LWANDA - NDARIA BRIDGE |
2-51-18/19-105 |
NDHIWA |
B or C |
OPEN |
download | ||||
|
9 |
UNCL062 |
NDHIWA - SIDEDE |
2-51-18/19-106 |
NDHIWA |
B or C |
WOMEN |
download | ||||
|
10 |
UNCL062 |
KODIERA-ONGENG |
2-51-18/19-107 |
NDHIWA |
B or C |
YOUTH |
download | ||||
|
11 |
UNCL045 |
MAGUJE BOX CULVERT |
2-51-18/19-096 |
HBT |
B or C |
OPEN |
download | ||||
|
12 |
UNCL046 |
RUGA-NYAMAURO-MAGUTI-ARUJO |
2-51-18/19-097 |
HBT |
B or C |
OPEN |
download | ||||
|
13 |
UNCL068 |
RANGWE-RABANGO |
2-51-18/19-094 |
RANGWE |
B or C |
OPEN |
download | ||||
|
14 |
UNCL068 |
RABANGO BOX CULVERT |
2-51-18/19-095 |
RANGWE |
B or C |
OPEN |
download | ||||
|
15 |
R46 |
BONGU - KAKELO |
2-51-18/19-108 |
KAB |
B or C |
OPEN |
download | ||||
|
16 |
UCL109 |
KADONGO-KOSELE |
2-51-18/19-110 |
KAB |
B or C |
WOMEN |
download | ||||
|
17 |
UNCL108 |
JN D221 CENTRE - KAROTA |
2-51-18/19-109 |
KAB |
B or C |
OPEN |
download | ||||
|
18 |
UNCL109 |
ONYEGE -KANYADHIANG |
2-51-18/19-111 |
KARA |
B or C |
OPEN |
download | ||||
|
19 |
E1034A |
SAMBA - RAKWARO |
2-51-18/19-112 |
KARA |
B or C |
OPEN |
download | ||||
|
20 |
UCL107 |
JN E1027(KANDIENGE)-UHURU |
2-51-18/19-113 |
KARA |
B or C |
YOUTH |
download | ||||
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts is as stipulated in the pre-qualification work categories which have been identified above.
- QUALIFICATION FOR BIDDING
All bids must be accompanied by certified copies of the following;
a). Certificate of incorporation
b). Proof of registration with the NCA 8 and above
c). VAT registration Certificate
d). PIN registration Certificate
e). Valid Tax compliance certificate
- f) Bank statements for past 6months or audited accounts for past 3 yrs
- g) Equipment holding and proof of ownership
- h) Similar work experience
- i) Professional and technical personnel
- j) Copy of receipt issued after purchase of tender document
NB: In addition to the above criteria, the under listed requirements shall apply to those bidding for works under the special target group of YWD (women, youth and persons with disabilities), who necessarily may need not have been pre-qualified as Roadworks contractors of kerra - Homabay Region.
- Certified copy of certificate of registration in a target group issued by National Treasury
- Certified copy of recent CR 12 form – 12 months
- Copy of National identiy cards (IDs) or valid passports for all Directors of the Company
Tender documents can be obtained at the Regional office, Homa Bay, upon payment of a non-refundable fee of KShs 1,000.00 (one thousand shillings only) per document in form of bankers cheque payable to Kenya Rural Roads Authority.Or downloaded from the kerra website(www.kerra.go.ke)
The pre-tender site visit will be conducted on 9th May, 2019 starting at 10.00 Am at KeRRA office,Oyugis for Kabondo,Karachuonyo&kasipul Constituency and at KeRRA office Mbita for Mbita and Suba Constituency and for Rangwe, Ndhiwa and Homabay Constituencies at Regional Office, Homa Bay.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 21st May,2019 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. KIMILU
DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
3rd October,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% by Cabinet Secretary, F/Y 2021/2022.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
|
01 |
UNCL004 Seka Dok – Soko Primary Road KeRRA/HB/KARA/08/39/51/10%CS /21|22-255 |
C |
KARACHUONYO |
GENERAL |
12/10/2022 |
download |
|
02 |
UNCL077 Ndiru - Kodhock Road KeRRA/HB/RAN/08/39/51/10%CS /21|22-256 |
C |
RANGWE |
YOUTH |
12/10/2022 |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers(Current/Original)
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Three years audited account.
- Bidders MUST serialize all the pages of their tender documents.
- Cash Flow of 8million for the last 3 years
- Bidders MUST provide all the information required as per the tender document/tender advert.
- Average turn over (Sale/Revenue) 8million 3 years
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 6th October,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before
18th October,2022 , Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
23rd December,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%RMLF Funding Source, F/Y 22/2023.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
E.E Kshs. |
|
|
01 |
Oyugis -Samba KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-079 |
C |
KASIPUL |
GENERAL |
4,986,076.91 |
download |
|
02 |
(SIMBIRI BOX CULVERT) KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-080 |
B |
KASIPUL |
GENERAL |
6,504,316.85 |
download |
|
03 |
Nyangiela - Magungu KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-081 |
C |
KASIPUL |
PWD |
4,803,947.82 |
download |
|
04 |
Nyandiwa -Kawaindi- National oil KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-082 |
C |
KASIPUL |
WOMEN |
3,069,650.00 |
download |
|
05 |
R23:Msekwa -Sindo Manyala KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-083 |
C |
SUBA |
GENERAL |
6,950,248.94 |
download |
|
06 |
R23: Gera -Kombe KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-084 |
C |
SUBA |
YOUTH |
5,457,028.75 |
download |
|
07 |
URA 29: (Ngeri-Miyyoyo Box Culvert) KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-085 |
B |
SUBA |
GENERAL |
6,956,716.85 |
download |
|
08 |
E120; RUSINGA RING ROAD KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-086 |
B |
MBT |
WOMEN |
6,956,716.85 |
download |
|
09 |
Uncl037: RAMBI - GOD ARIYO – KIPASI KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-087 |
C |
MBT |
GENERAL |
7,508,317.77 |
download |
|
10 |
URP31:Kamsama -Rapora -God Joep KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-088 |
C |
MBT |
YOUTH |
4,898,956.23 |
download |
|
11 |
C871: Mirogi –Magina -Opapo KeRRA/HB/NDW/08/39/51/10%RMLF/22|23-089 |
C |
NDHIWA |
YOUTH |
4,922,941.81 |
download |
|
12 |
E110 :Konyango Rabour –Wachara -Riat KeRRA/HB/NDW/08/39/51/10%RMLF/22|23-090 |
C |
NDHIWA |
GENERAL |
6,746,943.73 |
download |
|
13 |
UNCL062: Ndhiwa – Geana – Kodumba KeRRA/HB/NDW/08/39/51/10%RMLF/22|23-091 |
C |
NDHIWA |
GENERAL |
7,694,106.00 |
download |
|
14 |
R7-H Nyalkinyi -Imbo KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-092 |
C |
HOMABAY TOWN |
PWD |
3,635,941.81 |
download |
|
15 |
Uncl 157:Kaoko Box Culvert 1 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-093 |
B |
HOMABAY TOWN |
GENERAL |
6,033,356.85 |
download |
|
16 |
Uncl 157 Kaoko Box Culvert 2 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-094 |
B |
HOMABAY TOWN |
GENERAL |
6,033,356.85 |
download |
|
17 |
Uncl155: Wiamen –Kijawa -Riwanyakune KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-095 |
C |
HOMABAY TOWN |
GENERAL |
3,661,372.96 |
download |
|
18 |
E212: Omoya - Ndiru KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-096 |
C |
RANGWE |
GENERAL |
4,189,050.00 |
download |
|
19 |
Atili Oluso –Rabango -Rangwe KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-097 |
C |
RANGWE |
GENERAL |
3,975,466.74 |
download |
|
20 |
Uncl069: Mbeka -Nyamache KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-098 |
C |
RANGWE |
GENERAL |
5,548,294.50 |
download |
|
21 |
Uncl131:Onyege – Nyokal Namba KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-099 |
C |
RANGWE |
PWD |
5,651,180.24 |
download |
|
22 |
G61241:Kogoya – Kochola Mkt KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-100 |
C |
KABONDO |
GENERAL |
7,014,453.28 |
download |
|
23 |
U_G6979:Kolweny Prim –Alaro Sch (Box Culvert) KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-101 |
B |
KABONDO |
GENERAL |
6,968,316.85 |
download |
|
24 |
U_G6990:Kogalo Pri- Kadir Pri _Orinag(Dikonia) KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-102 |
C |
KABONDO |
YOUTH |
5,381,221.03 |
download |
|
25 |
R38;JN Ngeta Sch – Ngeta Dispensary KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-103 |
C |
KARACHUONYO |
PWD |
3,271,859.80 |
download |
|
26 |
Uncl106:Jn C19 Kanyandhiang - Kosele KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-104 |
C |
KARACHUONYO |
GENERAL |
7,170,061.50 |
download |
|
27 |
Uncl124 Ojijo –Otek -Adhiro KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-105 |
C |
KARACHUONYO |
GENERAL |
4,995,018.00 |
download |
|
28 |
URP1 Homa Linne KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-106 |
C |
KARACHUONYO |
WOMEN |
3,927,052.40 |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the
Contractors registered in work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification
criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any
Tender addenda or clarifications that may arise before submission date.
- Pretender site visit is Mandatory and bidders are required to liaise with the respective Constituency Roads Officer to visit Site and thereafter collect duly Signed Pretender Site Certificate from the respective Constituency Roads Officer.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke from 29th December,2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,
Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 10th January,2023, Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the
presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
Ref: HB/2018-19/008 16TH September, 2019
ADDENDUM 2
Tender No. : HB/2018-19/008
- Reference is made to the above-mentioned Invitation to Tender made on 13th Sept 2019. An addendum to the tender is made as herein below.
- We wish to bring to your attention that the errors on the documents for the roads below have been corrected. Kindly ensure that you download and submit the correct documents. Sorry for any inconveniences caused.
|
|
Road code |
Road Name |
Contract number |
Const. |
Work Category |
Comments |
|
|
1 |
E209 |
OGERA - GAMBA |
2-51-18/19-122 |
KASIPUL |
B,C & E |
YOUTH |
Download |
|
2 |
UNCL038 |
KISUI- KIRAMBO |
2-51-18/19-131 |
MBITA |
B,C & E |
OPEN |
Download |
- The closing date for the tenders therefore has been postponed from Friday 27th September, 2019 to Tuesday 1st October, 2019 at the Deputy Director’s office in the presence of bidders/representatives who wish to attend.
- The rest of the details to the Invitation to Tender remain as earlier indicated.
GEORGE WAHOME
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
For: DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
6th January,2023
ADDENDUM NOTICE 1
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (Homabay Region) wishes to inform firms participating in the tenders for 10% RMLF FUNDING FY 2022-2023 that was made 23rd December,2022 on KeRRA Website that clarifications are deemed necessary calling for an addendum to the tender is made as herein below.
- Due to error of omission on Item 17-60-005 Missing Reinforcement on Bill No. 17 (Major Structures), the error has been corrected and included in the tender for category B only.
- That the closing and Opening date for the All tenders have been extended to 17th January,2023 at 10.00 a.m
- The rest of the details to the Invitation to Tender remain as earlier indicated.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
E.E Kshs. |
|
|
02 |
(SIMBIRI BOX CULVERT) KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-080 |
B |
KASIPUL |
GENERAL |
6,504,316.85 |
DOWNLOAD |
|
07 |
URA 29: (Ngeri-Miyyoyo Box Culvert) KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-085 |
B |
SUBA |
GENERAL |
6,956,716.85 |
DOWNLOAD |
|
08 |
E120; RUSINGA RING ROAD KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-086 |
B |
MBT |
WOMEN |
6,956,716.85 |
DOWNLOAD |
|
15 |
Uncl 157:Kaoko Box Culvert 1 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-093 |
B |
HOMABAY TOWN |
GENERAL |
6,033,356.85 |
DOWNLOAD |
|
16 |
Uncl 157 Kaoko Box Culvert 2 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-094 |
B |
HOMABAY TOWN |
GENERAL |
6,033,356.85 |
DOWNLOAD |
|
23 |
U_G6979:Kolweny Prim –Alaro Sch (Box Culvert) KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-101 |
B |
KABONDO |
GENERAL |
6,968,316.85 |
DOWNLOAD |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the
Contractors registered in work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification
criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any
Tender addenda or clarifications that may arise before submission date.
- Pretender site visit is Mandatory and bidders are required to liaise with the respective Constituency Roads Officer to visit Site and thereafter collect duly Signed Pretender Site Certificate from the respective Constituency Roads Officer.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke from 6th January,2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,
Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 17th January,2023, Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the
presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
3rd October,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Public Participation F/Y 2021/2022.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
|
01 |
U_G61160: Tom Mboya University Access Roads KeRRA/HB/HBT/08/39/51/PH /21|22-257 |
C |
HOMABAY TOWN |
GENERAL |
12/10/2022 |
download |
|
02 |
Nyandiwa Jnct – Randung Centre- Rodi Road KeRRA/HB/RAN/08/39/51/PH /21|22-258 |
C |
RANGWE |
YOUTH |
12/10/2022 |
download |
|
03 |
R23-Suba: Sindo -Kombe KeRRA/HB/SUB/08/39/51/PH/21|22-259 |
C |
SUBA |
GENERAL |
12/10/2022 |
download |
|
04 |
Uncl: Kokeyo -Nyatoto Road KeRRA/HB/SUB/08/39/51/PH /21|22-260 |
C |
SUBA |
PWD |
12/10/2022 |
download |
|
05 |
Umcl015 Kigoto – Nyamadede -Kumbatha Road KeRRA/HB/SUB/08/39/51/PH /21|22-261 |
C |
SUBA |
GENERAL |
12/10/2022 |
download |
|
06 |
UNCL077: Kodhoch -Ndiru Road KeRRA/HB/RAN/08/39/51/PH /21|22-262 |
C |
RANGWE |
WOMEN |
12/10/2022 |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers(Current/Original)
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Three years audited account.
- Bidders MUST serialize all the pages of their tender documents.
- Cash Flow of 8million for the last 3 years
- Bidders MUST provide all the information required as per the tender document/tender advert.
- Average turn over (Sale/Revenue) 8million 3 years
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 6th October,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before
18th October,2022 , Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
8th September,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Public Participation, F/Y 2021/2022.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
|
01 |
UNCL061: Manywanda –Kodumba Road KeRRA/HB/NDW/08/39/51/PH /21|22-237 |
C |
NDHIWA |
GENERAL |
20/09/2022 |
download |
|
02 |
UNCL: Murram - Magina Road KeRRA/HB/NDW/08/39/51/PH /21|22-238 |
C |
NDHIWA |
YOUTH |
20/09/2022 |
download |
|
03 |
UNCL: Odeyo Bridge (BOX CULVERT) KeRRA/HB/KAB/08/39/51/PH/21|22-239 |
C |
KABONDO |
GENERAL |
20/09/2022 |
download |
|
04 |
U_G61285 Osakwe – Bala Road KeRRA/HB/KARA/08/39/51/PH /21|22-240 |
C |
KARACHUONYO |
PWD |
20/09/2022 |
download |
|
05 |
R57: Osiri - Kasongo Road KeRRA/HB/SUB/08/39/51/PH /21|22-241 |
C |
SUBA |
GENERAL |
20/09/2022 |
download |
|
06 |
UNCL Otati – Bunge –Kobilo Road KeRRA/HB/SUB/08/39/51/PH /21|22-242 |
C |
SUBA |
WOMEN |
20/09/2022 |
download |
|
07 |
R57 Tonga – Kasongo Road KeRRA/HB/SUB/08/39/51/PH /21|22-243 |
C |
SUBA |
GENERAL |
20/09/2022 |
download |
|
08 |
R57 Tonga – Kibura Road KeRRA/HB/SUB/08/39/51/PH /21|22-244 |
C |
SUBA |
GENERAL |
20/09/2022 |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers(Current/Original)
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Three years audited account.
- Bidders MUST serialize all the pages of their tender documents.
- Cash Flow of 8million for the last 3 years
- Bidders MUST provide all the information required as per the tender document/tender advert.
- Average turn over (Sale/Revenue) 8million 3 years
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 20th September,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before
28th September,2022 , Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
Ref: HB/2018-19/003 30TH May, 2019
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
|
Road code |
Road Name |
Contract number |
Const. |
Max. estimated cost (Kshs) |
Work Category |
Comments |
|
|
1. |
C865 |
Kadel- Adiedo |
2-51-18/19-116 |
KARACHUONYO |
6,000,000.00 |
B,C,D&E |
OPEN |
download |
|
2. |
C862 |
Miniambo-Ogongo Primary |
2-51-18/19-117 |
HOMABAY |
6,000,000.00 |
B,C,D&E |
YOUTH |
download |
|
3. |
C862 |
Ngere-Gogo-Oturbam |
2-51-18/19-118 |
HOMABAY |
6,000,000.00 |
B,C,D&E |
WOMEN |
download |
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
- QUALIFICATION FOR BIDDING
All bids must be accompanied by certified copies of the following;
a). Certificate of incorporation
b). Proof of registration with the NCA 8 and above
c). VAT registration Certificate
d). PIN registration Certificate
e). Valid Tax compliance certificate
- f) Bank statements for past 6months or audited accounts for past 3 yrs
- g) Equipment holding and proof of ownership
- h) Similar work experience
- i) Professional and technical personnel
- j) Copy of receipt issued after purchase of tender document
NB: In addition to the above criteria, the under listed requirements shall apply to those bidding for works under the special target group of YWD (women, youth and persons with disabilities), who necessarily may need not have been pre-qualified as Roadworks contractors of kerra - Homabay Region.
- Certified copy of certificate of registration in a target group issued by National Treasury
- Certified copy of recent CR 12 form – 12 months
- Copy of National identiy cards (IDs) or valid passports for all Directors of the Company
Tender documents can be obtained at the Regional office, Homa Bay, upon payment of a non-refundable fee of KShs 1,000.00 (one thousand shillings only) per document in form of bankers cheque payable to Kenya Rural Roads Authority.
The pre-tender site visit will be conducted on 4th June,2019 starting at 9.00am at Regional Office, Homa Bay.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 13th June,2019 at 10.00am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. KIMILU
DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/ROUTINE MAINTENANCE AND SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Region in respective Constituencies and work categories for the following road maintenance works/drainage structures funded under 10% Road Maintenance Levy Fund(RMLF) for the Financial Year 2023/2024.
|
S/NO |
ROAD NAME AND TENDER NO. |
Workcategory |
Constituency |
Reservation |
|
|
01 |
U_G6562:ANGIRO –OTOLO ROAD KeRRA/HB/RAN/08/39/51/10%RMLF/OTOLO/23|24-068 |
C |
RANGWE |
YOUTH |
DOWNLOAD |
|
02 |
U_G6888:CINEMA -NYAKURU-LIGARI ROAD KeRRA/HB/RAN/08/39/51/10%RMLF/LIGARI/23|24-069 |
C |
RANGWE |
OPEN |
DOWNLOAD |
|
03 |
UNCL069:JNCT KOSINA -MBEKA KeRRA/HB/RAN/08/39/51/10%RMLF/MBEKA/23|24-070 |
C |
RANGWE |
OPEN |
DOWNLOAD |
|
04 |
UNCL071 OJINYO-NYAWITA KeRRA/HB/RAN/08/39/51/10%RMLF/OJINYO/23|24-071 |
C |
RANGWE |
YOUTH |
DOWNLOAD |
|
05 |
E213J1:SARE-TWIST-AYIENGO KeRRA/HB/KARA/08/39/51/10%RMLF/SARE/23|24-072 |
C |
KARACHUONYO |
YOUTH |
DOWNLOAD |
|
06 |
U_G63970: KANDIEGE –UHURU KeRRA/HB/KARA/08/39/51/10%RMLF/UHURU/23|24-073 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
07 |
UNCL124:SIBURI-GOT OYARO ROAD KeRRA/HB/KARA/08/39/51/10%RMLF/SIBURI/23|24-074 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
08 |
UNCL125: ST.INNOCENT JOY MIXED SEC SCH ROAD KeRRA/HB/KARA/08/39/51/10%RMLF/ST INNOCENT/23|24-075 |
C |
KARACHUONYO |
WOMEN |
DOWNLOAD |
|
09 |
E219X:KADUU- MIRIU KeRRA/HB/KAB/08/39/51/10%RMLF/MIRIU/23|24-076 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
10 |
U_F6112:KAKELO –AWACH ROAD KeRRA/HB/KAB/08/39/51/10%RMLF/AWACH/23|24-077 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
11 |
UNCL013:A1JN KOROKOR-MIRUKA KeRRA/HB/KAB/08/39/51/10%RMLF/MIRUKA/23|24-078 |
C |
KABONDO |
PWD |
DOWNLOAD |
|
12 |
E1034X:SIMBIRI BOX CULVERT KeRRA/HB/KAS/08/39/51/10%RMLF/SIMBIRI/23|24-079 |
C |
KASIPUL |
YOUTH |
DOWNLOAD |
|
13 |
E210: SIKRI –LIDA ROAD KeRRA/HB/KAS/08/39/51/10%RMLF/LIDA/23|24-080 |
C |
KASIPUL |
OPEN |
DOWNLOAD |
|
14 |
R17_HB:AWACH MAGUNGA ROAD KeRRA/HB/KAS/08/39/51/10%RMLF/MAGUNGA/23|24-081 |
C |
KASIPUL |
PWD |
DOWNLOAD |
|
15 |
UNCL044:ANDIGO -LOO RATENG -NYAKAYA -MANYONYI ( BOX CULVERT) KeRRA/HB/HBT/08/39/51/10%RMLF/ANDIGO/23|24-082 |
C |
HOMABAY TOWN |
OPEN |
DOWNLOAD |
|
16 |
UNCL049:SERO METHONI -NYOKOYO (BOX CULVERT) KeRRA/HB/HBT/08/39/51/10%RMLF/ANDIGO/23|24-083 |
C |
HOMABAY TOWN |
PWD |
DOWNLOAD |
|
17 |
UNCL051:ADONGO- NYAKAYA-MANYONYI BOX CULVERT KeRRA/HB/HBT/08/39/51/10%RMLF/ADONGO/23|24-084 |
C |
HOMABAY TOWN |
OPEN |
DOWNLOAD |
|
18 |
D214:OSANI - WACHARA KeRRA/HB/NDW/08/39/51/10%RMLF/OSANI/23|24-085 |
C |
NDHIWA |
WOMEN |
DOWNLOAD |
|
19 |
D214:WACHARA -KALAMINDI KeRRA/HB/NDW/08/39/51/10%RMLF/WACHARA/23|24-086 |
C |
NDHIWA |
OPEN |
DOWNLOAD |
|
20 |
R14:OTOTO OGADA - PAP KAMENYA KeRRA/HB/NDW/08/39/51/10%RMLF/OGADA/23|24-087 |
C |
NDHIWA |
OPEN |
DOWNLOAD |
|
21 |
E1025:JN E120 UTAJO -UGENGE KeRRA/HB/MBT/08/39/51/10%RMLF/UTAJO/23|24-088 |
C |
MBITA |
OPEN |
DOWNLOAD |
|
22 |
U_E6172:OSENO -NYAROYA KeRRA/HB/MBT/08/39/51/10%RMLF/OSENO/23|24-089 |
C |
MBITA |
YOUTH |
DOWNLOAD |
|
23 |
U_G6890:WAKULA BEACH - WAKULA PRI SDA KeRRA/HB/MBT/08/39/51/10%RMLF/WAKULA/23|24-090 |
C |
MBITA |
YOUTH |
DOWNLOAD |
|
24 |
UNCL029:PONGE -OLWENYA (BOX CULVERT) KeRRA/HB/MBT/08/39/51/10%RMLF/OLWENYA/23|24-091 |
C |
MBITA |
PWD |
DOWNLOAD |
|
25 |
E114A:KAKOMO -MBERO -PUNDO SEKA HC KeRRA/HB/SUB/08/39/51/10%RMLF/MBERO/23|24-092 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
26 |
UNCL067:KIKUBI-OBUNGA -NYARGUSI KeRRA/HB/SUB/08/39/51/10%RMLF/OBUNGA/23|24-093 |
C |
SUBA |
YOUTH |
DOWNLOAD |
|
27 |
URA29:NYAGWETHE-MWIYOYO-KIBANGA-MALONGO KeRRA/HB/SUB/08/39/51/10%RMLF/KIBANGA/23|24-094 |
C |
SUBA |
OPEN |
DOWNLOAD |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective Constituencies, under specified work categories are eligible to tender.
- The scope of works for the respective tenders are as stipulated in Tender Documents and in
the Contractors registered in work categories which have been outlined above.
- Bidders participating under Tenders that are reserved for Youth, Women & Persons with
Disability(PWD) need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by the National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any
Tender addenda or clarifications that may arise before submission date.
- Pretender site visit is Mandatory, bidders are required to liaise with the respective
Constituency Roads Officer to visit Sites between 4th October,2023 and 11th October,2023
both days inclusive, and thereafter collect Pretender Site visit certificates which MUST be
signed by the Regional Director.
The tender documents can be downloaded free of charge from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal(PPIP) as from 4th October,2023.
Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with Tender Name and Number, and submitted to KeRRA, Homabay Regional Office, addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
The tender documents are to be deposited in the respective tender boxes located at KeRRA,Homabay Regional Office so as to be received on or before 19th October,2023 at 11.00am.
Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.
.
Bidders are advised that canvassing will lead to automatic disqualification.
Eng.Ogogo.C.T
REGIONAL DIRECTOR
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of the management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are registered in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF and 10% RMLF Savings Funding Source for Financial Year 2022/2023.
|
S/No. |
Road Name and Tender No. |
Work Category |
Constituency |
Reservation |
|
|
1 |
JN Kanyadhinag –Simbi KeRRA/HB/KARA/08/39/51/22%RMLF -S/22|23-135 |
C |
Karanyuonyo |
OPEN |
DOWNLOAD |
|
2 |
Uncl:Kirima Sch –Kuoyo SDA –Kapis KeRRA/HB/KARA/08/39/51/22%RMLF-S/22/23-136 |
C |
Karanyuonyo |
PWD |
DOWNLOAD |
|
3 |
Uncl:Namba Ogilo center –Ogilo Secondary KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-137 |
C |
Kabondo |
YOUTH |
DOWNLOAD |
|
4 |
Uncl142: Nyandolo –Miriu KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-138 |
C |
Kabondo |
OPEN |
DOWNLOAD |
|
5 |
Uncl Ongamo – JN Katun KeRRA/HB/KAS/08/39/51/22%RMLF-S/22|23-139 |
C |
Kasipul |
OPEN |
DOWNLOAD |
|
6 |
Uncl:Kigoto –Nyamadede- Kumbatha (Box Culvert) KeRRA/HB/SUB/08/39/51/22%RMLF-S/22|23-140 |
B |
Suba |
OPEN |
DOWNLOAD |
|
7 |
Uncl:Kaugege – Beach Access Road KeRRA/HB/MBT/08/39/51/22%RMLF-S/22|23-141 |
C |
Mbita |
WOMEN |
DOWNLOAD |
|
8 |
Uncl: Gogo-Katuma –Kijawa KeRRA/HB/HBT/08/39/51/22%RMLF-S/22|23-142 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
9 |
C872:Kabodo – Kadio KeRRA/HB/NDW/08/39/51/22%RMLF-S/22|23-143 |
C |
Ndhiwa |
OPEN |
DOWNLOAD |
|
10 |
Uncl:Onganga –Nyachar –Anyinjo KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-144 |
C |
Rangwe |
YOUTH |
DOWNLOAD |
|
11 |
Uncl:Adiedo –Twist –Denga Primary –Border KeRRA/HB/KARA/08/39/51/10%RMLF-S/22|23-145 |
C |
Karachuonyo |
OPEN |
DOWNLOAD |
|
12 |
Kakapere Junct – Kadie Secondary KeRRA/HB/KAB/08/39/51/10%RMLF-S/22|23-146 |
C |
Kabondo |
YOUTH |
DOWNLOAD |
|
13 |
Uncl144:Bongu –Kachieng –Awach KeRRA/HB/KAS/08/39/51/10%RMLF-S/22|23-147 |
C |
Kasipul |
OPEN |
DOWNLOAD |
|
14 |
Uncl:Luwimi –Rang’wa –Rowo Road KeRRA/HB/SUB/08/39/51/10%RMLF-S22|23-148 |
C |
Suba South |
OPEN |
DOWNLOAD |
|
15 |
Uncl:JN Mbita High School -Kawaater KeRRA/HB/MBT/08/39/51/10%-RMFLS/22|23-149 |
C |
Mbita |
OPEN |
DOWNLOAD |
|
16 |
R12 Disii –Yogo KeRRA/HB/HBT/08/39/51/10%RMLF-S/22|23-150 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
17 |
Uncl Sing;enge Box Culvert Protection works KeRRA/HB/NDW/08/39/51/10%RMLF-S/22|23-151 |
C |
Ndhiwa |
WOMEN |
DOWNLOAD |
|
18 |
Uncl: Omoche - Anyalo KeRRA/HB/RAN/08/39/51/10%RMLF-S/22|23-152 |
C |
Rangwe |
OPEN |
DOWNLOAD |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
- The scope of works for the respective tenders are as stipulated in the Tender Documents.
- Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
- Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officer to visit the site and thereafter collect duly Signed Pretender Site Certificates from the respective Constituency Roads Officer.
The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP).
Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:
Regional Director
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay Regional Office so as to be received on or before or before 14th September 2023 at 11.00am.
Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.
Bidders are advised that canvassing by tenderers will lead to automatic disqualification.
REGIONAL DIRECTOR
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/ROUTINE MAINTENANCE AND SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Regionin respective Constituencies and work categories for the following road maintenance works/drainage structures funded under 22% Road Maintenance Levy Fund(RMLF) for Financial Year 2023/2024.
|
S/NO |
ROAD NAME AND TENDER NO. |
Workcategory |
Constituency |
Reservation |
|
|
01 |
E115J2:RINGA PRY JUNCT -LUKOMA KeRRA/HB/MBT/08/39/51/22%RMLF/LUKOMA/23|24-001 |
C |
MBITA |
OPEN |
DOWNLOAD |
|
02 |
E115X:KORIRI JUNCT - GULWE KeRRA/HB/MBT/08/39/51/22%RMLF/GULWE/23|24-002 |
C |
MBITA |
OPEN |
DOWNLOAD |
|
03 |
UNCL138:KISUI -KIRAMBO KeRRA/HB/MBT/08/39/51/22%RMLF/KISUI/23|24-003 |
C |
MBITA |
OPEN |
DOWNLOAD |
|
04 |
UNCL031:GOD JOPE - KAMATO KeRRA/HB/MBT/08/39/51/22%RMLF/KAMATO//23|24-004 |
C |
MBITA |
YOUTH |
DOWNLOAD |
|
05 |
UNCL034: LWANDA -KANYAKIAMO KeRRA/HB/MBT/08/39/51/22%RMLF/LWANDA/23|24-005 |
C |
MBITA |
OPEN |
DOWNLOAD |
|
06 |
UNCL039: KOMBE - GERA KeRRA/HB/MBT/08/39/51/22%RMLF/GERA/23|24-006 |
C |
MBITA |
WOMEN |
DOWNLOAD |
|
07 |
UNCL042:JN E120 -UTAJO- TOM MBOYA GIRLS - ULUGI BEACH KeRRA/HB/MBT/08/39/51/22%RMLF/UTAJO/23|24-007 |
C |
MBITA |
OPEN |
DOWNLOAD |
|
08 |
URA23:RODI KOPNY -NYAMBORI OREGO SCHOOL KeRRA/HB/HBT/08/39/51/22%RMLF/OREGO//23|24-008 |
C |
HOMABAY TOWN |
OPEN |
DOWNLOAD |
|
09 |
URA7:NYALKINYI -IMBO KeRRA/HB/HBT/08/39/51/22%RMLF/IMBO/23|24-009 |
C |
HOMABAY TOWN |
YOUTH |
DOWNLOAD |
|
10 |
UNCL045:LUANDA MISAO -CHIGA KeRRA/HB/HBT/08/39/51/22%RMLF/CHIGA/23|24-010 |
C |
HOMABAY TOWN |
WOMEN |
DOWNLOAD |
|
11 |
UNCL046:RUGA - MAGUTI KeRRA/HB/HBT/08/39/51/22%RMLF/MAGUTI/23|24-011 |
C |
HOMABAY TOWN |
OPEN |
DOWNLOAD |
|
12 |
UNCL049:SERO - OGANDE - NYAKOYO - NDIRU KeRRA/HB/HBT/08/39/51/22%RMLF/NDIRU/23|24-012 |
C |
HOMABAY TOWN |
OPEN |
DOWNLOAD |
|
13 |
UNCL141:ACHEGO -OBAMBO -OGOYE KeRRA/HB/HBT/08/39/51/22%RMLF/OGOYE/23|24-013 |
C |
HOMABAY TOWN |
PWD |
DOWNLOAD |
|
14 |
UNCL153:MAGUJE -KADHAWA -OGANDE -NYAKOYO -NDIRU KeRRA/HB/HBT/08/39/51/22%RMLF/MAGUJE/23|24-014 |
C |
HOMABAY TOWN |
OPEN |
DOWNLOAD |
|
15 |
E1035:NGEGU - MIJERI KeRRA/HB/RAN/08/39/51/22%RMLF/MIJERI/23|24-015 |
C |
RANGWE |
OPEN |
DOWNLOAD |
|
16 |
E214:RANGWE - NDIRU KeRRA/HB/RAN/08/39/51/22%RMLF/RAGWE/23|24-016 |
C |
RANGWE |
WOMEN |
DOWNLOAD |
|
17 |
G6988:NGEGU -STORE PAMBA-LIGISA KeRRA/HB/RAN/08/39/51/22%RMLF/NGEGU/23|24-017 |
C |
RANGWE |
YOUTH |
DOWNLOAD |
|
18 |
UNCL069:NYAKWATHA-MBEKA-WIKOTENG -SINEMA KeRRA/HB/RAN/08/39/51/22%RMLF/MBEKA/23|24-018 |
C |
RANGWE |
OPEN |
DOWNLOAD |
|
19 |
UNCL077:KODHOCH - LUORA JN KeRRA/HB/RAN/08/39/51/22%RMLF/LOURA JN/23|24-019 |
C |
RANGWE |
PWD |
DOWNLOAD |
|
20 |
UNCL136: OMOCHE-KOYOO KeRRA/HB/RAN/08/39/51/22%RMLF/KOYOO/23|24-020 |
C |
RANGWE |
OPEN |
DOWNLOAD |
|
21 |
C875:DOL -RAGWE -ONYEGE KeRRA/HB/KAS/08/39/51/22%RMLF/ONYEGE/23|24-021 |
C |
KASIPUL |
OPEN |
DOWNLOAD |
|
22 |
E213X:NYANGIELA -KWOYO - OYOMBE KeRRA/HB/KAS/08/39/51/22%RMLF/OYOMBE/23|24-022 |
C |
KASIPUL |
YOUTH |
DOWNLOAD |
|
23 |
R37:KOTIENO – NYANGIELA KeRRA/HB/KAS/08/39/51/22%RMLF/KOTIENO/23|24-023 |
C |
KASIPUL |
OPEN |
DOWNLOAD |
|
24 |
R42:DOL -MOSOCHO DB KeRRA/HB/KAS/08/39/51/22%RMLF/DOL//23|24-024 |
C |
KASIPUL |
WOMEN |
DOWNLOAD |
|
25 |
UNCL022:NAMBA-KAYOMA-KOSELE -NYAFARE KeRRA/HB/KAS/08/39/51/22%RMLF/NAMBA/23|24--025 |
C |
KASIPUL |
PWD |
DOWNLOAD |
|
26 |
UNCL023:JN C18 DOL - KAROGO KeRRA/HB/KAS/08/39/51/22%RMLF/KAROGO/23|24-026 |
C |
KASIPUL |
OPEN |
DOWNLOAD |
|
27 |
UNCL130:NYAHERA -GUU OWADE KeRRA/HB/KAS/08/39/51/22%RMLF/OWADE/23|24-027 |
C |
KASIPUL |
OPEN |
DOWNLOAD |
|
28 |
UNCL132:NYIRONDO -MIRUNDA -KAWERE -CENTRE -KIWIRO KeRRA/HB/KAS/08/39/51/22%RMLF/KIWIRO/23|24-028 |
C |
KASIPUL |
OPEN |
DOWNLOAD |
|
29 |
E122:JN D219 KONANI - MAINUGA - TAUSI EACH KeRRA/HB/KARA/08/39/51/22%RMLF/KONANI/23|24-029 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
30 |
E215J1:OKIKI AMAYO -MIGUNDE KeRRA/HB/KARA/08/39/51/22%RMLF/OKIKI/23|24-030 |
C |
KARACHUONYO |
YOUTH |
DOWNLOAD |
|
31 |
G63938:SERE -WARAO LIETA -OTARO KeRRA/HB/KARA/08/39/51/22%RMLF/OTARO/23|24-031 |
C |
KARACHUONYO |
PWD |
DOWNLOAD |
|
32 |
G63951:NJERI -ORIWO KeRRA/HB/KARA/08/39/51/22%RMLF/NJERI/23|24-032 |
C |
KARACHUONYO |
WOMEN |
DOWNLOAD |
|
33 |
U_G6956:KOTIENO -GUMBA -MAWEGO KeRRA/HB/KARA/08/39/51/22%RMLF/GUMBA/23|24-033 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
34 |
UNCL003:MALELE BEACH - KOUGO - NYANDUSI - JN D217 KeRRA/HB/KARA/08/39/51/22%RMLF/KOUGO/23|24-034 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
35 |
UNCL004:SEKA DOK - SOKO PRIMARY- JN D217 KeRRA/HB/KARA/08/39/51/22%RMLF/SEKADOK/23|24-035 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
36 |
UNCL106:JN C19 KANYADHIANG - KOSELE KeRRA/HB/KARA/08/39/51/22%RMLF/KOSELE/23|24-036 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
37 |
UNCL124:ADHIRO -GOT OYARO KeRRA/HB/KARA/08/39/51/22%RMLF/ADHIRO/23|24-037 |
C |
KARACHUONYO |
OPEN |
DOWNLOAD |
|
38 |
E209:GAMBA - OGERA KeRRA/HB/KAB/08/39/51/22%RMLF/ODERA/23|24-038 |
C |
KABONDO |
DOWNLOAD | |
|
39 |
U_G1260:NYAMWAGA - KOWICH KeRRA/HB/KAB/08/39/51/22%RMLF/KOWICH/23|24-039 |
C |
KABONDO |
YOUTH |
DOWNLOAD |
|
40 |
U_G1276:CHABERA -ONGUJO KeRRA/HB/KAB/08/39/51/22%RMLF/ONGUJO//23|24-040 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
41 |
U_G1282: ATEMO - GAMBA KeRRA/HB/KAB/08/39/51/22%RMLF/ATEMO/23|24-041 |
C |
KABONDO |
YOUTH |
DOWNLOAD |
|
42 |
U_G63892:MIKAI -NYATERE KeRRA/HB/KAB/08/39/51/22%RMLF/MIKAI/23|24-042 |
C |
KABONDO |
WOMEN |
DOWNLOAD |
|
43 |
U_G63919:NYAWANGO DISPENSARY- PUNDO -KARIANY KeRRA/HB/KAB/08/39/51/22%RMLF/PUNDO/23|24-043 |
C |
KABONDO |
PWD |
DOWNLOAD |
|
44 |
U_G63921:JN KARAO - AJARA KeRRA/HB/KAB/08/39/51/22%RMLF/AJARA/23|24-044 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
45 |
U_G63922: NYABENDE - LWANDA KeRRA/HB/KAB/08/39/51/22%RMLF/LWANDA/23|24-045 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
46 |
UNCL008:NAMBA OGILO - KANGAI -ODINO RING KeRRA/HB/KAB/08/39/51/22%RMLF/ODINO/23|24-046 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
47 |
UNCL011:CORNER KOGEYA -KALABAN -KILUSI KeRRA/HB/KAB/08/39/51/22%RMLF/KILUSI/23|24-047 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
48 |
UNCL120:DAGO MKT - PONGE -NYANDOLO KeRRA/HB/KAB/08/39/51/22%RMLF/PONGE/23|24-048 |
C |
KABONDO |
OPEN |
DOWNLOAD |
|
49 |
E113J2:LAKNYIERO - OGAKA -NYATAMBE -RASIRA KeRRA/HB/SUB/08/39/51/22%RMLF/RASIRA/23|24-049 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
50 |
E114:KAKOMO-GOD BURA-ORONGO KeRRA/HB/SUB/08/39/51/22%RMLF/ORONGO/23|24-050 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
51 |
E114:NYANDIWA -KIJEBI-KAKOMO KeRRA/HB/SUB/08/39/51/22%RMLF/KIJEBI/23|24-051 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
52 |
E15A:MAGUNGA - MUMISA OMA KIDHIREKA KeRRA/HB/SUB/08/39/51/22%RMLF/MUMISA/23|24-052 |
C |
SUBA |
WOMEN |
DOWNLOAD |
|
53 |
E15A:OTATI -MANANJA KeRRA/HB/SUB/08/39/51/22%RMLF/OTATI/23|24-053 |
C |
SUBA |
YOUYH |
DOWNLOAD |
|
54 |
E15 :OTATI -MANANJA -SEKA H/C-KOGA MAGUNGA KeRRA/HB/SUB/08/39/51/22%RMLF/MAGUNGA/23|24-054 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
55 |
R23-SUBA:SINDO - GERA -KOMBE KeRRA/HB/SUB/08/39/51/22%RMLF/KOMBE/23|24-055 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
56 |
R26:ROO - KOYOMBE- SINDO KeRRA/HB/SUB/08/39/51/22%RMLF/ROO//23|24-056 |
C |
SUBA |
YOUTH |
DOWNLOAD |
|
57 |
R26-SUBA :SINDO -MISARE KeRRA/HB/SUB/08/39/51/22%RMLF/MISARE/23|24-057 |
C |
SUBA |
WOMEN |
DOWNLOAD |
|
58 |
R57:TONGA -KIEMBE -JERUSALEM -NYAKORA KeRRA/HB/SUB/08/39/51/22%RMLF/NYAKORA/23|24-058 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
59 |
R57:TONGA -KISAKU -KASONGO-KIRAMBO-OSIRI KeRRA/HB/SUB/08/39/51/22%RMLF/OSIRI/23|24-059 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
60 |
U_G61265:NYASOKO -MIRIYA -KOGA KeRRA/HB/SUB/08/39/51/22%RMLF/KOGA/23|24-060 |
C |
SUBA |
PWD |
DOWNLOAD |
|
61 |
UNCL043:KOGUTA - NYABERA KeRRA/HB/SUB/08/39/51/22%RMLF/KOGUTA/23|24-061 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
62 |
URA8:RUMA PARK -NYATOTO -KOLAYO -KAMSAMA KeRRA/HB/SUB/08/39/51/22%RMLF/RUMA/23|24-062 |
C |
SUBA |
OPEN |
DOWNLOAD |
|
63 |
U_D6020:NYAMAUORO BOX CULVERT(MURRAM -KUDHO) KeRRA/HB/NDW/08/39/51/22%RMLF/KODHO/23|24-063 |
C |
NDHIWA |
OPEN |
DOWNLOAD |
|
64 |
UNCL062:KODUMBA -SIGAMA-GAENA KeRRA/HB/NDW/08/39/51/22%RMLF/GAENA/23|24-064 |
C |
NDHIWA |
OPEN |
DOWNLOAD |
|
65 |
UNCL064:KOBODO -NYANDIWA-RAMOYA KeRRA/HB/NDW/08/39/51/22%RMLF/KOBODO/23|24-065 |
C |
NDHIWA |
YOUTH |
DOWNLOAD |
|
66 |
UNCL064:NYORORI BOX CULVERT KeRRA/HB/NDW/08/39/51/22%RMLF/NYORORI/23|24-066 |
C |
NDHIWA |
WOMEN |
DOWNLOAD |
|
67 |
URA7: KOBODO -LANGI KeRRA/HB/NDW/08/39/51/22%RMLF/LANGI/23|24-067 |
C |
NDHIWA |
OPEN |
DOWNLOAD |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective Constituencies, under specified work categories are eligible to tender.
- The scope of works for the respective tenders are as stipulated in Tender Documents and in
the Contractors registered in work categories which have been outlined above.
- Bidders participating under Tenders that are reserved for Youth, Women & Persons with
Disability(PWD) need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any
Tender addenda or clarifications that may arise before submission date.
- Pretender site visit is Mandatory, bidders are required to liaise with the respective
Constituency Roads Officer to visit Sites between 4th October,2023 and 11th October,2023 both days inclusive, and thereafter collect Pretender Site visit certificates which must be signed by the Regional Director.
The tender documents can be downloaded free of charge from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal(PPIP) as from 4th October,2023.
Completed Tender Documents in plain sealed envelopes marked with respective tender number,
Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
The tender documents are to be deposited in the respective tender boxes located at KeRRA,Homabay Regional Office so as to be received on or before 18th October,2023 at 11.00am.
Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.
.
Bidders are advised that canvassing will lead to automatic disqualification.
Eng.Ogogo.C.T
REGIONAL DIRECTOR
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
14th April, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
|
Road Name |
Contract number |
Const. |
Comments |
|
1 |
Koguta – Nyasanja -Nyabera |
KeRRA/011/39/HB/SUB/GOKD-S/20|21-093 |
Suba |
Open |
|
2 |
Ngegu –Store Pamba _Nyajanja -Ligisa |
KeRRA/011/39/HB/RAN/22%/20|21-051 |
Rangwe |
Women |
|
3 |
Nyandiwa -Randung |
KeRRA/011/39/HB/RAN/22%/20|21-052 |
Rangwe |
Open |
|
4 |
DB Rangwe -Oboke |
KeRRA/011/39/HB/RAN/22%/20|21-053 |
Rangwe |
Youth |
|
5 |
Leeds –Sinogo – Auch Muga |
KeRRA/011/39/HB/RAN/22%/20|21-054 |
Rangwe |
Open |
|
6 |
Rangwe - Ndiru |
KeRRA/011/39/HB/RAN/22%/20|21-134 |
Rangwe |
Open |
|
7 |
Omoche - Koyoo |
KeRRA/011/39/HB/RAN/22%/20|21-135 |
Rangwe |
Disable |
|
8 |
Nyakwatha-Mbeka-Wikoteng -Sinema |
KeRRA/011/39/HB/RAN/10%/20|21-136 |
Rangwe |
Open |
|
9 |
Nyauu -Mariwa |
KeRRA/011/39/HB/RAN/10%/20|21-137 |
Rangwe |
Women |
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.
(x) Major items of construction, equipment owned or leased.
(xi) Any other information / condition as stipulated in the tender Documents
(xii) Authority to seek references from the Tenderer’s bankers
(xiii) Experience in work of a similar nature and size for at least the last three years.
(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts for previous three (3)years (Certified copies)
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 28th April, 2021 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
REGIONAL DIRECTOR
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300,
HOMA BAY, KENYA
4th October, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works under 22% RMLF F/Y 2021-2022
|
S/No. |
Road Code and Name |
Tender No. |
Work Category |
Reservation |
|
Constituency:Karachuonyo |
||||
|
001 |
NJERI -ORIWO |
KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-002 |
C |
YOUTH |
|
002 |
ORIANG -KIWIRO |
KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-003 |
C |
General |
|
003 |
NGETA - OTARO |
KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-004 |
C |
General |
|
004 |
RAMBIRA - YOUTH GUNGA-MAWEGO-ASIYO |
KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-005 |
C |
General |
|
005 |
KANYADHIANG - GENDIA HOSPITAL |
KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-006 |
C |
General |
|
006 |
JN C19 KANYADHIANG - KOSELE |
KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-001 |
C |
General |
|
007 |
NYATOTO -AWACH BRIDGE - WANGA -DONGOONENO NAM |
KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-007 |
C |
PWD |
|
Constituency:Kasipul |
||||
|
008 |
KOSELE – NYAFARE(E1034X) |
KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-008 |
C |
PWD |
|
009 |
NYANGIELA – OYOMBE(E213X) |
KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-009 |
C |
GENERAL |
|
010 |
DOL- RAGWE -ONYENGE(E214) |
KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-010 |
C |
GENERAL |
|
011 |
BONGU - AGAO-AWACH-KAKELO(R46) |
KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-011 |
C |
YOUTH |
|
012 |
SIKRI _NYAJUELA –KOMBAKA(UNCL129) |
KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-012 |
C |
GENERAL |
|
013 |
MIRUNDA -KAWERE -CENTRE –KIWIRO(UNCL132) |
KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-013 |
C |
GENERAL |
|
Constituency:Kabondo |
||||
|
014 |
RAMULA - SONDU |
KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-014 |
C |
WOMEN |
|
015 |
A1JN OGERA - GAMBA-APONDO |
KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-015 |
C |
GENERAL |
|
016 |
KODULA -PALA |
KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-016 |
C |
GENERAL |
|
017 |
WANGAPALA -MAMBOLEO |
KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-017 |
C |
GENERAL |
|
018 |
JN A1 KADONGO - OSURI |
KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-018 |
C |
GENERAL |
|
019 |
JN D217 OGILO - ODINO |
KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-019 |
C |
GENERAL |
|
Constituency:Suba |
||||
|
020 |
MAGUNGA - MANANJA |
KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-020 |
C |
GENERAL |
|
021 |
ROO - KOYOMBE- SINDO |
KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-021 |
C |
YOUTH |
|
022 |
SINDO -MISARE |
KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-022 |
C |
GENERAL |
|
023 |
GENDO -KIGOTO |
KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-023 |
C |
GENERAL |
|
024 |
KOGUTA - NYABERA |
KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-024 |
C |
GENERAL |
|
025 |
KIKUBI-OBUNGA -NYARGUSI |
KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-025 |
C |
PWD |
|
026 |
KAGORO -ORORRE |
KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-026 |
C |
GENERAL |
|
Constituency:Rangwe |
||||
|
027 |
DB RANGWE - OBOKE |
KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-027 |
C |
GENERAL |
|
Nn b m028 |
RANGWE - NDIRU |
KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-028 |
C |
GENERAL |
|
029 |
NGEGU -STORE PAMBA |
KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-029 |
C |
GENERAL |
|
030 |
NYAKWATHA-MBEKA-WIKOTENG -SINEMA |
KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-030 |
C |
WOMEN |
|
031 |
ONYEGE -NYOKAL - NAMBA |
KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-031 |
C |
GENERAL |
|
032 |
LEEDS SINOGO -AUCH MUGA |
KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-032 |
C |
YOUTH |
|
Constituency:Ndhiwa |
||||
|
033 |
JN C18 KATIENO -KABODO -MALELA |
KeRRA/HB/NDW/08/39/51/22%RMLF/21|22-033 |
C |
General |
|
034 |
MIROGI -OPAPO |
KeRRA/HB/NDW/08/39/51/22%RMLF/21|22-034 |
C |
General |
|
035 |
OSANI - KALAMINDI |
KeRRA/HB/NDW/08/39/51/22%RMLF/21|22-035 |
C |
General |
|
Constituency:Mbita |
||||
|
036 |
KAMSAMA - KITARE USAO |
KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-036 |
C |
GENERAL |
|
037 |
UKOWE -LUORE |
KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-037 |
C |
WOMEN |
|
038 |
SENA - UOZI(C1011) |
KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-038 |
C |
GENERAL |
|
039 |
UOZI -YOKIA(C1010) |
KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-039 |
C |
GENERAL |
|
040 |
KAMSAMA -OLWEYA PRIMARY - WAONDO |
KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-040 |
C |
YOUTH |
|
041 |
GOD JOPE - KAMATO |
KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-041 |
C |
GENERAL |
|
042 |
LWANDA OLOO - MIORORE |
KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-042 |
C |
PWD |
INSTRUCTIONS TO TENDERES
Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 7h October, 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 21th October 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office
Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
13th December,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22%RMLF Funding Source, F/Y 22/2023.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
E.E Kshs. |
|
|
01 |
Ramula - Sondu KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-001 |
C |
KABONDO |
GENERAL |
7,075,768.00 |
download |
|
02 |
Omiro Poly - Kochola KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-002 |
C |
KABONDO |
YOUTH |
3,089,578.80 |
download |
|
03 |
Othoro - Miriu KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-003 |
C |
KABONDO |
GENERAL |
3,833,046.00 |
download |
|
04 |
Ooga-Dado Market KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-004 |
C |
KABONDO |
PWD |
3,345,846.00 |
download |
|
05 |
Ramba-Opanga Sch(Ramba Jwelu Pri Sch) KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-005 |
C |
KABONDO |
GENERAL |
3,351,936.00 |
download |
|
06 |
Kotutu- Nyamwaga KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-006 |
C |
KABONDO |
WOMEN |
5,488,308.00 |
download |
|
07 |
Jn A1 Misambi - Siany - Omuga Tti KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-007 |
C |
KABONDO |
GENERAL |
4,279,936.00 |
download |
|
08 |
Kipingi -Miriu KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-008 |
C |
KABONDO |
WOMEN |
5,096,750.00 |
download |
|
09 |
Loo Rateng -Jn E1020-Ndori KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-009 |
C |
KABONDO |
YOUTH |
3,841,572.00 |
download |
|
10 |
Nyawango- Dispensary -Pundo -Kariang KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-010 |
C |
KABONDO |
GENERAL |
3,195,890.85 |
download |
|
11 |
Kadio -Kobodo KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-011 |
C |
NDHIWA |
GENERAL |
4,607,006.70 |
download |
|
12 |
Osani - Kalamindi KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-012 |
C |
NDHIWA |
WOMEN |
5,5579,658.00 |
download |
|
13 |
Opapo - Magina - Pala - Oria KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-013 |
C |
NDHIWA |
GENERAL |
6,515,256.00 |
download |
|
14 |
Adek - Sikwadhi KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-014 |
C |
NDHIWA |
GENERAL |
2,844,386.12 |
download |
|
15 |
Manywanda - Kodumba KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-015 |
C |
NDHIWA |
YOUTH |
5,260,542.00 |
download |
|
16 |
Kodiera - Ongeng KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-016 |
C |
NDHIWA |
PWD |
4,140,492.40 |
download | |||
|
17 |
Manera -Omako Koth Pri Sch KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-017 |
C |
NDHIWA |
GENERAL |
5,165,445.08 |
download | |||
|
18 |
Mirogi -Arina KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-018 |
C |
NDHIWA |
WOMEN |
3,690,540.00 |
download | |||
|
19 |
Kobodo -Langi KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-019 |
C |
NDHIWA |
GENERAL |
4,795,306.60 |
download | |||
|
20 |
E1028:Onyege - Kanyadhiang KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-020 |
C |
KARACHUONYO |
WOMEN |
5,340,930.00 |
download | |||
|
21 |
E215 Kodula - Pala KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-021 |
C |
KARACHUONYO |
GENERAL |
4,998,944.37 |
download | |||
|
22 |
Oriang -Kiwiro KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-022 |
C |
KARACHUONYO |
YOUTH |
5,083,762.87 |
download | |||
|
23 |
Ngeta - Otaro KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-023 |
C |
KARACHUONYO |
GENERAL |
5,444,474.27 |
download | |||
|
24 |
Rambira - Youth Gunga-Mawego-Asiyo KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-024 |
C |
KARACHUONYO |
PWD |
4,906,286.70 |
download | |||
|
25 |
Osakwe -Bala KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-025 |
C |
KARACHUONYO |
YOUTH |
4,182,612.00 |
download | |||
|
26 |
Kanyadhiang - Gendia Hospital KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-026 |
C |
KARACHUONYO |
GENERAL |
3,323,922.00 |
download | |||
|
27 |
Jn C19 Kanyadhiang - Kosele KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-027 |
C |
KARACHUONYO |
WOMEN |
5,248,362.00 |
download | |||
|
28 |
Adhiro -Got Oyaro KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-028 |
C |
KARACHUONYO |
GENERAL |
4,069.338.00 |
download | |||
|
29 |
E1034X:Kosele - Nyafare KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-029 |
C |
KASIPUL |
YOUTH |
8,000,379.41 |
download | |||
|
30 |
E214: Dol- Ragwe -Onyenge KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-030 |
C |
KASIPUL |
GENERAL |
8,000,262.48 |
download | |||
|
31 |
R26: Ndunga - Kiwiro KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-031 |
C |
KASIPUL |
PWD |
5,000,016.67 |
download | |||
|
32 |
UNCL046: Nyabola- Ruga KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-032 |
C |
KASIPUL |
GENERAL |
4,800,138.00 |
download | |||
|
33 |
UNCL130: Owade -Nyahera KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-033 |
C |
KASIPUL |
WOMEN |
8,797,847.86 |
download | |||
|
34 |
UNCL132 :Mirunda -Kawere -Centre -Kiwiro KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-034 |
C |
KASIPUL |
GENERAL |
7,999,951.60 |
download | |||
|
35 |
E214:Rangwe - Ndiru KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-035 |
C |
RANGWE |
PWD |
4,025,794.50 |
download | |||
|
36 |
U_G6988:Ngegu -Store Pamba KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-036 |
C |
RANGWE |
GENERAL |
3,512,625.00 |
download | |||
|
37 |
U_G6985:Radung-Rangwe KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-037 |
C |
RANGWE |
YOUTH |
3,710,788.26 |
download | |||
|
38 |
Uncl065 :Olare - Mariwa KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-038 |
C |
RANGWE |
GENERAL |
3,187,688.70 |
download | |||
|
39 |
Uncll069:MBEKA- NYAMACHE KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-039 |
C |
RANGWE |
WOMEN |
5,314,438.50 |
download | |||
|
40 |
Uncl069:Nyakwatha-Mbeka-Wikoteng -Sinema KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-040 |
C |
RANGWE |
GENERAL |
5,312,056.56 |
download | |||
|
41 |
Uncl070:Rangwe - Gulkambe - Asumbi KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-041 |
C |
RANGWE |
GENERAL |
3,349,108.50 |
download | |||
|
42 |
Uncl071:Ojinyo - Nyakwatha KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-042 |
C |
RANGWE |
YOUTH |
4,416,250.50 |
download | |||
|
43 |
Uncl075:Jn C18 -Nyandiwa-Radung - Sinema KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-043 |
C |
RANGWE |
PWD |
3,472,518.00 download |
||||
|
44 |
Uncl077:Kodhoch - Luora Jn KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-044 |
C |
RANGWE |
GENERAL |
3,248,710.50 download |
||||
|
45 |
Uncl134:Leeds Sinogo -Auch Muga KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-045 |
C |
RANGWE |
GENERAL |
3,048,654.00 download |
||||
|
46 |
U_G61166-Majguje -Kodhawa KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-046 |
C |
HOMABAY TOWN |
WOMEN |
3,772,249.70 download |
||||
|
47 |
U_G61173-Nyalau-Oliero -Nyauu-Orego KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-047 |
C |
HOMABAY TOWN |
GENERAL |
4,560,533.13 download |
||||
|
48 |
U_G61175 Illa -Ongili -Wirakuom KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-048 |
C |
HOMABAY TOWN |
PWD |
4,554,102.00 download |
||||
|
49 |
UNCL157 Pala -Masogo -Nyangu KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-049 |
C |
HOMABAY TOWN |
GENERAL |
3,610,442.00 download |
||||
|
50 |
UNCL045 Nyalkinyi - Manga - Chiga- Luanda - Minahenyo KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-050 |
C |
HOMABAY TOWN |
GENERAL |
4,311,720.00 download |
||||
|
51 |
UNCL045 Sero - Ogande - Nyakoyo - Ndiru KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-051 |
C |
HOMABAY TOWN |
WOMEN |
4,959,464.00 download |
||||
|
52 |
UNCL122 Rodi -Opambo -Gogo katuma Primary School KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-052 |
C |
HOMABAY TOWN |
GENERAL |
2,758,248.00 download |
||||
|
53 |
UNCL155 -Wiamen -Kijawa -Riwanyakune KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-053 |
C |
HOMABAY TOWN |
GENERAL |
2,572,648.00 download |
||||
|
54 |
URA20 -Sero -Oganda KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-054 |
C |
HOMABAY TOWN |
YOUTH |
4,486,300.00 download |
||||
|
55 |
URA23-Rodi Kopny -Nyambori Orego School KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-055 |
C |
HOMABAY TOWN |
GENERAL |
4,286,548.00 download |
||||
|
56 |
URA25 -Marindi -Ojunge KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-056 |
C |
HOMABAY TOWN |
PWD |
2,726,377.00 download |
||||
|
57 |
C872- Kadio – Kamato KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-057 |
C |
MBITA |
YOUTH |
4,255,144.27 download |
||||
|
58 |
E120 RUSINGA RING ROAD KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-058 |
C |
MBITA |
GENERAL |
6,053,964.60 download |
||||
|
59 |
U_G64197-SENA - UOZI(C1011) KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-059 |
C |
MBITA |
WOMEN |
5,629,017.16 download |
||||
|
60 |
U_G64208-UOZI -YOKIA(C1010) KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-060 |
C |
MBITA |
GENERAL |
2,900,646.70 download |
||||
|
61 |
UNCL031-GOD JOPE – KAMATO KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-061 |
C |
MBITA |
GENERAL |
5,509,014.00 download |
||||
|
62 |
UNCL034 -LWANDA - KANYAKIAMO (NYABERA) KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-062 |
C |
MBITA |
PWD |
3,844,008.00 download |
||||
|
63 |
UNCL035 LWANDA OLOO – MIORORE KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-063 |
C |
MBITA |
GENERAL |
3,863,554.00 download |
||||
|
64 |
UNCL039 KOMBE – GERA KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-064 |
C |
MBITA |
YOUTH |
4,169,545.70 download |
||||
|
65 |
UNCL042-JN E120 - UTAJO- TOM MBOYA GIRLS - ULUGI BEACH KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-065 |
C |
MBITA |
WOMEN |
3,418,926.00 download |
||||
|
66 |
UNCL138- Kisui –Kirambo KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-066 |
C |
MBITA |
GENERAL |
2,954,908.60 download |
||||
|
67 |
E113J2 -Laknyiero – Otati KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-067 |
C |
SUBA |
YOUTH |
3,023,345.70 download |
||||
|
68 |
E114A- Kakomo - God Bura Orongo KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-068 |
C |
SUBA |
GENERAL |
2,375,978.70 download |
||||
|
69 |
E15A-Magunga – Mananja KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-069 |
C |
SUBA |
WOMEN |
3,344,628.00 download |
||||
|
70 |
R26-Roo - Koyombe- Sindo KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-070 |
C |
SUBA |
GENERAL |
2,864,968.00 download |
||||
|
71 |
R26-S- Sindo –Misare KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-071 |
C |
SUBA |
PWD |
2,748,138.60 download |
||||
|
72 |
U_G64200 Gendo –Kigoto KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-072 |
C |
SUBA |
GENERAL |
4,133,932.60 download |
||||
|
73 |
UNCL043-Koguta – Nyabera KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-073 |
C |
SUBA |
YOUTH |
4,818,408.00 download |
||||
|
74 |
UNCL043 -Nyabera -Victor -Musoga –Sawanka KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-074 |
C |
SUBA |
GENERAL |
2,529,446.70 download |
||||
|
75 |
URA7 - Nyatoto - Kamsama – Osodo KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-075 |
C |
SUBA |
GENERAL |
5,515,811.37 download |
||||
|
76 |
URA7- Ruma Park –Nyatoto KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-076 |
C |
SUBA |
GENERAL |
3,443,050.29 download |
||||
|
77 |
URP8- Kigoto –Nyamadede KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-077 |
C |
SUBA |
GENERAL |
3,149,748.00 download |
||||
|
78 |
URP 8Nyadenda- Kasinga -Nyalkembo –Kaluthamanyala KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-078 |
C |
SUBA |
GENERAL |
4,651,176.60 download |
||||
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the
Registered work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification
criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any
tender addenda or clarifications that may arise before submission date.
- Pretender site visit is a Mandatory and bidders are required to liaise and thereafter collect
duly Signed Pretender Site Certificate from the respective Constituency Roads Officer.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke from 18th December,2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,
Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 23rd December,
2022, Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the
presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
22nd November, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works,Funding under 22% RMLF,10%RMLF and Savings - F/Y 2021-2022
|
S/N S/No. |
Road Code and Name |
Tender No. |
Work Category |
Reservation |
|
|
HOMABAY TOWN CONSTITUENCY |
|
|
|
|
001 |
TOM MBOYA UNIVERSITY – PRISONS –KIPTA(G1) |
KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-071 |
C |
General |
|
002 |
DISII –OGWEYO –YOGO(R12-HOMABAY) |
KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-072 |
C |
General |
|
003 |
MAGUJE KODHAWA –NYALKINYI ROAD |
KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-073 |
C |
WOMEN |
|
004 |
WIRAKUOM –PUNDO –NYAMILA –WIOBIERO –DIVINE MERCY(U_G61192) |
KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-074 |
C |
General |
|
005 |
SERO –OGANDE-NYAKOYO –NDIRU(UNCL049) |
KeRRA/HB/HBT/08/39/51/22%RMLF/21|22-075 |
C |
YOUTH |
|
006 |
LALA – NYAGIDHA(U_G61180) |
KeRRA/HB/HBT/08/39/51/10%RMLF//21|22-076 |
C |
General |
|
007 |
LWANDA –MISAO – AKECH –SEKA –NDUTA (U_G61189) |
KeRRA/HB/HBT/08/39/51/10%RMLF//21|22-077 |
C |
PWD |
|
MBITA CONSTITUENCY -SAVING |
||||
|
008 |
MBITA HIGH SCH JN - KAWATER(UNCL137) |
KeRRA/HB/MBT/08/39/51/22%-S//21|22-078 |
C |
General |
|
009 |
GOD JOPE – KAMATO (UNCL031) |
KeRRA/HB/MBT/08/39/51/22%-S//21|22-079 |
C |
YOUTH |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 26th November, 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 7th December, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office
Due to Covid19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
9th March,2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22%RMLF Savings Funding Source, F/Y 2022/2023.
|
1 |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit Dates |
|
|
01 |
Uncl 055: Got Kojowi – Nyamogo –Kabondo Nyamogo School |
C |
NDHIWA |
GENERAL |
15/03/2023 |
|
|
02 |
UNCL064 : KOBODO –JN KATIENO |
C |
NDHIWA |
YOUTH |
15/03/2023 |
|
|
03 |
UNCL073 OMOCHE -KOYOO KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-119 |
C |
RANGWE |
GENERAL |
15/03/2023 |
|
|
04 |
YAO –KOSIGA -NDIRU KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-120 |
C |
RANGWE |
WOMEN |
15/03/2023 |
|
|
05 |
C |
RANGWE |
GENERAL |
15/03/2023 |
||
|
06 |
FR. ISACK –MAKAKA PRI (KENDU BAY -KATIONO KeRRA/HB/KARA/08/39/51/22%RMLF-S/22|23-122 |
C |
KARACHUONYO |
GENERAL |
15/03/2023 |
|
|
07 |
KOLIECH – KASIBOS ROAD KeRRA/HB/KARA/08/39/51/22%RMLF-S/22|23-123 |
C |
KARACHUONYO |
WOMEN |
15/03/2023 |
|
|
08 |
SINDO –OMUTHAMA -MUKENDE ROAD KeRRA/HB/SUB/08/39/51/22%RMLF-S/22|23-124 |
C |
SUBA |
GENERAL |
16/03/2023 |
|
|
09 |
|
C |
SUBA |
GENERAL |
16/03/2023 |
|
|
10 |
KOMBE SDA – HOPE SCH -KOMENA ROAD |
C |
MBITA |
PWD |
16/03/2023 |
|
|
11 |
JN C18 –KAMUGA SCH –MAWIRA-OYUGIS SEC RD KeRRA/HB/KAS/08/39/51/GOKD-S/22|23-127 |
C |
KASIPUL |
GENERAL |
16/03/2023 |
|
|
12 |
CHAGERE – KIBUON ROAD |
C |
KABONDO |
GENERLA |
16/03/2023 |
|
|
13 |
JN D1915 –WINJO ROAD KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-129 |
C |
KABONDO |
YOUTH |
16/03/2023 |
|
|
14 |
OMIRO POLY –AGAO BRIDGE KeRRA/HB/KAB/08/39/51/22%RMLF-S /22|23-130 |
C |
KABONDO |
GENERAL |
16/03/2023 |
|
|
15 |
KOWE ANDINGO RODI ROAD KeRRA/HB/HBT/08/39/51/22%RMLF-S /22|23-131 |
C |
HOMABAY TOWN |
GENERAL |
16/03/2023 |
|
|
16 |
WIAMEN –KIJAWA –RIWA –ARUJO RAOD KeRRA/HB/HBT/08/39/51/22%RMLF-S /22|23-132 |
C |
HOMABAY TOWN |
GENERAL |
16/03/2023 |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the
pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification
criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any
tender addenda or clarifications that may arise before submission date.
- Pretender site visit is a Mandatory and bidders are required to visit Site between 15th
To 16th March,2023 and thereafter collect duly Signed Pretender Site Certificate from the
respective Constituency Roads Officer.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke from 13th March,2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,
Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 21st March,2023, Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the
presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Telephone: +254 769 736 399 REGIONAL OFFICE
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. HOMABAY REGION
P.O BOX 550 - 40300
HOMA BAY
Ref No.: KeRRA/HB/RD4/TN/2023/(07) Date: 7th February, 2024
TENDER NOTICE
INVITATION OF BIDS FOR CONSTRUCTION OF ROAD DRAINAGE STRUCTURES AND ROUTINE MAINTAINANCE WORKS
Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Region in the respective Constituencies and work categories for the following road maintenance works/drainage structures funded under Appropriation in Aid (AIA) fund.
|
S/NO. |
ROAD NAME AND TENDER NO. |
WORK CATEGORY |
CONSTITUENCY |
RESERVATION |
|
|
1 |
Kapere Junction –Kadie Secondary Sch. KeRRA/HB/KAB/08/39/51/AIA/23|24-097 |
C |
KABONDO |
OPEN |
download |
|
2 |
Bonde – Jabagri School KeRRA/HB/NDW/08/39/51/AIA/22|23-098 |
C |
NDHIWA |
OPEN |
download |
|
3 |
Uncl 023 JN C18 Dol -Karogo KeRRA/HB/KAS/08/39/51/22%RMLF/KAROGO/23|24-026 |
C |
KASIPUL |
OPEN |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
- The scope of works for the respective tenders are as stipulated in the Tender
- Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender
- Bidders are advised to continually check the KeRRA website kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
- Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officers to visit the sites on 9th February 2024, and thereafter collect pre-tender site visit certificates, which MUST be signed by the Regional Director.
The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP).
Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:
Regional Director Kenya Rural Roads Authority
P.O. Box 550-40300 HOMABAY
The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay Regional Office so as to be received on or before 15th February 2024 at 10.00am.
Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.
Bidders are advised that canvassing by tenderers will lead to automatic disqualification.
Eng. Ogogo C.T
REGIONAL DIRECTOR
HOMABAY REGION
Download Tender Notice Here
Download Addendum Notice1
Download Addendum Notice 2
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
22nd February, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Universal Health Care and GOK Development Savings- F/Y 21/2022.
|
S/No. |
ROAD NAME AND CONTRACT No. |
Work Category |
Constituency |
Reservation |
|
001 |
Access to Homabay Teaching and Referral Hospital KeRRA/HB/HBT/08/39/51/UHC/21|22-123 |
C |
Homabay Town |
GENERAL |
|
002 |
UNCL: Access to Kabondo - County Hospital KeRRA/HB/KAB/08/39/51/UHC/21|22-124 |
C |
Kabondo |
YOUTH |
|
003 |
UNCL: Access to Kandiege Sub-County District Hospital KeRRA/HB/KARA/08/39/51/UHC/21|22-125 |
C |
Karachuonyo |
GENERAL |
|
004 |
URA3: Nyatuoro-Uriek-Otolo Onyoro KeRRA/HB/RAN/08/39/51/GOKD-S/21|22-126 |
C |
Rangwe |
Women |
|
005 |
URA33: Califonia - Nyalugusi KeRRA/HB/RAN/08/39/51/GOKD-S/21|22-127 |
C |
Rangwe |
GENERAL |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different Constituencies
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 23rd February, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Tuesday,8th March, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office
Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
24th February,2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Gok Development Savings and 10% by Cabinet Secretary Funding Source, F/Y 2022/2023.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit Dates |
|
|
01 |
URA25 –HB Marindi - Magina KeRRA/HB/HBT/08/39/51/GOKD-S/22|23-107 |
C |
HOMABAY TOWN |
GENERAL |
02/03/2023 |
download |
|
02 |
RANGOMBE –OCHOL MARKET KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-108 |
C |
KASIPUL |
YOUTH |
02/03/2023 |
download |
|
03 |
E215 KODULA –KOBIYO-RABOUR SCH KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-109 |
C |
HOMABAY TOWN |
GENERAL |
02/03/2023 |
download |
|
04 |
DHOK MIT –NGUO SCHOOL KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-110 |
C |
KARACHUONYO |
WOMEN |
02/03/2023 |
download |
|
05 |
U_G61204 RAMBIRA YOUTH KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-111 |
C |
KARACHUONYO |
GENERAL |
02/03/2023 |
download |
|
06 |
NYAKWERE -LIMARA KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-112 |
C |
KARACHUONYO |
PWD |
02/03/2023 |
download |
|
07 |
OLARE BOX CULVERT PROTECTION WORKS KeRRA/HB/KAS/08/39/51/GOKD-S/22|23-113 |
C |
KASIPUL |
GENERAL |
28/02/2023 |
download |
|
08 |
NYANG’IELA –KWOYO KeRRA/HB/KAS/08/39/51/GOKD-S/22|23-114 |
C |
KASIPUL |
GENERLA |
28/02/2023 |
download |
|
09 |
KADONGO -WINJO KeRRA/HB/KAB/08/39/51/10%CS/22|23-115 |
C |
KABONDO |
YOUTH |
28/02/2023 |
download |
|
10 |
OKITA – KANGODE BRIDGE KeRRA/HB/KAB/08/39/51/10%CS/22|23-116 |
C |
KABONDO |
GENERAL |
28/02/2023 |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the
pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification
criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of
their registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any
tender addenda or clarifications that may arise before submission date.
- Pretender site visit is a Mandatory and bidders are required to visit Site between 28th February
to 2nd March,2023 and thereafter collect duly Signed Pretender Site Certificate from the
respective Constituency Roads Officer.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads
Authority (KeRRA) website: www.kerra.go.ke from 27th February,2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,
Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 7th March,2023, Homabay Regional Office.
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the
presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
8th October, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Spot Improvement Works under GOK Development - F/Y 2021-2022
|
S/N S/No. |
Road Code and Name |
Tender No. |
Work Category |
Reservation |
|
001 |
OKITA – WINJO JCT ROAD |
KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-043 |
C |
YOUTH |
|
002 |
OOGO –DAGO MARKET ROAD |
KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-044 |
C |
General |
|
003 |
KADONGO – KAROTA ROAD |
KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-045 |
C |
WOMEN |
|
004 |
OTHORO – OTONDO SEC SCHOOL RD |
KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-046 |
C |
General |
|
005 |
ORIWA DUDA – MIRUKI ROAD |
KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-047 |
C |
General |
|
006 |
RAMBA OPANGA SCHOOL ROAD |
KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-048 |
C |
PWD |
|
007 |
OSAKWE- BALA |
KeRRA/HB/KARA/08/39/51/GOKD-II/21|22-049 |
C |
General |
|
|
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 12th October, 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 26th October 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office
Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
22nd April, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituency and in the respective work categories for the following Minor Road Works/Spot Improvement Works under GOK Development –F/Y 2020-2021.
|
S/N |
Road Name |
Contract number |
Const. |
Comments |
|
1 |
Rambira –Youth -Lot I |
KeRRA/011/39/HB/KARA/GOKD/20|21-139 |
Karachuonyo |
Open |
|
2 |
Seka- Dok (Milimani –Mabati Sita –Bware) – Lot I |
KeRRA/011/39/HB/KARA/GOKD/20|21-140 |
Karachuonyo |
Y/W/&PWD |
|
3 |
Rabour –Obora – Sare –Lot I |
KeRRA/011/39/HB/KARA/GOKD/20|21-141 |
Karachuonyo |
Open |
|
4 |
Rambira –Youth –Ganga -Lot II |
KeRRA/011/39/HB/KARA/GOKD/20|21-142 |
Karachuonyo |
Y/W/&PWD |
|
5 |
Seka- Dok (Milimani –Mabati Sita –Bware) – Lot II |
KeRRA/011/39/HB/KARA/GOKD/20|21-143 |
Karachuonyo |
Open |
|
6 |
Rabour –Obora – Sare –Lot II |
KeRRA/011/39/HB/KARA/GOKD/20|21-144 |
Karachuonyo |
Open |
GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Major items of construction, equipment owned or leased.
(x) Any other information / condition as stipulated in the tender Documents
(xi) Authority to seek references from the Tenderer’s bankers
(xii) Experience in work of a similar nature and size.
(xiii) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts and Bank Statements
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke .
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be No Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 6th May,2021 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
REGIONAL DIRECTOR
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
28th OCTOBER, 2020
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
S/NO |
Road Name |
Contract number |
Const. |
Comments |
|
1 |
Oriwa- Duda -Miruka |
KeRRA/011/39/HB/KAB/GOKD/19|20-112 |
Kabondo |
Youth |
|
2 |
Kotutu -Nyamwaga |
KeRRA/011/39/HB/KAB/GOKD/19|20-113 |
Kabondo |
Open |
|
3 |
Ngere –Oturban |
KeRRA/011/39/HB/KAB/GOKD/19|20-114 |
Homabay Town |
Women |
|
4 |
Otati –Bunge Pri. Sch |
KeRRA/011/39/HB/SUB/GOKD/19|20-115 |
Suba |
Open |
|
5 |
Ngeri –Miyoyo-Musoko |
KeRRA/011/39/HB/KAB/GOKD/19|20-116 |
Suba |
Open |
|
6 |
Kithereka -Magunga |
KeRRA/011/39/HB/SUB/10%CS-SAV/19|20-117 |
Suba |
Disable |
|
7 |
Nyakwatha – Ludhe-Dongo |
KeRRA/011/39/HB/MBT/10%CS-SAV /19|20-118 |
Mbita |
Open |
|
8 |
Kisui - Kirambo |
KeRRA/011/39/HB/MBT/10%CS-SAV /19|20-119 |
Mbita |
Open |
|
9 |
Rangwe -Gulkambe |
KeRRA/011/39/HB/RAN/10%CS-SAV /19|20-120 |
Rangwe |
Youth |
|
10 |
Omoche - Koyoo |
KeRRA/011/39/HB/RAN/10%CS-SAV /19|20-121 |
Rangwe |
Open |
GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certifica0te of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.
(x) Major items of construction, equipment owned or leased.
(xi) Any other information / condition as stipulated in the tender Documents
(xii) Authority to seek references from the Tenderer’s bankers
(xiii) Experience in work of a similar nature and size for at least the last three years.
(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts for previous three (3)years (Certified copies)
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 12th November, 2020 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
DEPUTY DIRECTOR
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of the management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are registered in the respective Constituencies in Homabay Region and in the respective work categories for the following minor road maintenance and spot improvement works financed under GoK Development Fund & 10% Road Maintenance Levy Fund (RMLF) by Cabinet Secretary.
|
S/No. |
Road Name and Tender Number |
Work Category |
Constituency |
Reservation |
|
|
1 |
R44 Kitare – Kangode Bridge KeRRA/HB/MBT/08/39/51/GOKD/22|23-153 |
C |
Suba North |
YOUTH |
DOWNLOAD |
|
2 |
Lwanda –Kanyakiamo KeRRA/HB/MBT/08/39/51/GOKD/22|23-155 |
C |
Suba North |
OPEN |
DOWNLOAD |
|
3 |
Junct-Ka Pamela –Paga Wandiji –Kipasi (Kanyobera Box Culvert & Approaches) KeRRA/HB/MBT/08/39/51/GOKD/22|23-157 |
B |
Suba North |
OPEN |
DOWNLOAD |
|
4 |
Kipasi- Junct- Kajama –Ngodhe -Usao KeRRA/HB/MBT/08/39/51/GOKD/23|24-158 |
C |
Suba North |
OPEN |
DOWNLOAD |
|
5 |
U_G61162: Aorachuodho - Nyandemra KeRRA/HB/NDW/08/39/51/GOKD/22|23-164 |
C |
Ndhiwa |
PWD |
DOWNLOAD |
|
6 |
Ndhiwa - Nyamanga KeRRA/HB/KAS/08/39/51/GOKD/22|23-167 |
C |
Ndhiwa |
WOMEN |
DOWNLOAD |
|
7 |
Sigama - Koduma – Kokeyo KeRRA/HB/NDW/08/39/51/GOKD/22|23-168 |
C |
Ndhiwa |
OPEN |
DOWNLOAD |
|
8 |
C871: Mirogi - Koduma KeRRA/HB/NDW/08/39/51/GOKD/22|23-170 |
C |
Ndhiwa |
OPEN |
DOWNLOAD |
|
9 |
Miranga – Dago Pri KeRRA/HB/NDW/08/39/51/GOKD/22|23-171 |
C |
Ndhiwa |
YOUTH |
DOWNLOAD |
|
10 |
Gaena -Sigama KeRRA/HB/NDW/08/39/51/GOKD/22|23-172 |
C |
Ndhiwa |
OPEN |
DOWNLOAD |
|
11 |
UNCL: Lala –Ruga KeRRA/HB/HBT/08/39/51/GOKD/22|23-177 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
12 |
St.Benedict -Ogande KeRRA/HB/HBT/08/39/51/GOKD/22|23-178 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
13 |
URA23:Rodi –Andigo -Orego KeRRA/HB/HBT/08/39/51/GOKD/22|23-179 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
14 |
Uncl045: Masakla – Chiga - Nyalkinyi KeRRA/HB/HBT/08/39/51/GOKD/22|23-180 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
15 |
Uncl044: Loreteng – Andingo – Kogwe KeRRA/HB/HBT/08/39/51GOKD/22|23-181 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
16 |
U_G1183Ogande - Kambeke KeRRA/HB/HBT/08/39/51/GOKD/22|23-182 |
C |
Homabay Town |
YOUTH |
DOWNLOAD |
|
17 |
UNCL Sindo - Manyala KeRRA/HB/SUB/08/39/51/GOKD/22|23-185 |
C |
Suba North |
OPEN |
DOWNLOAD |
|
18 |
Bunge Pry - Kobilo KeRRA/HB/SUB/08/39/51/GOKD/22|23-187 |
C |
Suba North |
OPEN |
DOWNLOAD |
|
19 |
Uncl Adega – Karota KeRRA/HB/SUB/08/39/51/GOKD/22|23-188 |
C |
Kabondo |
OPEN |
DOWNLOAD |
|
20 |
Got Kokech -Otaro KeRRA/HB/KARA/08/39/51/10%CS/22|23-189 |
C |
Homabay Town |
OPEN |
DOWNLOAD |
|
21 |
UNCL050: Nyauu –Ogundi - Randung KeRRA/HB/HBT/08/39/51/10%CS/22|23-190 |
C |
Homabay Town |
WOMEN |
DOWNLOAD |
|
22 |
Kimira Sch –Kuoyo –SDA -Kapis KeRRA/HB/MBT/08/39/51/10%CS/22|23-191 |
C |
Karachuonyo |
OPEN |
DOWNLOAD |
|
23 |
Booster – Osika Oboho Beach ROAD KeRRA/HB/KARA/08/39/51/10%CS/22|23-192 |
C |
Karachuonyo |
WOMEN |
DOWNLOAD |
|
24 |
Nyakwere -Chweo KeRRA/HB/KARA/08/39/51/10%CS/22|23-193 |
C |
Karachuonyo |
OPEN |
DOWNLOAD |
|
25 |
Uncl. Kombe Gera road KeRRA/HB/MBT/08/39/51/GOKD/22|23-195 |
C |
Suba North |
WOMEN |
DOWNLOAD |
|
26 |
Uncl. Sare – Otaros road KeRRA/HB/KARA/08/39/51/GOKD/22|23-199 |
C |
Karachuonyo |
OPEN |
DOWNLOAD |
|
27 |
Simbi Kanyadhiang – Kosele road KeRRA/HB/KARA/08/39/51/GOKD/22|23-100 |
C |
Karachuonyo |
OPEN |
DOWNLOAD |
|
28 |
Kobala – Chuoe road KeRRA/HB/KARA/08/39/51/GOKD/22|23-101 |
C |
Karachuonyo |
PWD |
DOWNLOAD |
|
29 |
Nyakwere – Limara road KeRRA/HB/KARA/08/39/51/GOKD/22|23-102 |
C |
Karachuonyo |
YOUTH |
DOWNLOAD |
|
30 |
U_G61160: Orera - Got Okombo |
C |
Kabondo |
YOUTH |
DOWNLOAD |
|
31 |
E215 J1: Miti Mbili - Pala KeRRA/HB/KARA/08/39/51/GOKD/22|23-197 |
C |
Karachuonyo |
OPEN |
DOWNLOAD |
|
32 |
Uncl105: Kanyadhiang - Water Intake KeRRA/HB/KARA/08/39/51/GOKD/22|23-198 |
C |
Karachuonyo |
OPEN |
DOWNLOAD |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
- The scope of works for the respective tenders are as stipulated in the Tender Documents.
- Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
- Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officer to visit the site and thereafter collect duly Signed Pretender Site Certificates from the respective Constituency Roads Officer.
The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP) from 4th September, 2023.
Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:
Regional Director
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay Regional Office so as to be received on or before or before 19th September 2023 at 11.00am.
Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.
Bidders are advised that canvassing by tenderers will lead to automatic disqualification.
REGIONAL DIRECTOR
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
REGIONAL OFFICE
HOMABAY REGION
Ref No.: KeRRA/HB/RD4/TN/2023/(05) Date: 6th October, 2023
TENDER NOTICE
INVITATION OF BIDS FOR CONSTRUCTION OF ROAD DRAINAGE STRUCTURES AND ROUTINE MAINTAINANCE WORKS
Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Region in the respective Constituencies and work categories for the following road maintenance works/drainage structures funded under GoK Development fund.
|
S/NO. |
ROAD NAME AND TENDER NO. |
WORK CATEGORY |
CONSTITUENCY |
RESERVATION |
|
|
1 |
Lwanda Centre – Osodo MKt KeRRA/HB/MBT/08/39/51/GOKD/22|23-154 |
C |
MBITA |
OPEN |
download |
|
2 |
Luanda – Oloo –God Awendo KeRRA/HB/MBT/08/39/51/GOKD/22|23-156 |
C |
MBITA |
OPEN |
download |
|
3 |
Kombe –Mbita Central SDA - Milamani KeRRA/HB/MBT/08/39/51/GOKD/22|23-159 |
C |
MBITA |
WOMEN |
download |
|
4 |
U_64208:Yokia –Soklo –Nyahera -Uozi (Wasamo Primary - Mulundu Beach road) KeRRA/HB/MBT/08/39/51/GOKD/22|23-160 |
C |
MBITA |
OPEN |
download |
|
5 |
Nyamita Bridge (Protection Works & Approach roads) KeRRA/HB/MBT/08/39/51/GOKD/22|23-161 |
C |
MBITA |
PWD |
download |
|
6 |
Uncl064: Junct. Katieno -Magina KeRRA/HB/NDW/08/39/51/GOKD/22|23-162 |
C |
NDHIWA |
OPEN |
download |
|
7 |
Riat -Kowoudha KeRRA/HB/NDW/08/39/51/GOKD/22|23-163 |
C |
NDHIWA |
WOMEN |
download |
|
8 |
D214: Kalamindi-Nyarongi KeRRA/HB/NDW/08/39/51/GOKD/22|23-165 |
C |
NDHIWA |
OPEN |
download |
|
9 |
Kodumba - Ndesi KeRRA/HB/NDW/08/39/51/GOKD/22|23-169 |
C |
NDHIWA |
OPEN |
download |
|
10 |
Uncl146: Gaena -Kolumbe KeRRA/HB/NDW/08/39/51/GOKD/22/23-173 |
C |
NDHIWA |
OPEN |
download |
|
11 |
Jn A1 Oyugi Sec Sch - Kawaindi KeRRA/HB/KAS/08/39/51/GOKD/22|23-174 |
C |
KASIPUL |
PWD |
download |
|
12 |
Junct. Aloo - Kawaindi KeRRA/HB/KAS/08/39/51/GOKD/22|23-175 |
C |
KASIPUL |
OPEN |
download |
|
13 |
Junct. Kawino – Kamunga Pri KeRRA/HB/KAS/08/39/51/GOKD/22|23-176 |
C |
KASIPUL |
YOUTH |
download |
|
14 |
Uncl Gera -Sindo KeRRA/HB/SUB/08/39/51/GOKD/22|23-186 |
C |
SUBA |
OPEN |
download |
|
15 |
Adiedo - Pala KeRRA/HB/SUB/08/39/51/GOKD/22|23-204 |
C |
KARACHUONYO |
OPEN |
download |
|
16 |
Kamunyonge - Wepesi KeRRA/HB/SUB/08/39/51/GOKD/22|23-205 |
C |
KABONDO |
OPEN |
download |
|
17 |
Kanguvu Box Culvert KeRRA/HB/SUB/08/39/51/GOKD/22|23-206 |
B |
KABONDO |
YOUTH |
download |
|
18 |
Ngeso - Ngere KeRRA/HB/SUB/08/39/51/GOKD/22|23-207 |
C |
HOMABAY TOWN |
OPEN |
download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
- The scope of works for the respective tenders are as stipulated in the Tender Documents.
- Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
- All MANDATORY requirements must be attached:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
- Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officers to visit the sites on 12th October 2023, and thereafter collect pre-tender site visit certificates, which MUST be signed by the Regional Director.
The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP).
Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:
Regional Director
Kenya Rural Roads Authority
P.O. Box 550-40300
HOMABAY
The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay Regional Office so as to be received on or before or before 23rd October 2023 at 11.00am.
Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.
Bidders are advised that canvassing by tenderers will lead to automatic disqualification.
Eng. Ogogo C.T
REGIONAL DIRECTOR
HOMABAY REGION
Download Tender Notice Here
Download Addendum Notice 1 Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
Ref: HB/2018-19/015 16th July, 2020
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
|
Road Name |
Contract number |
Const. |
Work Category |
Comments |
||
|
1 |
Kajiei Beach - Samba |
KeRRA/011/39/HB/KARA/GOK/19|20-076 |
Karachuonyo |
B,C,D |
Open |
||
|
2 |
Kisiage – Kanu Mawego |
KeRRA/011/39/HB/KARA/GOK/19|20-077 |
Karachuonyo |
B,C,D |
Open |
||
|
3 |
Rambira-Gungu Mawengo |
KeRRA/011/39/HB/KARA/GOK/19|20-078 |
Karachuonyo |
B,C,D |
Open |
||
|
4 |
Awach Brige - Obaria |
KeRRA/011/39/HB/KARA/GOK/19|20-079 |
Karachuonyo |
B,C,D |
Women |
||
|
5 |
Magunga – Seka Health Centre |
KeRRA/011/39/HB/SUB/GOK/19|20-080 |
Suba South |
B,C,D |
Open |
||
|
6 |
Kotengo Borehole - Otati |
KeRRA/011/39/HB/SUB/GOK/19|20-081 |
Suba South |
B,C,D |
Disability |
||
|
7 |
Mananja - Laknyiero |
KeRRA/011/39/HB/SUB/GOK/19|20-082 |
Suba South |
B,C,D |
Youth |
||
|
8 |
Tonga - Kisaku |
KeRRA/011/39/HB/SUB/GOK/19|20-083 |
Suba South |
B,C,D |
Open |
||
|
9 |
Usao - Uwii |
KeRRA/011/39/HB/SUB/GOK/19|20-084 |
Suba North |
B,C,D |
Open |
||
|
10 |
Kamsama - Godjope |
KeRRA/011/39/HB/SUB/GOK/19|20-085 |
Suba North |
B,C,D |
Open |
||
|
11 |
Utajo - Ulugi |
KeRRA/011/39/HB/SUB/GOK/19|20-086 |
Suba North |
B,C,D |
Open |
||
|
12 |
Kokeyo - Nyatoto |
KeRRA/011/39/HB/SUB/GOK/19|20-087 |
Suba North |
B,C,D |
Youth |
||
|
13 |
Rambem – Gode Ariyo |
KeRRA/011/39/HB/SUB/GOK/19|20-088 |
Suba North |
B,C,D |
Women |
||
|
14 |
Nyamanga- Gera |
KeRRA/011/39/HB/SUB/GOK/19|20-089 |
Suba North |
B,C,D |
Youth |
||
|
15 |
Makira Uozi Section of Mfungano Rd |
KeRRA/011/39/HB/SUB/GOK/19|20-090 |
Suba North |
B,C,D |
Open |
||
|
16 |
Kisaku - Kirambo |
KeRRA/011/39/HB/SUB/GOK/19|20-091 |
Suba South |
B,C,D |
Open |
||
|
17 |
Kirambo - Kasongo |
KeRRA/011/39/HB/SUB/GOK/19|20-092 |
Suba South |
B,C,D |
Disability |
||
|
18 |
Kasongo - Kumuinda |
KeRRA/011/39/HB/SUB/GOK/19|20-093 |
Suba South |
B,C,D |
‘Open |
||
|
19 |
Kumuinda - Osiri |
KeRRA/011/39/HB/SUB/GOK/19|20-094 |
Suba South |
B,C,D |
Youth |
||
|
20 |
Omumyooden Box Culvert |
KeRRA/011/39/HB/SUB/GOK/19|20-095 |
Suba South |
B,C,D |
Open |
||
|
21 |
Randung- Yoga |
KeRRA/011/39/HB/RAN/GOK/19|20-096 |
RANGWE |
B,C,D |
Open |
||
|
22 |
Sindo - Misare |
KeRRA/011/39/HB/SUB/GOK/19|20-097 |
Suba South |
B,C,D |
Open |
||
|
23 |
St joseph - kisiambi |
KeRRA/011/39/HB/SUB/GOK/19|20-098 |
Suba South |
B,C,D |
Youth |
||
|
24 |
Rusinga Girls - Ulugi |
KeRRA/011/39/HB/MBT/GOK/19|20-099 |
Mbita |
B,C,D |
Women |
||
|
25 |
Lingongo – Kaswanga Rd |
KeRRA/011/39/HB/MBT/GOK/19|20-100 |
Mbita |
B,C,D |
Open |
||
|
26 |
Adiedo - Omboga |
KeRRA/011/39/HB/KARA/GOK/19|20-101 |
Karachuonyo |
B,C,D |
Open |
||
|
27 |
Njeri - Kadel |
KeRRA/011/39/HB/KARA/GOK/19|20-102 |
Karachuonyo |
B,C,D |
Youth |
||
|
28 |
Centre - Karota |
KeRRA/011/39/HB/KAB/GOK/19|20-103 |
Kabondo |
B,C,D |
Women |
||
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
- QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.
(x) Major items of construction, equipment owned or leased.
(xi) Any other information / condition as stipulated in the tender Documents
(xii) Authority to seek references from the Tenderer’s bankers
(xiii) Experience in work of a similar nature and size for at least the last three years.
(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts for previous three (3)years (Certified copies)
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 30th July, 2020 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
DEPUTY DIRECTOR
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
8th December, 2020
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
S/N |
Road Name |
Contract number |
Const. |
Comments |
|
1 |
God Jope –Oganda- Kamato - (Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-025 |
Mbita |
Women |
|
2 |
God Oloo –Mukuyu Beach - (Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-022 |
Suba |
Youth |
|
3 |
Kakomo –Mirambo –Nyandiwa-(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-014 |
Suba |
Open |
|
4 |
Kigoto – Kumbatha -(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-021 |
Suba |
Open |
|
5 |
Kipasi – Waiga- Nyamanji –Kisaka –Ndhuru-Got Rateng -(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-024 |
Mbita |
Open |
|
6 |
Kirindo Miyolo -(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-027 |
Mbita |
Open |
|
7 |
Kisui –Kirambo -(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-031 |
Mbita |
Open |
|
8 |
Kitare -God Ariyo –Junction kajama-Usao -(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-026 |
Mbita |
Open |
|
9 |
Luore Centre –Litare Beach -(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-023 |
Mbita |
Open |
|
10 |
Magunga – Kithereka-(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-015 |
Suba |
Disable |
|
11 |
Magunga – Mananja-(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-016 |
Suba |
Open |
|
12 |
Mfangano Ring Road -(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-030 |
Mbita |
Youth |
|
13 |
Laknyiero – Otati-(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-013 |
Suba |
Women |
|
14 |
Roo-Koyombe –Sindo -(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-017 |
Suba |
Open |
|
16 |
Roo –Ongalo-Nyagwethe-(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-020 |
Suba |
Open |
|
18 |
Tema – Nyang-Quarry-(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-028 |
Mbita |
Open |
|
19 |
Kisaku –Kiembe –Kibura-(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-018 |
Suba |
Youth |
|
20 |
Tonga – Kisaku –Osiri -(Lot1) |
KeRRA/011/39/HB/SUB/GOKD/20/21-019 |
Suba |
Open |
|
21 |
Wasaria – Rusinga Ring Road Junction – Ulugi -(Lot1) |
KeRRA/011/39/HB/MBT/GOKD/20/21-029 |
Mbita |
Open |
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.
(x) Major items of construction, equipment owned or leased.
(xi) Any other information / condition as stipulated in the tender Documents
(xii) Authority to seek references from the Tenderer’s bankers
(xiii) Experience in work of a similar nature and size for at least the last three years.
(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts for previous three (3)years (Certified copies)
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 22nd December, 2020 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
DEPUTY DIRECTOR
HOMABAY REGION
Download Tender Notice Here
Download Addendum Notice 1 Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
29th November, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works, Funding under GOK Development F/Y 2021-2022
|
S/N S/No. |
Road Code and Name |
Tender No. |
Work Category |
Reservation |
|
|
|
|
|
|
|
01 |
ANGIRA –KOTOLO FOOTBRIDGE RD |
KeRRA/HB/RAN/08/39/51/GOKD//21|22-080 |
C |
General |
|
02 |
CHUOE – OSODO –KOBALA –MAWEGO-KENDU BAY |
KeRRA/HB/KARA/08/39/51/GOKD//21|22-081 |
C |
General |
|
03 |
DAGO-KIPINGI -GAYENA |
KeRRA/HB/NDW/08/39/51/GOKD//21|22-082 |
C |
WOMEN |
|
04 |
GOD JOPE –KAMATO -OGANDO |
KeRRA/HB/MBT/08/39/51/GOKD//21|22-083 |
C |
General |
|
05 |
JERUSALEM BOX CULVERT |
KeRRA/HB/KARA/08/39/51/GOKD//21|22-084 |
C |
General |
|
06 |
JONA –PATROBAS –SALAMA –COOP BANK JN |
KeRRA/HB/MBT/08/39/51/GOKD//21|22-085 |
C |
YOUTH |
|
07 |
KANYADHIANG -KOSELE |
KeRRA/HB/KARA/08/39/51/GOKD//21|22-086 |
C |
PWD |
|
08 |
KANYOTUNGA –MIRUBDA BEACH |
KeRRA/HB/MBT/08/39/51/GOKD//21|22-087 |
YOUTH |
|
|
09 |
KIABUYA – KITAWA ROAD |
KeRRA/HB/SUB/08/39/51/GOKD//21|22-088 |
C |
General |
|
10 |
KIGOTO –KUMBATHA ROAD |
KeRRA/HB/SUB/08/39/51/GOKD//21|22-089 |
C |
YOUTH |
|
11 |
KISAKU – KASONGO ROAD |
KeRRA/HB/SUB/08/39/51/GOKD//21|22-090 |
C |
PWD |
|
12 |
KITAWA –NGERI ROAD |
KeRRA/HB/SUB/08/39/51/GOKD//21|22-091 |
C |
General |
|
13 |
KIWIRO –NDUNGA ROAD |
KeRRA/HB/KARA/08/39/51/GOKD//21|22-092 |
C |
General |
|
14 |
KODHOCH –OBWANDA -OHANDA |
KeRRA/HB/RAN/08/39/51/GOKD//21|22-093 |
C |
General |
|
15 |
KOMBE CENTRE – KOMBE SDA –MBITA CENTRAL SDA- ACADEMY –MBITA HIGH -MILIMANI |
KeRRA/HB/MBT/08/39/51/GOKD//21|22-094 |
C |
WOMEN |
|
16 |
KOWUONDA –DAGO BOX CULTURE |
KeRRA/HB/NDW/08/39/51/GOKD//21|22-095 |
C |
YOUTH |
|
17 |
LAKNYIERO – OTATI ROAD |
KeRRA/HB/SUB/08/39/51/GOKD//21|22-096 |
C |
General |
|
18 |
LOURE –LITARE –GUMBE –UTA KOLUNGA –KAMASENGERE JN |
KeRRA/HB/MBT/08/39/51/GOKD//21|22-097 |
C |
General |
|
19 |
LWANDA OLOO- GOD AWENDO |
KeRRA/HB/MBT/08/39/51/GOKD//21|22-098 |
C |
YOUTH |
|
20 |
MAGANGA –MANANGA ROAD |
KeRRA/HB/MBT/08/39/51/GOKD//21|22-099 |
C |
General |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from th December, 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 14th December, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office
Due to Covid19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
4th March, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Development - F/Y 21/2022.
|
S/No. |
ROAD NAME AND CONTRACT No. |
Work Category |
Constituency |
Reservation |
|
001 |
U_G63970: JN E1027 KANDIEGE –UHURU KeRRA/HB/KARA/08/39/51/GOKD/21|22-128 |
C |
Karachuonyo |
GENERAL |
|
002 |
UNCL124: SIBURI –GOT OYARO KeRRA/HB/KARA/08/39/51/GOKD/21|22-129 |
C |
Karachuonyo |
WOMEN |
|
003 |
R38: OTARO – NGETA KeRRA/HB/KARA/08/39/51/GOKD/21|22-130 |
C |
Karachuonyo |
YOUTH |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different Constituencies
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 7th March, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Tuesday,22nd March,2022 Homabay Regional Office
Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
17th May,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Development Savings and 22% RMLF Savings - F/Y 21/2022.
|
S/No. |
ROAD NAME AND CONTRACT No. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
001 |
UNCL KAMEGERE - UGEGE KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-149 |
C |
MBITA |
GENERAL |
24/5/2022 |
|
002 |
UNCL034: KAMASENGRE JN – KOWAUTA –EDDIE MEMORIAL KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-150 |
C |
MBITA |
WOMEN |
24/5/2022 |
|
003 |
UNCL JN C867 – TABLA BEACH ACCESS KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-151 |
C |
MBITA |
GENERAL |
24/5/2022 |
|
004 |
UNCL034: JN B2 –KISUI BEACH ACCESS KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-152 |
C |
MBITA |
YOUTH |
24/5/2022 |
|
005 |
UNCL JN B2 –KAUGEGE BEACH ACCESS KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-153 |
C |
MBITA |
GGENERAL |
24/5/2022 |
|
006 |
UNCL JN C872 –GOT NYASUMBI PRI. SCHOOL KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-154 |
C |
MBITA |
PWD |
24/5/2022 |
|
007 |
URA32 LALA YAO – MAGARE ROAD KeRRA/HB/HBT/08/39/51/GOKD-S /21|22-155 |
C |
HOMABAY TOWN |
YOUTH |
25/5/2022 |
|
008 |
URA32 PALA -NYANGUU ROAD KeRRA/HB/HBT/08/39/51/22%RMLF-S /21|22-156 |
C |
HOMABAY TOWN |
GENERAL |
25/5/2022 |
|
009 |
UNCL NDIRU – ACHIELO- OGANDE KeRRA/HB/HBT/08/39/51/22%RMLF /21|22-157 |
C |
HOMBAY TOWN |
WOMEN |
25/5/2022 |
|
010 |
UNCL WIAMEN –KIJAWA –RIWA -ARUJO KeRRA/HB/HBT/08/39/51/22%RMLF-S /21|22-158 |
C |
HOMABAY TOWN |
GENERAL |
25/5/2022 |
|
011 |
UNCL JN C18 NYANDIWA –RANDUNG –JN OBOKE KeRRA/HB/RAN/08/39/51/GOKD /21|22-159 |
C |
RANGWE |
GENERAL |
25/5/2022 |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 20th May,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 31st May,2022 Homabay Regional Office
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
8th April, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Development Savings and 22% RMLF Savings - F/Y 21/2022.
|
S/No. |
ROAD NAME AND CONTRACT No. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
001 |
UNCL034: LWANDA –KANYAKIAMO KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-135 |
C |
MBITA |
GENERAL |
21/4/2022 |
|
002 |
U_F6129: KABONDO – NYAMOGO GIRLS KeRRA/HB/KAB/08/39/51/GOKD-S/21|22-136 |
C |
NDHIWA |
WOMEN |
20/4/2022 |
|
003 |
UNCL075 : NYANDIWA – DUKA – NYANDIWA CENTRE KeRRA/HB/SUB/08/39/51/GOKD-S/21|22-137 |
C |
SUBA |
GENERAL |
21/4/2022 |
|
004 |
SINDO PRI – OMUTHUMA -MUKENDE KeRRA/HB/SUB/08/39/51/GOKD-S/21|22-138 |
C |
SUBA |
YOUTH |
21/4/2022 |
|
005 |
NYABERA –SAWANKA ROAD KeRRA/HB/SUB/08/39/51/22%RMLF-S/21|22-139 |
C |
SUBA |
GGENERAL |
21/4/2022 |
|
006 |
UNCL: OLANDO -MWIREGWA ROAD KeRRA/HB/SUB/08/39/51/22%RMLF-S/21|22-140 |
SUBA |
PWD |
21/4/2022 |
|
|
007 |
R37: KOTIENO-NYABOLA –NYANGIELA ROAD KeRRA/HB/KAS/08/39/51/22%RMLF-S/21|22-141 |
KASIPUL |
GENERLA |
20/4/2022 |
|
|
008 |
UNCL: GUU –OWADE ROAD KeRRA/HB/KAS/08/39/51/22%RMLF-S/21|22-142 |
C |
KASIPUL |
YOUTH |
20/4/2022 |
INSTRUCTIONS TO TENDERES
Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 14th April,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 26th April,2022 Homabay Regional Office
Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
6th June,2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Gok Public Participation - F/Y 21/2022.
|
S/No. |
ROAD NAME AND TENDER NO. |
Work Category |
Constituency |
Reservation |
Pre Tender Site Visit |
|
001 |
UNCL KODILA -KASIBOS KeRRA/HB/KARA/08/39/51/PH /21|22-160 |
C |
KARACHUONYO |
WOMEN |
15/6/2022 |
|
002 |
UNCL: SARE –TWIST -AYIENGO KeRRA/HB/KARA/08/39/51/PH /21|22-161 |
C |
KARACHUONYO |
GENERAL |
15/6/2022 |
|
003 |
UNCL KOLIIECH -AROS KeRRA/HB/KARA/08/39/51/PH /21|22-162 |
C |
KARACHUONYO |
YOUTH |
15/6/2022 |
|
004 |
UNCL: NJERI - ORIWO KeRRA/HB/KARA/08/39/51/PH /21|22-163 |
C |
KARACHUONYO |
GENERAL |
15/6/2022 |
|
005 |
UNCL RAMBIRA - YOUTH KeRRA/HB/KARA/08/39/51/PH /21|22-164 |
C |
KARACHUONYO |
GENERAL |
15/6/2022 |
|
006 |
UNCL OWADE –GAMBA JUNCT KeRRA/HB/MBT/08/39/51/PH /21|22-165 |
C |
KASIPUL |
PWD |
16/6/2022 |
|
007 |
RAWINJI – KOWINO BOX CULVERT KeRRA/HB/HBT/08/39/51/PH /21|22-166 |
C |
KASIPUL |
GENERAL |
16/6/2022 |
|
008 |
UNCL DISII -MARINDI ROAD KeRRA/HB/HBT/08/39/51/PH /21|22-167 |
C |
HOMABAY TOWN |
GENERAL |
16/6/2022 |
|
009 |
CARLIFORNIA -NYALGOSI KeRRA/HB/RAN/08/39/51/PH /21|22-168 |
C |
RANGWE |
WOMEN |
16/6/2022 |
|
010 |
UNCL KOGWE –DISII –RANDUNG -SINEMA KeRRA/HB/RAN/08/39/51/PH /21|22-169 |
C |
RANGWE |
GENERAL |
16/6/2022 |
|
011 |
UNCL MALELA –KADIO -MIROGI KeRRA/HB/NDW/08/39/51/PH /21|22-170 |
C |
NDHIWA |
YOUTH |
16/6/2022 |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 14th June,2022
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 23rd June,2022 Homabay Regional Office
The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.
.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
Download Addendum Notice 1
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550-40300
HOMA BAY, KENYA
21st October, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works,works under GOK Development Savings and 10%RMLF - F/Y 2021-2022
|
S/No. |
Road Code and Name |
Tender No. |
Work Category |
Reservation |
|
001 |
MAGUNGA – SEKA HEALTH(15A) |
KeRRA/HB/SUB/08/39/51/GOKD-S//21|22-050 |
C |
General |
|
002 |
LAKNYIERO –MANAJA(E113J2) |
KeRRA/HB/SUB/08/39/51/GOKD-S//21|22-051 |
C |
General |
|
003 |
KOMBE –GERA(UNCL039) |
KeRRA/HB/MBT/08/39/51/GOKD-S//21|22-052 |
C |
WOMEN |
|
004 |
NYAHUHU –OGUNDI(UNCL050) |
KeRRA/HB/HBT/08/39/51/GOKD-S//21|22-053 |
C |
General |
|
005 |
SDA JN –WATER SUPPLY(G1) |
KeRRA/HB/HBT/08/39/51/GOKD-S//21|22-054 |
C |
YOUTH |
|
006 |
NAMBA –NYOKAL –ONYEGE(UNCL131) |
KeRRA/HB/RAN/08/39/51/GOKD-S//21|22-055 |
C |
General |
|
007 |
JN LUORA –OBWANDA –KODHOCH(UNCL077) |
KeRRA/HB/RAN/08/39/51/GOKD-S//21|22-056 |
C |
PWD |
|
008 |
OLARE – MARIWA(UNCL065) |
KeRRA/HB/RAN/08/39/51/10%RMLF//21|22-057 |
C |
General |
|
009 |
NAMBA –NYOKAL –OJINYO ONYEGE(UNCL131) |
KeRRA/HB/RAN/08/39/51/10%RMLF//21|22-058 |
C |
YOUTH |
|
010 |
OKIKI AMAYO-MIGUNDE(E215JI) |
KeRRA/HB/KARA/08/39/51/10%RMLF/21|22-059 |
C |
General |
|
011 |
NJERI –ORIWO(G63951) |
KeRRA/HB/KARA/08/39/51/10%RMLF/21|22-060 |
C |
WOMEN |
|
012 |
NYANDIWA BOX CULVERT(UNCL061) |
KeRRA/HB/NDW/08/39/51/10%RMLF/21|22-061 |
B |
General |
|
014 |
OSANI BOX CULVERT(D214) |
KeRRA/HB/NDW/08/39/51/10%RMLF/21|22-062 |
B |
WOMEN |
|
015 |
MIRONDO –KAWERE – KIWIRI BOX CULVERT(UNCL132) |
KeRRA/HB/KAS/08/39/51/10%RMLF//21|22-063 |
B |
General |
|
016 |
DOL-RAGWE – ONYEGE BOX CULVERT (E214) |
KeRRA/HB/KAS/08/39/51/10%RMLF//21|22-064 |
B |
General |
|
017 |
OTATI – BUNGE PRIMARY |
KeRRA/HB/SUB/08/39/51/10%RMLF//21|22-065 |
C |
YOUTH |
|
018 |
NJERI –MIYOYO -MUSOKO |
KeRRA/HB/SUB/08/39/51/10%RMLF/21|22-066 |
C |
General |
|
019 |
A1JN OGERA –APONDO(E209) |
KeRRA/HB/KAB/08/39/51/10%RMLF//21|22-067 |
C |
PWD |
|
020 |
KADONGO – WINJO(U_G61251) |
KeRRA/HB/KAB/08/39/51/10%RMLF//21|22-068 |
C |
General |
|
021 |
MBITA –KOMBE(UNCL039) |
KeRRA/HB/MBT/08/39/51/10%RMLF//21|22-069 |
C |
WOMEN |
|
022 |
KISUI – KIRAMBO(UNCL138) |
KeRRA/HB/MBT/08/39/51/10%RMLF//21|22-070 |
C |
General |
INSTRUCTIONS TO TENDERES
Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
- You MUST attach the following copies of MANDATORY requirements:
- Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
- Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
- Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
- Authority to seek bank reference from the tenderer’s bankers
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
- Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
- Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
- Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
- Proof of bank account in the name of the firm for reserved tenders
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 26th October, 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 550-40300
HOMABAY
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 4th November, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office
Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. Kimilu
Regional Director
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
14th OCTOBER, 2020
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
|
Road Name |
Contract number |
Const. |
Category |
Comments |
|
1 |
Kadongo -Karota |
KeRRA/011/39/HB/KAB/10%CS /20/21-001 |
Kabondo |
B,C,D |
Open |
|
2 |
Ogera -Apondo |
KeRRA/011/39/HB/KAB/10%CS /20/21-007 |
Kabondo |
B,C,D |
Women |
|
3 |
Rangwe -Ndiru |
KeRRA/011/39/HB/RAN/10%CS /20|21-002 |
Rangwe |
B,C,D |
Open |
|
4 |
Kadongo- -Winjo |
KeRRA/011/39/HB/RAN/10%CS /20|21-004 |
Rangwe |
B,C,D |
Open |
|
5 |
Olare-Mariwa |
KeRRA/011/39/HB/RAN/10%CS /20|21-005 |
Rangwe |
B,C,D |
Open |
|
6 |
Leeds -Randung |
KeRRA/011/39/HB/RAN/10%CS /20|21-006 |
Rangwe |
B,C,D |
Youth |
|
7 |
Tonga -Kiembe |
KeRRA/011/39/HB/SUB/GOKD/19|20-083 |
Suba |
B,C,D |
Open |
|
8 |
Kanyadhiang -Gendia |
KeRRA/011/39/HB/KARA/10%CS-SAV/20|21-008 |
Karachuonyo |
B,C,D |
Youth |
|
9 |
Seka Dok_ Soko JN Primary |
KeRRA/011/39/HB/KARA/10%CS-SAV/20|21-009 |
Karachuonyo |
B,C,D |
Open |
|
10 |
JN C18 Nyandiwa - Randung |
KeRRA/011/39/HB/RAN/10%CS-SAV/20|21-010 |
Rangwe |
B,C,D |
Women |
|
11 |
Mariwa –Nyanguu |
KeRRA/011/39/HB/RAN/10%CS -SAV/20|21-011 |
Rangwe |
B,C,D |
Open |
|
12 |
Atili -Omoche |
KeRRA/011/39/HB/RAN/10%CS-SAV/20|21-012 |
Rangwe |
B,C,D |
Disable |
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.
(x) Major items of construction, equipment owned or leased.
(xi) Any other information / condition as stipulated in the tender Documents
(xii) Authority to seek references from the Tenderer’s bankers
(xiii) Experience in work of a similar nature and size for at least the last three years.
(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts for previous three (3)years (Certified copies)
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 28th October, 2020 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
DEPUTY DIRECTOR
HOMABAY REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
7th May, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works under GOK Development –F/Y 2020-2021.
|
S/N |
Road Name |
Contract number |
Const. |
Comments |
|
1 |
NGEGU – MIJERI BRIDGE |
KeRRA/011/39/HB/RAN/GOKD/20|21-146 |
RANGWE |
Y/W&PWD |
|
2 |
NYAHUU -MARIWA |
KeRRA/011/39/HB/RAN/GOKD/20|21-147 |
RANGWE |
OPEN |
|
3 |
DB RANGWE - OBOKE |
KeRRA/011/39/HB/RAN/GOKD/20|21-148 |
RANGWE |
OPEN |
|
4 |
KADIO - KIPASI |
KeRRA/011/39/HB/MBT/GOKD/20|21-149 |
MBITA |
OPEN |
|
5 |
GOT KOJOWI –KABONDO MKT –OTANGE PRI |
KeRRA/011/39/HB/NDW/GOKD/20|21-150 |
NDHIWA |
Y/W&PWD |
|
6 |
KAWERA JN – APOUCHE PRI – SIBOUCHE PRI |
KeRRA/011/39/HB/NDW/GOKD/20|21-151 |
NDHIWA |
OPEN |
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Major items of construction, equipment owned or leased.
(x) Any other information / condition as stipulated in the tender Documents
(xi) Authority to seek references from the Tenderer’s bankers
(xii) Experience in work of a similar nature and size.
(xiii) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts and Bank Statements
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke .
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be No Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 20th May,2021 at 10.00 a.m.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
REGIONAL DIRECTOR
HOMABAY REGION
Download Addendum Notice 1
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
HOMABAY REGION
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
Ref: HB/2019-20/05 20th April , 2020
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
|
Road code |
Road Name |
Tender number |
Const. |
Work Category |
Comments |
|||
|
1. |
Uncl053 |
Kuja-Kokeno-Marion –Ojwanga Pri |
KeRRA/011/39/HB/NDW/CS/19|20-071 |
NDHIWA |
B ,C & E |
OPEN |
|||
|
2. |
Uncl131 |
Namba – Nyokal -Onyege |
KeRRA/011/39/HB/RAN/CS/19|20-072 |
RANGWE |
B,C & E |
YWD |
|||
|
|
|||||||||
- GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
- QUALIFICATION FOR BIDDING
All bids must be accompanied by certified copies of the following;
a). Certificate of incorporation
b). Proof of registration with the NCA 8 and above
c). VAT registration Certificate
d). PIN registration Certificate
e). Valid Tax compliance certificate
- f) Bank statements for past 6months or audited accounts for past 3 yrs
- g) Equipment holding and proof of ownership
- h) Similar work experience
- i) Professional and technical personnel
- j) Copy of receipt issued after purchase of tender document
NB: In addition to the above criteria, the under listed requirements shall apply to those bidding for works under the special target group of YWD (women, youth and persons with disabilities), who necessarily may need not have been pre-qualified as Roadworks contractors of KeRRA - Homabay Region.
- Certified copy of certificate of registration in a target group issued by National Treasury
- Certified copy of recent CR 12 form – 12 months
- Copy of National identity cards (IDs) or valid passports for all Directors of the Company
Tender documents shall be downloaded from Kenya Rural Roads Authority website.
The pre-tender site visit
Subsequence to Presidential directives issued on the COVID -19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 6th May, 2020 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. KIMILU
DEPUTY DIRECTOR
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Homa Bay Region Office
P.O. Box 550,
HOMA BAY, KENYA
22nd December, 2020
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works under 22% RMLF –F/Y 2020-2021.
|
S/N |
Road Name |
Contract number |
Const. |
Comments |
|
1 |
Kosele-Nyafare |
KeRRA/011/39/HB/KAS/22%/20|21-036 |
Kasipul |
Open |
|
2 |
Kotieno - Nyangiela |
KeRRA/011/39/HB/KAS/22%/20|21-037 |
Kasipul |
Youth |
|
3 |
JN A1 Nyatindo-Mathenge Mkt |
KeRRA/011/39/HB/KAS/22%/20|21-038 |
Kasipul |
Open |
|
4 |
JN C18 – DOL Mititi - Karogo |
KeRRA/011/39/HB/KAS/22%/20|21-039 |
Kasipul |
Women |
|
5 |
Onyege -Opinde |
KeRRA/011/39/HB/KAS/22%/20|21-040 |
Kasipul |
Open |
|
6 |
Owade -Nyahera |
KeRRA/011/39/HB/KAS/22%/20|21-041 |
Kasipul |
Open |
|
7 |
Sindo -Misare |
KeRRA/011/39/HB/SUB/22%/20|21-042 |
Suba |
Open |
|
8 |
Gendo –Kigoto |
KeRRA/011/39/HB/SUB/22%/20|21-043 |
Suba |
Youth |
|
9 |
Koguta –Nyasanja –Nyabera |
KeRRA/011/39/HB/SUB/22%/20|21-044 |
Suba |
Open |
|
10 |
Kibuba –Obunga -Nyargusi |
KeRRA/011/39/HB/SUB/22%/20|21-045 |
Suba |
Open |
|
11 |
Kagoro -Ororre |
KeRRA/011/39/HB/SUB/22%/20|21-046 |
Suba |
Women |
|
12 |
Mirogi –Opapo |
KeRRA/011/39/HB/NDW/22%/20|21-047 |
NDHIWA |
Open |
|
13 |
Ndhiwa –Otigo Bridge |
KeRRA/011/39/HB/NDW/22%/20|21-048 |
NDHIWA |
Open |
|
14 |
JN C18 Katieno –Kopodo -Malela |
KeRRA/011/39/HB/NDW/22%/20|21-049 |
NDHIWA |
Open |
|
15 |
Ototo –Ogada -Kamenya |
KeRRA/011/39/HB/NDW/22%/20|21-050 |
NDHIWA |
Open |
|
16 |
Ramula -Sondu |
KeRRA/011/39/HB/KAB/22%/20|21-055 |
Kabondo |
Women |
|
17 |
Kogoya JN –Andigo JN |
KeRRA/011/39/HB/KAB/22%/20|21-056 |
Kabondo |
Open |
|
18 |
Ombiro Poly –Kakelo Sec Sch |
KeRRA/011/39/HB/KAB/22%/20|21-057 |
Kabondo |
Open |
|
19 |
Kakacha JN – Corner Kowili -Ramba |
KeRRA/011/39/HB/KAB/22%/20|21-058 |
Kabondo |
Open |
|
20 |
Kodada -Ongujo |
KeRRA/011/39/HB/KAB/22%/20|21-059 |
Kabondo |
Open |
|
21 |
Kogalo Pri.-Kadie Pri- Oriang Diakonia |
KeRRA/011/39/HB/KAB/22%/20|21-060 |
Kabondo |
PWD |
|
22 |
JN A1 Kadongo – Osuri (Got Rateng –Kachapa-Osuri) |
KeRRA/011/39/HB/KAB/22%/20|21-061 |
Kabondo |
Open |
|
23 |
Opanga –Nyarabi Pri. Suna Pri. |
KeRRA/011/39/HB/KAB/22%/20|21-062 |
Kabondo |
Open |
|
24 |
A1 JN – Othoro –Otondo-Ogengwe |
KeRRA/011/39/HB/KAB/22%/20|21-063 |
Kabondo |
Open |
|
25 |
Adega - Kimori |
KeRRA/011/39/HB/KAB/22%/20|21-064 |
Kabondo |
Open |
|
26 |
Namba- Ngeta Sare –Warao –Lieta -Otaro |
KeRRA/011/39/HB/KARA/22%/20|21-065 |
Karachuonyo |
Youth |
|
27 |
JN Konani –Doho- Mainga -Kanyakiti |
KeRRA/011/39/HB/KARA/22%/20|21-066 |
Karachuonyo |
Open |
|
28 |
JN Kandiege - Uhuru |
KeRRA/011/39/HB/KARA/22%/20|21-067 |
Karachuonyo |
Open |
|
29 |
Orire- Kichawa Dispensary |
KeRRA/011/39/HB/KARA/22%/20|21-068 |
Karachuonyo |
Open |
|
30 |
Adhiro Got -Oyaro |
KeRRA/011/39/HB/KARA/22%/20|21-069 |
Karachuonyo |
Open |
|
31 |
Nyatoto –Awacha foot bridge –Simbi Primary |
KeRRA/011/39/HB/KARA/22%/20|21-070 |
Karachuonyo |
Women |
|
32 |
Litare –Gumba -Kolunga |
KeRRA/011/39/HB/MBT/22%/20|21-071 |
Mbita |
Youth |
|
33 |
Rusinga Ring Road |
KeRRA/011/39/HB/MBT/22%/20|21-072 |
Mbita |
Open |
|
34 |
Kamsama – Olweya Pri- Waondo |
KeRRA/011/39/HB/MBT/22%/20|21-073 |
Mbita |
Open |
|
35 |
Godjope –Oganda -Kamato |
KeRRA/011/39/HB/MBT/22%/20|21-074 |
Mbita |
PWD |
|
36 |
Lwanda Oloo -Morore |
KeRRA/011/39/HB/MBT/22%/20|21-075 |
Mbita |
Open |
|
37 |
Mfangano (Yokia – Kiwiri- Mawanga ) |
KeRRA/011/39/HB/MBT/22%/20|21-076 |
Mbita |
Open |
|
38 |
JN Mbita High Sch – Ka Water Rd |
KeRRA/011/39/HB/MBT/22%/20|21-077 |
Mbita |
Open |
|
39 |
Sena - Uozi |
KeRRA/011/39/HB/MBT/22%/20|21-078 |
Mbita |
Open |
|
40 |
Uozi - Yokia |
KeRRA/011/39/HB/MBT/22%/20|21-079 |
Mbita |
Women |
GENERAL SCOPE OF WORKS FOR TENDERS
The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.
QUALIFICATION FOR BIDDING
The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.
(i) Certified Certificate of Incorporation by the Registrar of Companies.
(ii) Duly filled, signed and stamped form of tender.
(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
(iv) Certified copy of VAT & PIN registration
(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.
(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)
(viii) All Pages of the submitted documents to be Serialised
(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.
(x) Major items of construction, equipment owned or leased.
(xi) Any other information / condition as stipulated in the tender Documents
(xii) Authority to seek references from the Tenderer’s bankers
(xiii) Experience in work of a similar nature and size for at least the last three years.
(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.
(xv) Current Single business license
(xvi) Audited accounts for previous three (3) years (Certified copies)
(xviii) Site visit familiarization form to be duly filled, signed and stamp.
Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following
additional information:
(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
(ii) A copy of a recent CR12 Form from Registrar of Companies
(iii) A proof of having opened a Bank Account
(iv) Names and Copies of National Identity Cards / Valid Passports of directors
(v) Copies of National Identity Cards / Valid Passports of Directors
(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities)
Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 28th December, 2020.
Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be No Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 12th January, 2020 at 10.00 Am.
Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. J. M. Kimilu
DEPUTY DIRECTOR
HOMABAY REGION
KENYA RURAL ROADS AUTHORITY
Ref: HB/2018-19/002 6th February, 2019
TENDER NOTICE
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
|
|
Road code |
Road Name |
Contract number |
Const. |
Work Category |
Comments |
|
1 |
UNCL066 |
2-51-18/19-037 |
RANGWE |
B or C |
OPEN |
|
|
2 |
UNCL069 |
2-51-18/19-038 |
RANGWE |
B or C |
YOUTH |
|
|
3 |
UNCL070 |
2-51-18/19-039 |
RANGWE |
B or C |
OPEN |
|
|
4 |
UNCL073 |
2-51-18/19-040 |
RANGWE |
B or C |
OPEN |
|
|
5 |
UNCL074 |
2-51-18/19-041 |
RANGWE |
B or C |
WOMEN |
Ref: HB/2018-19/001 29th January, 2019
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.
The maximum estimated cost (kshs) of each particular contract is given in the document.
|
|
Road code |
Road Name |
Contract number |
Const. |
Work Category |
PRETENDER SITE VISIT |
GROUP |
DOWNLOAD |
|
1 |
E1034 |
OYUGIS - SAMBA |
2-51-18/19-001 |
KASIPUL |
B or C |
6TH FEB 2019 |
OPEN |
|
|
2 |
E1034X |
KOSELE - NYAFARE |
2-51-18/19-002 |
KASIPUL |
B or C |
6TH FEB 2019 |
PWD |
|
|
3 |
E213X |
NYANGIELA - OYOMBE |
2-51-18/19-003 |
KASIPUL |
B or C |
6TH FEB 2019 |
OPEN |
|
|
4 |
R37 |
KOTIENO - NYAGIELA |
2-51-18/19-004 |
KASIPUL |
B or C |
6TH FEB 2019 |
OPEN |
|
|
5 |
R49 |
OYUGIS - KWOYO - KOTIENO |
2-51-18/19-005 |
KASIPUL |
B or C |
6TH FEB 2019 |
YOUTH |
|
|
6 |
UNCL021 |
JN R49 OYUGIS - NYAMBORI - NYANDIWA |
2-51-18/19-006 |
KASIPUL |
B or C |
6TH FEB 2019 |
WOMEN |
|
|
7 |
UNCL022 |
JN C26 KAYOMA - KALUOCH - NDUGA - KOSELE |
2-51-18/19-007 |
KASIPUL |
B or C |
6TH FEB 2019 |
OPEN |
|
|
8 |
UNCL023 |
JN C18 DOL - MITITI - KAROGO |
2-51-18/19-008 |
KASIPUL |
B or C |
6TH FEB 2019 |
OPEN |
|
|
9 |
C867 |
KISEGI - KITAWA |
2-51-18/19-009 |
SUBA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
10 |
C867 |
KISIAMBI - NYAGWETHE |
2-51-18/19-010 |
SUBA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
11 |
C867 |
KITAWA - NYANDIWA |
2-51-18/19-011 |
SUBA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
12 |
C867 |
NYANDIWA - KIABUYA |
2-51-18/19-012 |
SUBA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
13 |
C867 |
ST. JOSEPH MUKIUNDU - KISIAMBI |
2-51-18/19-013 |
SUBA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
14 |
C867 |
ST.JOSEPH MUKIUNDU- SINDO |
2-51-18/19-014 |
SUBA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
15 |
E15A |
MAGUNGA - MANANJA |
2-51-18/19-015 |
SUBA |
B or C |
7TH FEB 2019 |
WOMEN |
|
|
16 |
R26 |
ROO - KOYOMBE- SINDO |
2-51-18/19-016 |
SUBA |
B or C |
7TH FEB 2019 |
YOUTH |
|
|
17 |
E120 |
RUSINGA RING ROAD |
2-51-18/19-017 |
MBITA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
18 |
UNCL031 |
GOD JOPE - KAMATO |
2-51-18/19-018 |
MBITA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
19 |
UNCL034 |
LWANDA - KANYAKIAMO (NYABERA) |
2-51-18/19-019 |
MBITA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
20 |
UNCL039 |
KOMBE - GERA |
2-51-18/19-020 |
MBITA |
B or C |
7TH FEB 2019 |
YOUTH |
|
|
21 |
UNCL042 |
JN E120 - UTAJO- TOM MBOYA GIRLS - ULUGI BEACH |
2-51-18/19-021 |
MBITA |
B or C |
7TH FEB 2019 |
WOMEN |
|
|
22 |
UNCL043 |
KOGUTA - NYABERA |
2-51-18/19-022 |
MBITA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
23 |
D214 |
OSANI - KALAMINDI |
2-51-18/19-023 |
NDHIWA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
24 |
UNCL 100 |
OPAPO - MAGINA |
2-51-18/19-024 |
NDHIWA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
25 |
UNCL053 |
JN C18 RAPEDHI - MIONYA |
2-51-18/19-025 |
NDHIWA |
B or C |
7TH FEB 2019 |
YOUTH |
|
|
26 |
UNCL055 |
GOT KOJOWI - NYAMOGO |
2-51-18/19-026 |
NDHIWA |
B or C |
7TH FEB 2019 |
PWD |
|
|
27 |
UNCL059 |
ONGENG - ONGAKO |
2-51-18/19-027 |
NDHIWA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
28 |
UNCL064 |
JN C18 KATIENO - KOBODO - MALELA |
2-51-18/19-028 |
NDHIWA |
B or C |
7TH FEB 2019 |
OPEN |
|
|
29 |
G1 |
SDA JUNCTION - WATER SUPPLY ACCESS |
2-51-18/19-029 |
HBT |
B or C |
7TH FEB 2019 |
OPEN |
|
|
30 |
UNCL047 |
MALINDI - OJUNGE- NGELE - OBANDE - OGONGO |
2-51-18/19-031 |
HBT |
B or C |
7TH FEB 2019 |
OPEN |
|
|
31 |
UNCL050 |
NYAHUHU - OGUNDI - AGEDE |
2-51-18/19-033 |
HBT |
B or C |
7TH FEB 2019 |
WOMEN |
|
|
32 |
UNCL051 |
ADONGO - KOGOLA - NYAKAYA |
2-51-18/19-034 |
HBT |
B or C |
7TH FEB 2019 |
OPEN |
|
|
33 |
UNCL052 |
WIAMEN - RIWA-ARUJO ORWA DAM - LIETA |
2-51-18/19-035 |
HBT |
B or C |
7TH FEB 2019 |
OPEN |
|
|
34 |
UNCL007 |
JN A1 KADONGO - OSURI |
2-51-18/19-043 |
KABONDO |
B or C |
6TH FEB 2019 |
YOUTH |
|
|
35 |
UNCL008 |
JN D217 OGILO - ODINO |
2-51-18/19-044 |
KABONDO |
B or C |
6TH FEB 2019 |
PWD |
|
|
36 |
UNCL009 |
JN A1 RINGA - TALA DISPENSARY |
2-51-18/19-045 |
KABONDO |
B or C |
6TH FEB 2019 |
OPEN |
|
|
37 |
UNCL010 |
JN A1 MISAMBI - SIANY - OMUGA TTI |
2-51-18/19-046 |
KABONDO |
B or C |
6TH FEB 2019 |
WOMEN |
|
|
38 |
UNCL011 |
JN URA23 - KILUSI SCHOOL |
2-51-18/19-047 |
KABONDO |
B or C |
6TH FEB 2019 |
OPEN |
|
|
39 |
UNCL012 |
JN A1 BONGU - NYABONDO - MIKAYI |
2-51-18/19-048 |
KABONDO |
B or C |
6TH FEB 2019 |
OPEN |
|
|
40 |
UNCL016 |
JN A1 CHABERA - ABURA - WASKOYA |
2-51-18/19-049 |
KABONDO |
B or C |
6TH FEB 2019 |
OPEN |
|
|
41 |
E122 |
JN D219 KONANI - MAINUGA - TAUSI EACH |
2-51-18/19-050 |
KARA |
B or C |
6TH FEB 2019 |
YOUTH |
|
|
42 |
E215 |
KODULA - PALA |
2-51-18/19-051 |
KARA |
B or C |
6TH FEB 2019 |
WOMEN |
|
|
43 |
UNCL003 |
MALELE BEACH - KOUGO - NYANDUSI - JN D217 |
2-51-18/19-052 |
KARA |
B or C |
6TH FEB 2019 |
OPEN |
|
|
44 |
UNCL004 |
SEKA DOK - SOKO PRIMARY- JN D217 |
2-51-18/19-053 |
KARA |
B or C |
6TH FEB 2019 |
OPEN |
|
|
45 |
UNCL105 |
KANYADHIANG - GENDIA HOSPITAL |
2-51-18/19-054 |
KARA |
B or C |
6TH FEB 2019 |
OPEN |
|
|
46 |
UNCL106 |
JN C19 KANYADHIANG - KOSELE |
2-51-18/19-055 |
KARA |
B or C |
6TH FEB 2019 |
OPEN |
Hon. Safina Kwekwe Tsungu is the current Principal Secretary for Gender Affairs
Hon. Safina Kwekwe Tsungu was appointed the Principal Secretary, State Department for Gender Affairs in the Ministry of Public Service, Youth and Gender Affairs on January 26th 2018 by His Excellency President Uhuru Kenyatta. Prior to her appointment as Principal Secretary, Hon. Tsungu was the County Executive Committee (CEC) Member in charge of Industry, Trade and Co-operative Development in the County Government of Kwale from May 2013 – October 2017.
Being the Principal Secretary in charge of Gender Affairs, she is charged with the responsibility of coordinating the implementation of Gender Equality and Women Empowerment (GEWE) programmes in the country, overseeing the access and utilization of Affirmative Action Funds; Women Enterprise Fund (WEF), Uwezo Fund, the National Government Affirmative Action Funds (NGAAF), the 30% Access to Government Procurement Opportunities (AGPO) for women, youth and persons with disabilities, elimination of Gender Based Violence in all its forms, including FGM, and ensuring access to justice and safeguarding gender equality as espoused in the Constitution.
The Kenya Roads Board Act of 1999 (amended by the Kenya Roads Act of 2007) defines the criteria for the allocation of the Roads Maintenance Levy Fund as follows:
- 40% of the fund is dedicated to International and National Trunk Roads, managed by the Kenya National Highways Authority
- 32% of the fund is allocated Rural Roads through the Kenya Rural Roads Authority
- 15% of the fund is allocated Urban Roads, managed by the Kenya Urban Roads Authority.
- 10% of the fund to be administered by the Minister for Roads
- 2% of the Fund allocated to the Kenya Roads Board
- 1% of the funds is allocated the Kenya Wildlife Services for maintenance of roads within national parks and game reserves
| Item | Tender Number | Tender Name | Click to Download | Deadline |
|---|---|---|---|---|
| 1 | KeRRA/011/39/47/2017-2018 | Katila – Parakati Road | 30-1-2018 | |
| 2 | KeRRA/011/39/34/2017-18 | Junct C77 Lkotikal - Tuum Road | 30-1-2018 | |
| 3 | KeRRA/011/39/45/2017-2018 | Mazeras – Kinango | 30-1-2018 | |
| 4 | KeRRA/011/39/46/2017-2018 | Sarame – Tapach - Sondany | 30-1-2018 | |
| 5 | KERRA/011/39/24/2017-1 | Lela-Mtando-Kore (Urf3) Road | 30-1-2018 |
KENYA RURAL ROADS AUTHORITY
GARISSA REGION
RE-TENDER NOTICE
5TH APRIL 2024
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 network in Kenya.
The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2023-2024 to be funded under Constituency Roads Funds (CRF)-22% & 10% RMLF (REGULAR) -IJARA CONSTITUENCY as indicated below:
|
IJARA CONSTITUENCY 22% ROUTINE MAINTENANCE LEVY FUND(RMLF) |
|||||
|
S/No |
TENDER NO: |
ROAD NAME & CODE: |
ELIGIBILITY |
NCA CATEGORY |
CLOSING DATE & TIME: |
|
01. |
Hulugho-Garabey Sinai (UK 07-40) Road. |
OPEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
02. |
Hulugho-Sarira (UK 07-41) Road. |
OPEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
03. |
JNC B93(Sangailu)-Mataaraba-Darim (UK 07-42) Road. |
OPEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
04. |
EGE-Ruqa (UK 07-43) Road. |
OPEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
05. |
JNC C-255(Kotile)-Abalatiro (UK 07-44) Road. |
OPEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
06. |
JNC B93 (Hulugho)-Bulla riik-Gesireb (UK 07-45) Road. |
PWD |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
07. |
JNC B93 (Ijara)-Dawalweyne-Dalolo JNC A10 (UK 07-46) Road. |
WOMEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
08 |
Hulugho-Guded-Darusalam (UK 07-47) Road. |
YOUTH |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
IJARA CONSTITUENCY 10 % (REGULAR) ROUTINE MAINTENANCE LEVY FUND: |
|||||
|
09. |
Masalani-Haji Mohamed-Jalich (G50-74) Road. |
OPEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
10. |
Dubadubeisa-Ruqa(C-256) Road. |
OPEN |
6 or 7 or 8. |
18/04/2024. 10.00 AM |
|
|
S/No. |
MANDATORY REQUIREMENTS: |
||||
|
1. |
Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address. |
||||
|
2. |
Certified Certificate copy of Incorporation. |
||||
|
3. |
Certified Copies of KRA-PIN and VAT Registration Certificates. |
||||
|
4. |
Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker. |
||||
|
5. |
Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8). |
||||
|
6. |
All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page. |
||||
|
7. |
Certified valid single business permit issued within the last one year-12 months. |
||||
|
8. |
Proof of bank account and bank statement in the name of the bidding firm for the last Three months. |
||||
|
9. |
Authority to seek reference from the contractor’s bank. |
||||
|
10. |
Letter from the bank showing signatory/ies to the bidding firm’s account. |
||||
|
11. |
Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies. |
||||
|
12. |
Certified copy/ies of National Identity cards/Passports for company director/s. |
||||
|
13. |
Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths. |
||||
|
14. |
Current sworn -in Affidavit to proof all litigation history for the last 3 months. |
||||
|
15. |
Brief work methodology relevant to the specific works. |
||||
|
16. |
Bidders for citizen/open tenders MUST be registered contractors in Garissa region. |
||||
|
|
OTHER REQUIREMENTS: |
||||
|
(a) |
Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements. |
||||
|
(b) |
General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents. |
||||
|
(c) |
Professional and technical personnel-Provide CVs and academic certificates. |
||||
|
(d). |
Turnover and liquid assets supported by audited accounts for the previous three years. |
||||
|
(e). |
Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening. |
||||
|
(f). |
Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected. |
||||
|
(g) |
All bids of value above Kes. Five (5) million under restricted (Registered) tender shall be required to submit tender/bid Security of two (2%) percent of the budget estimate. |
||||
|
(h) |
Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff. |
||||
|
|
ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS: |
||||
|
(i). |
Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification shall be done online from AGPO-website. |
||||
Interested bidders may download complete tender documents free of charge from the Authority’s website: www.kerra.go.ke. from Wednesday, 10th April, 2024 and bidders should continually check regional office notice board and website for any tender addendums or clarifications that may arise before submission date.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:
Regional Director,
Kenya Rural Roads Authority, P.o Box 1391-70100,
GARISSA.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Telephone: +254 743 207672/02022403007.
Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.
Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.
Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.
Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.
Patrick K. Ringera.
REGIONAL DIRECTOR,
GARISSA REGION:
INVITATION TO TENDER
ADDENDUM No. 2
IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT
- REHABILITATION AND IMPROVEMENT AND PERFORMANCE BASED ROUTINE MAINTENANCE, &
- LOW VOLUME SEALING, AND PERFORMANCE BASED ROUTINE MAINTENANCE FOR VARIOUS ROADS.
Download Addendum 2 and ANNEX here
Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 19th January, 2024 and Addendum No. 1 that appeared on 14th February, 2024 on the Authority’s website as well as the PPIP Portal.
- The Authority has received various requests for clarification and interested bidders are requested to note as detailed in the table below;
|
No. |
Item |
Clarifications Requested |
Tender No. |
Response |
|
|
1 |
Invitation to tenderers: Evaluation Criteria (4): Have at least one Director and two Technical Supervisors who have been trained on gravel works Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC) |
If director or supervisor has been trained on low volume Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC), do they qualify to bid for gravel works having not trained on gravel works but trained on Low Volume Labour Based course? |
All tenders (Gravel & LVS Tenders) |
Bidders for gravel roads require the Gravel Training certificates while bidders for LVS roads require the Low Volume Labour Based Training certificates. |
|
|
2 |
TDS -ITT 16.7 The Employer will assist in initiating the process of tax exemption certificate for VAT. Bidders should note that the withholding income tax (3%) will apply as per the law. |
Are the contracts VAT exempt? |
All tenders (Gravel & LVS Tenders) |
The contract is NOT VAT exempt until it is granted by Kenya Revenue Authority (KRA). The bidders should include VAT in their Tender as outlined in the form of tender and the Bills of Quantity. |
|
|
3 |
01-60-002: Clearance on Completion 01-60-003: Insurance and Securities |
The quantity indicated in the BoQ is erroneous |
All gravel contracts in Laikipia, Meru and Tharaka Nithi |
The error has been corrected. The unit for both items is “Lumpsum” thus Quantity is one (1). The revised BoQ is attached as Annex 1 herewith. |
|
|
4 |
01-60-007: Provision of site sanitation facility 01-60-006: Drinking Water |
The unit in BoQ provided is Lump Sum. Can it be revised to month, to be same as drinking water? |
All tenders (Gravel & LVS Tenders) |
The unit has been revised to “Lumpsum”, as per the specifications. The revised BoQ is attached as Annex 1 herewith. |
|
|
5 |
Bill 9 09-50-004: Traffic Control |
Quantity provided for 8 Months which does not match the construction period of 12 months. |
All tenders (Gravel & LVS Tenders) |
The unit has been revised to “Lumpsum” as per the specifications.
The revised BoQ is attached as Annex 2 herewith. |
|
|
5b |
09-50-004: Specifications
|
Measurement and Payment The unit is in months to be changed to lump sum |
AFD/EU/LKP/ LVS /1/2023/24 AFD/EU/ME/LVS/1/2023/24 AFD/EU/ TN/LVS/1/2023/24 AFD/EU/LKP/GR/1/2023/24 AFD/EU/LKP/GR/2/2023/24 AFD/EU/LKP/GR/3/2023/24 AFD/EU/ME/GR/1/2023/24 AFD/EU/ME/GR/2/2023/24 AFD/EU/ TN/GR /1/2023/24 AFD/EU/ TN/GR /2/2023/24 |
Amend to read Measurement Unit: Lump Sum as a percentage of the physical progress done monthly, upon the approval of the Engineer that satisfactory control measures are in place. |
|
|
6 |
Section IX: Special Conditions of Contract GCC 49.1 |
The clause states that Advance Payments shall be 20% for LVS and 10% for gravel of the Contract Sum and shall be paid to the Contractor no later than [N/A]. Please clarify if advance payment shall be granted for as per the statement? |
All tenders (Gravel & LVS Tenders) |
Advance Payment shall be paid.
Special Conditions of Contract Clause GCC 49.1 has been reviewed for all tenders to be as follows; Gravel Road Contracts: The Advance Payments shall be: 10% of the Contract Amount and shall be paid to the Contractor no later than 60 days.
LVS Road Contracts: The Advance Payments shall be: 10% of the Contract Amount and shall be paid to the Contractor no later than 60 days. |
|
|
7 |
Section 14: Cement, Lime and Emulsion Treated Subbase & Base |
Please clarify if the cement to be used is Ordinary Portland Cement (CEM 1 - 42.5N/mm2 complying to KS EAS 18-1)? |
AFD/EU/SA/LVSR/03/2023-24 |
Specifications for cement to be used in Section 14 will be Ordinary Portland Cement (32.5N/mm2 mortar strength) |
|
|
8 |
16-60-002: Provision of Cold Mix Asphalt |
The Bill Item states that “Provide, mix, place and compact Cold Asphalt Mix to include provision and spraying of Anionic Emulsion bitumen A4-60% tack coat with 1:6 dilution at a spray rate of 1.0-1.2litres/m2. All inclusive” For purposes of pricing, can the tack coat be separated as an independent bill item as opposed to an all-inclusive item? |
All LVS Tenders |
The item remains all-inclusive, as outlined in the specifications. |
|
|
9 |
Specifications. Clause 1703(D) -Concrete Works (Class 25/20) |
The Specifications indicate concrete Class 25/20 whereas the BoQ in 17-80-007b states as follows; Provide, place and compact concrete Class 30/20 for the Box Culvert. For purposes of pricing, please clarify the concrete class to use in all Box Culverts |
AFD/EU/SA/LVSR/03/2023-24 |
Concrete class 30/20 will be used on Box Culverts (slabs and walls) and drifts(slab). The specifications for concrete class 30/20 has been is attached as Annex 3 herewith.
|
|
|
10 |
Section II: Tender Data Sheet (TDS) |
Provide proof of overall financial soundness (attach bank statements, letter of credit & signed and stamped audited accounts for the last 5 years). Can this be revised to 2 or 3 years? |
All tenders (Gravel & LVS Tenders) |
Proof of overall financial soundness signed and stamped audited accounts has been revised to 3 years. Interested bidders should therefore provide Audited Accounts for the last 3 years. A letter of credit should be current (within 6 months from the date submission) and should be specific to the project. |
|
|
11 |
Section II: Tender Data Sheet (TDS) Clause ITT13.1 (h) |
Current Certificate of registration with National Construction Authority in the Category “NCA 6 or 7”. Can the category please be revised to include NCA 5, 6 &7 for fair competition and broaden the band? |
All gravel Tenders |
The category remains as NCA 6 or 7. However, a valid NCA practicing license will be required to be submitted together with the NCA Certificate. |
|
|
12 |
Lump sum Items 01-06-002 and 01-06-003 Items 01-06-004 (prime cost sum) and 04-50-010 (provisional sum) |
No quantity has been provided |
AFD/EU/ TN/LVS/1/2023/24 ITUGURURU KAMAENDE BATCH 1 |
The Bill of quantities have been revised. The revised BoQ is attached as Annex 1 herewith. |
|
|
12b |
04-50-010 (provisional sum) |
No quantity has been provided |
AFD/EU/ TN/LVS/1/2023/24 ITUGURURU KAMAENDE BATCH 1 |
The Bill of quantities have been revised. The revised BoQ is attached as Annex 4 herewith. |
|
|
12 c |
Bill 8 |
Some rates have been indicated |
|||
|
13 |
Bill item 01-08-144 for security (PC Sum)
|
No quantity has been provided |
AFD/EU/ME/GR/1/2023/24 KACHULU - GOTU |
The Bill of quantities has been revised and errors corrected. The revised BoQ is attached as Annex 1 herewith. |
|
|
13b |
Bill 8 - items |
Some rates have been indicated |
AFD/EU/ME/GR/1/2023/24 KACHULU - GOTU |
The Bill of quantities has been revised and errors corrected. The revised BoQ is attached as Annex 5 herewith. |
|
|
14 |
Lump sum items number 01-06-002, and 01-06-003 Item 01-06-004 (PC sum) |
No quantity has been provided |
AFD/EU/LKP/ LVS /1/2023/24: MIRERA - MALLE |
The Bill of quantities has been revised to indicate the quantities. The revised BoQ is attached as Annex 1 herewith. |
|
|
15 |
Lump sum items No. 01-06-002 and 01-06-003 Item 01-06-004 (PC sum) |
No quantity has been provided |
AFD/EU/ME/LVS/1/2023/24 ISIOLO - MURIRI |
The Bill of quantities has been revised to indicate the quantities. The revised BoQ is attached as Annex 1 herewith. |
|
|
16 |
Bill of Quantities Bill no 25 Bill no 26 |
The quantity indicated in the BoQ is erroneous for lump sum items |
AFD/EU/LKP/LVS/1/2023/ 24 AFD/EU/ME/LVS/1/2023/24 AFD/EU/TN/LVS/1/2023/24 AFD/EU/LKP/GR/1/2023/24 AFD/EU/LKP/GR/2/2023/24 AFD/EU/LKP/GR/3/2023/24 AFD/EU/ME/GR/1/2023/24 AFD/EU/ME/GR/2/2023/24 AFD/EU/ TN/GR /1/2023/24 AFD/EU/ TN/GR /2/2023/24 |
The Unit for this item is “Lumpsum” and thus the quantity is one (1).
The revised BoQ is attached as Annex 6 herewith. |
|
|
17 |
Bill of Quantities. Bill No. 1: Preliminary and General Items |
The projects that are in areas that are insecure and will have problems with labour. We request introduction of an item in Bill 1 for mobilization and setting up camp for the contractor? |
All Tenders |
Refer to; Specifications; Section 01: Preliminary and General Items, Item 01-50-001: Mobilization and Establishment of the site. |
|
|
18 |
Bill of Quantities. Bill No.5: Earthworks Bill Item 05-50-016 |
Request for clarification of the Bill Item to avoid ambiguity of works to be undertaken |
TENDER No.: AFD/EU/ TN/LVS/1/2023/24 ITUGURURU- KAMAENDE ROAD |
For clarity, the description has been amended to read as follows: Scarify water and compact existing ground (Including ripping off any bituminous material and breaking it into pieces) to at least 95%MDD (AASHTO T180) to a depth of 150mm below ground level. The revised BoQ is attached as Annex 7 herewith. |
|
|
19 |
Bid Guarantee (ITT 21.1) |
Clarify if a bank guarantee is applicable as bid security? If it’s applicable, kindly amend the TDS accordingly |
All tenders (Gravel & LVS Tenders) |
Bank Guarantee is applicable as a bid security as outlined in the Instruction to Tenderers clause 21.2.
Amend TDS Clause ‘21.1’ and ‘ITT 21.2(d)’ and Qualification Criteria (QC) A (1) by revising the statement
(TDS Clause 21.1) - “A Tender Security shall be required from an insurance company registered and licensed by the Insurance Regulatory Authority”
(QC) A (1) - “A Tender Security shall be a guarantee by an insurance company registered and licensed by the Insurance Regulatory Authority and listed by the authority. N/B This form of tender security (tender bond) is not applicable; bidders that submit it to be disqualified”
and replace with;
“A Tender Security shall be required and shall be a demand guarantee in any of the forms given under ITT 21.1 at the Tenderer's option”
Delete ITT 21.2(d). |
|
|
20 |
Evaluation Criteria B. Detailed Evaluation Criteria Table 3: 3.2(a) |
Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least Kshs. 20Million within the last Five (5) Years that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works) Request for bidders who have less than 5 years be considered. |
All tenders (Gravel & LVS Tenders) |
The criteria has not debarred any interested bidder to table his experience if it is less than 5 years. It indicates experience within the last five (5) years. |
|
|
21 |
Is there possibility of client doing boreholes in areas of water scarcity e.g.at Gotu and Ilpolei? |
AFD/EU/LKP/GR/2/2023/24 AFD/EU/LKP/GR/3/2023/24 AFD/EU/ME/GR/1/2023/24 |
Please refer to preamble of Bill of quantities item (8).
The contractor is responsible for providing water for construction works |
||
|
22 |
Are there Security arrangements in Gortu? |
AFD/EU/ME/GR/1/2023/24 |
Please refer to BoQ item No. 01-80-144 |
||
|
23 |
Are there security issues in Ilpolei in Laikipia county? |
AFD/EU/LKP/GR/2/2023/24 AFD/EU/LKP/GR/3/2023/24 |
There are no serious insecurity issues in Ilpolei - Kimanjo road in Laikipia County |
||
|
24 |
The client needs to confirm on the status of land acquisition in Itugururu - Kamaende Section near the Air Strip |
AFD/EU/TN/LVS/1/2023/24 |
The client through County Government has settled land acquisition issues |
||
|
25 |
Form of tender needs the tenderer’s letter head, can the tenderer typeset the form of tender separately due to space? |
All tenders (Gravel & LVS Tenders) |
It is okay to type set the form of tender as per the instructions. Changing of the format and content will however lead to disqualification. |
||
|
26 |
Does the beneficial ownership form need to be submitted during Tendering or after award? |
All tenders (Gravel & LVS Tenders) |
The Beneficial ownership forms are not to be filled during bidding. They will be submitted upon receipt of intent to enter into contract – (form of tender XX1) |
||
|
27 |
Tender No.: AFD/EU/LKP/GR/1/2023/24 Page 65: Bill of Quantities Section 26- PBRM Clarify the length of road that will be considered under PBRM. |
AFD/EU/LKP/GR/1/2023/24 |
Section 26- PBRM Length of road revised to 7 km |
||
|
27b |
Bill item 10.60.001 |
The bill quantity is different from the one in the implementation plan |
AFD/EU/LKP/GR/1/2023/24 |
The Bill of quantities has been revised to indicate the quantities. The revised BoQ is attached as Annex 8 herewith. |
|
|
|
|||||
|
28 |
Tender No. AFD/EU/ TN/GR /2/2023/24 |
The road name reads as Matiri - Kamarandi Road in the invitation to tender but Matiri – Kamanyaki in the tender document. Which is correct name of the road? |
AFD/EU/ TN/GR /2/2023/24 |
AFD/EU/ TN/GR /2/2023/24 MATIRI – KAMANYAKI BATCH 1 as per the Tender Document. |
|
|
29 |
Evaluation Criteria B. Detailed Evaluation Criteria Table 3: 5.1 |
With regard to the size of the works, can the site agents having a qualification minimum of Higher Diploma with the required training be considered instead of site agent with Bsc Civil Engineering with the required training? |
All tenders (Gravel & LVS Tenders) |
Item No. 5.1 on Site Agent Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria) is hereby revised to read as follows;
5.1 Site Agent qualification; Qualification = Diploma in Civil Eng. General Experience= 5yrs, Specific Experience = 3 Yrs |
|
|
30 |
14-50-001: Provide and Transport to site Cement Stabilizer 14-50-002: Provide and Transport to site Lime Stabilizer |
What is the percentage of cement / lime to be used and on what thickness? |
AFD/EU/ TN/LVS/1/2023/24 ITUGURURU KAMAENDE AFD/EU/LKP/ LVS /1/2023/24 MIRERA - MALLE BATCH 1 |
The percentage of lime and cement to be determined on site by the Engineer. Thickness of Hydraulic Improve Gravel (HIG) 160 Base is 125mm. |
|
|
31 |
14-50-003: Provide and Transport to site Bitumen Emulsion (A4-60) |
What is the percentage of emulsion A4/60 to be used and on what is the quantity? |
A4-60 will not be used in the base works |
||
|
32 |
BOQ repetition of VAT& Contingency in the Gravel roads In Laikipia |
There seems to be a repetition on the issues of contingencies and VAT. Please advise on the above-mentioned matter. |
AFD/EU/LKP/GR/3/2023/24 AFD/EU/LKP/GR/2/2023/24 |
The VAT and Contingency component are for Improvement works and Performance based maintenance components of the works |
|
|
33 |
Road Name: Sololo Town-Mado Adhi-Wayegodda (4.3 Km) |
The following errors noted; -The title for summary pages read ‘Area 2 Isiolo County - The BoQ has 4 different summaries. However, the Form of Tender provides for only two spaces to fill in; i) Improvement Works and ii) PBRM. Please clarify this disparity |
AFD/EU/MA/GR/02/2023-24. |
The errors in the document reading Isiolo County have been corrected to read Marsabit County. The revised BoQ is attached as Annex 9 herewith.
The BoQ for this tender has been prepared into two sections; 1. Km 0+000 to Km 1+000 (Improvement works and PBRM) 2. Km 1+000 to Km 3+300 (Improvement works and PBRM) The total to be forwarded into the Form of Tender should be the sum of the respective improvement works and PBRM for the entire 4.3kms. |
|
|
34 |
Road No: C605 – 01C Road Name: Baragoi-Masikita-Sereolipi (10 Km) Section VII: Bill Of Quantities |
AFD/EU/SA/GR/01C/2023-24 |
The detailed BoQ for the 30m Non-Vented Drift, 6m wide at Km 29+700 has been added and is attached as Annex 10 herewith. |
||
|
35 |
ITT 24.1 submission and opening date |
Bidders requested extension of time for submission of bids to allow more time in preparation of bids. |
All tenders (Gravel & LVS Tenders) |
Submission and Tender Opening has been revised and shall be on or before 5th March 2024 at 11.00am. The submission location will be at the respective KeRRA Regional Offices |
|
|
36 |
Evaluation Criteria B. Detailed Evaluation Criteria Table 3: 3.1 General Construction Experience |
Consideration of the General Construction Experience Period |
All tenders (Gravel & LVS Tenders) |
Amend Item No. 3.1 on General Construction Experience Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria) by deleting the statement
“Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline”
and replace with;
“Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last three (3) years prior to the applications submission deadline” |
|
|
37 |
Evaluation Criteria B. Detailed Evaluation Criteria Table 3: 3.2(a) |
Consideration of the value of similar works of a value of at least KShs. 100 million within the last Five (5) |
All Tenders for LVS (Not Applicable to Gravel Works Tenders) |
Amend Item No. 3.2 (a) on Specific Construction Experience Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria) by deleting the statement
“Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 100 million within the last Five (5) Years that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works) For subcontracted Works the Bidder should provide the following: · Award letter of the Main Contract · Award letter of the subcontract · Completion letter of the Subcontract Proof of payment (attach payment certificates and certified bank statements indicating proof of payment) Certified by a Commissioner of Oath”
and replace with;
“Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 60 million within the last Five (5) Years that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works) For subcontracted Works the Bidder should provide the following: · Award letter of the Main Contract · Award letter of the subcontract · Completion letter of the Subcontract Proof of payment (attach payment certificates and certified bank statements indicating proof of payment) Certified by a Commissioner of Oath” |
|
|
38 |
Evaluation Criteria B. Detailed Evaluation Criteria Table 3: 3.2(a) |
Consideration of the value of similar works of a value of at least KShs. 20 million within the last Five (5) |
All Tenders for Gravel Works (Not Applicable to LVS Tenders) |
Amend Item No. 3.2 (a) on Specific Construction Experience Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria) by deleting the statement
“Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 20 million within the last Five (5) Years that have been successfully and substantially completed. and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works) For subcontracted Works the Bidder should provide the following: · Award letter of the Main Contract · Award letter of the subcontract · Completion letter of the Subcontract Proof of payment (attach payment certificates and certified bank statements indicating proof of payment) Certified by a Commissioner of Oath”
and replace with;
“Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 10 million within the last Five (5) Years that have been successfully and substantially completed. For subcontracted Works the Bidder should provide the following: · Award letter of the Main Contract · Letter of the subcontract · Completion letter of the Subcontract Proof of payment (attach fully signed and stamped payment certificates |
|
|
39 |
Special specification Cl 25-50-002 Measurement and Payments for Environmental & social Mitigation |
A tool to measure Compliance has been introduced |
All Tenders |
special specifications clause 25-50-002 add Environmental and social Impact compliance tool as Annex 11 herewith |
|
- Full details of the Clarification Response will be available as from 19th February, 2024 and eligible and interested bidders can download the response from Authority’s website www.kerra.go.ke and or www.tenders.go.ke as from then.
- The submission dates for Tenders for (1) The Rehabilitation and Improvement and Performance Based Routine Maintenance, (2) Low Volume Sealing, and Performance Based Routine Maintenance for the various roads is hereby revised from 29th February, 2024 to on or before 5th March, 2024 at 11.00am.
- Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors as indicated in the Initial Invitation Notice or be addressed and posted to the respective regional addresses Indicated in the same Initial Invitation Notice.
- Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.
- Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..
- Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
- All other information remains the same.
Deputy Director (Supply Chain Management)
For: Director General
Kenya Rural Roads Authority
INVITATION TO TENDER
ADDENDUM NO. 1
IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT
(1) REHABILITATION AND IMPROVEMENT AND PERFORMANCE BASED ROUTINE MAINTENANCE, &
(2) LOW VOLUME SEALING, AND PERFORMANCE BASED ROUTINE MAINTENANCE FOR VARIOUS ROADS.
Download addendum 1 here
Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 19th January, 2024.
Interested Bidders are requested to note the following;
1. That the Authority has received various requests for clarifications on the above Tenders and is in the process of preparing a response.
2. Full details of the Clarification Response will be available as from 19th February, 2024 and eligible and interested bidders can download the response from Authority’s website www.kerra.go.ke and or www.tenders.go.ke as from then.
3. The submission dates for Tenders for (1) The Rehabilitation and Improvement and Performance Based Routine Maintenance, (2) Low Volume Sealing, and Performance Based Routine Maintenance for various roads is hereby revised from 15th February, 2024 to on or before 29th February, 2024 at 11.00am.
4. Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors as indicated in the Initial Invitation Notice or be addressed and posted to the respective regional addresses Indicated in the same Initial Invitation Notice.
5. Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.
6. All other information remains the same.
Deputy Director (Supply Chain Management)
For: Director General
Kenya Rural Roads Authority
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
ADDENDUM NO. 1
IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES
DOWNLOAD ADDENDUM 1 & ANNEX HERE
Download Addendum 3 & Annex Here
Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 29th September, 2023, and
Interested Bidders are requested to note the following amendments for the Tenders published under the referenced Tender Notice;
- The Project Location for the Tender for Spot Improvement of Riverside Sironi Road, Tender No. KeRRA/08/39/36/2023-24 has been errenously captured as Laikipia Region. The Project Location is hereby being revised to indicate Kiambu Region. With this, the Tender Document has been revised to capture the correct details under Special Specifications. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
- The Tender name given under the Tender Notices referenced above for the Tender for Spot Improvement of Kipkundul – Makutano – Kaptalamwa - Segut Road, Tender No. KeRRA/08/39/2/2023-24 in Elgeyo Marakwet County is hereby captured correctly in this Notice as Spot Improvement of Kipkundul – Kapyego – Kamelei Road as given in the Tender Document.
- The Qualification Criteria given under Table 3 - Technical & Financial Capacity Evaluation (Section III – Evaluation & Qualification Criteria) Item No. 3.3 (c ) on Value of Current Contract Commitments / Works in Progress with the Procuring Organization stating that “the value of pending works with the procuring entity SHALL not exceed KShs. 7.5 Billion” for the Tender for Spot Improvement of Kipkundul – Kapyego – Kamelei Road, Tender No. KeRRA/08/39/2/2023-24 in Elgeyo Marakwet County is hereby deleted. Interested bidders are to note this and omit the criteria.
- The Qualification Criteria given under Table 3 - Technical & Financial Capacity Evaluation (Section III – Evaluation & Qualification Criteria) Item No. 3.3 (c ) on Value of Current Contract Commitments / Works in Progress with the Procuring Organization stating that “the value of pending works with the procuring entity SHALL not exceed KShs. 7.2 Billion” for the Tender for Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road, Tender No. KeRRA/08/39/3/2023-24 in Murang’a County is hereby deleted. Interested bidders are to note this and omit the criteria.
- The Special Specifications Clause 102 Extent of Contract item No. 8 is hereby be amended to read as ( 8 Provision of 150mm hand packed stone base as shall be directed by the Engineer) for the Tender for Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road, Tender No. KeRRA/08/39/3/2023-24 in Murang’a County.
- The scope of work and Bills of Quantity for Tender, Spot Improvement of A2 Gwa Kairu – Jacaranda), Tender No. KeRRA/08/39/30/2023-24 in Kiambu County has been revised. Bidders should note that the NCA category has been amended, the NCA Category is now 4 or 5 or 6 or 7. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
- The scope of work and Bills of Quantity for Tender, Spot Improvement of Chobe - Kambi George- Weru - Matundura & Muti-ini - Thindi, Tender No. KeRRA/08/39/65/2023-24 in Nyandarua County has been revised. Bidders should note that the NCA category has been amended, the NCA Category is now 5 or 6 or 7. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
- The scope of work and Bills of Quantity for Tender, Mwachon ICT Access Road, Tender No. KeRRA/08/39/17/2023-24 in Baringo County has been revised. Bidders should note that the NCA category has been amended, the NCA Category is now 4 or 5 or 6 or 7. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
- The scope of work and Bills of Quantity for Tender, Jnct C660 - Access To Kapkombe Secondary School, Tender No. KeRRA/08/39/74/2023-24 in Baringo County has been revised. Bidders should note that the project name is Jnct C660 - Access To Kapkombe Primary School Baringo County. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
- The scope of work and Bills of Quantity for Tender, Kapsaos - Kipkenyo- Aturei –Tuiyo, Tender No. KeRRA/08/39/73/2023-24 in Uasin Gishu County has been revised. Bidders should note that the NCA category has been amended, the NCA Category is now 4 or 5 or 6 or 7. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
- That the NCA category for Tender Limo - Ilula Road/ Jua Kali - Sugoi- Limo Hospital – Illula, Tender No. KeRRA/08/39/68/2023-24 in Uasin Gishu County has been amended, the NCA Category is now 2 or 3 or 4 or 5 or 6.
- That the NCA category for Tender, Construction of Turbo Bridge and Approach Roads, Tender No. KeRRA/08/39/80/2023-24 in Uasin Gishu County has been amended, the NCA Category is now 1 or 2 or 3 or 4 or 5 or 6.
- That for Tender, Mlango-Benon-State Lodge-Sach 3-No. 4 – Riwo Pri – Store – Mto Mbili Road, Tender No. KeRRA/08/39/25/2023-24 in Trans Nzoia County, was missing List of Appendices A,B and C. The Appendices are attached as Annex 7.
- That the Fund source for Tender, Bissil – Olmotiok Box Culverts, Tender No. KeRRA/08/39/76/2023-24 in Kajiado County is Road Maintenance Levy Fund and not Equilization Fund.
- The Tender Document provided for download on the KeRRA website for the Tender for Spot Improvement for Bandaptai Street Eldoret Road, Tender No. KeRRA/08/39/70/2023-24 in Uasin Gishu Region erroneously contained location description for a road P195 :Kipangawau Pry Acess/P.199-Mwariki Sec School-Pembe Mbili –Eldo in Nakuru County. By this Addendum, the correct Tender Document for the Tender for Spot Improvement for Bandaptai Street Eldoret Road, Tender No. KeRRA/08/39/70/2023-24 in Uasin Gishu Region has been uploaded on the KeRRA website. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
- The Tender for Spot Improvement of Mulot Central – Enelaiemarti - Kabolecho Road In Narok County, Tender No. KeRRA/08/39/57/2023-24 is OPEN to Citizen Contractors. ITT No. 35.2 under the Tender Data Sheet is therefore revised to read Not Applicable.
- The Tender for Spot Improvement of Nyanturago - Ekonabong’ota - Mecheo Road in Kisii Region, Tender No. KeRRA/08/39/58/2023-24 is OPEN to Citizen Contractors. ITT No. 35.2 under the Tender Data Sheet is therefore revised to read Not Applicable.
- The Engineers' Estimate should be viewed as a guide and hence will not be used for evaluation purposes. Interested bidders are encouraged to visit the various project sites to enable them do their own costings and preparation of the Tender Documents.
- The Tender Documents for the following tenders have been revised and their amendments annexed as shown in the table below;
|
S/No |
Region |
Tender No. |
Road Name |
Length (Km) |
Remarks |
|
|
|
||||||
|
Murang'a |
KeRRA/08/39/3/2023-24 |
Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage |
26 |
Bill items 1 and 25 have been amended, also the summary page of the BOQ has been revised to include the missing bill items 10 and 26 as attached in ANNEX 1 |
||
|
Murang'a |
KeRRA/08/39/13/2023-24 |
Completion of Itaru - Kayuyu Bridge |
Bridge |
The summary page of the BOQ has been revised to include the missing bill item 10 as attached in ANNEX 2 |
||
|
Murang'a |
KeRRA/08/39/45/2023-24 |
Gacharu - Mbombo |
5 |
The summary page of the BOQ has been revised to include the missing bill item 21 as attached in ANNEX 3 |
||
|
|
||||||
|
Nyeri |
KeRRA/08/39/4/2023-24 |
Muthua - Kabiruini C512 Junction |
15 |
The summary page of the BOQ has been revised to include the missing bill item 26 as attached in ANNEX 4 |
||
|
v) |
Nakuru |
KeRRA/08/39/52/2023-24 |
Jogoo-Kiptangwanyi-Tangi Tano-Canaan Road |
25 |
The bill 1 item is amended as attached in ANNEX 5 |
|
|
vi) |
Kilifi |
KeRRA/08/39/30/2023-24 |
Gede Forest-Turtle Bay Road |
14 |
The bill 1 item is amended as attached in ANNEX 6 |
|
- The submission date and time for ALL the tenders listed under the initial Advertisement published on 29th September, 2023 has been revised from 24th October, 2023 to 31st October, 2023 at 11.00am.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of RESPECTIVE REGIONAL DIRECTORS as indicated in the initial Long Advertisement that can be downloaded from the Authority’s website.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
- Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..
- All other information as pertaining to the tenders remains the same.
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
ADDENDUM NO. 2
IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES
Download Addendum 3 & Annex Here
Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 29th September, 2023, and Addendum No. 1 dated 19th October, 2023.
Interested Bidders are requested to note the following amendments for the Tenders published under the referenced Tender Notice;
- Under qualification criteria 3.2(a) of the Bid Documents, the last statement:……proof of payment (Attach payment certificates and certified bank statements, indicating proof of payment)…… has been deleted.
- That the NCA category for Tender Spot Improvement of Garissa – Sankuri-Saka- Balambala C251 Road In Garissa County, Tender No. KeRRA/08/39/75/2023-24, has been revised, the NCA Category is now 5 or 6 or 7.
- The Bills of Quantities for Bill No.1 for the tenders shown below have have been revised. Interested bidders are requested to use in their bids the Revised Bill 1 Items as shown in respective Annex. The Tenders are as listed below:
|
S/No |
Region |
Tender No. |
Road Name |
Annex |
|
Kiambu |
KeRRA/08/39/11/2023-24 |
Dagoreti - Baranaki - Shauri - Kidifarmaco / Kikuyu Link Roads / Kidfarmaco Access Road |
(Annex 1) |
|
|
Murang'a |
KeRRA/08/39/45/2023-24 |
Muchungucha – Gacheru - Mbombo |
(Annex 2) |
|
|
Kiambu |
KeRRA/08/39/12/2023-24 |
Kiore - Muslim / Kiore - Lusingeti / Jambu TV - Njumbi |
(Annex 3) |
|
|
Kiambu |
KeRRA/08/39/28/2023-24 |
Magana Flowers-Springs Connector |
(Annex 4) |
|
|
5. |
Laikipia |
KeRRA/08/39/15/2023-24 |
Maina Village Roads |
(Annex 5) |
|
6. |
Murang'a |
KeRRA/08/39/3/2023-24 |
Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage |
(Annex 6) |
|
7. |
Murang'a |
KeRRA/08/39/7/2023-24 |
Maragi - Kahuti (Kirogokiruri - Gitui - Gathera - Kariciungu Jnct C544) Road |
(Annex 7) |
|
8. |
Laikipia |
KeRRA/08/39/9/2023-24 |
Mwireri - Maili Sita -Umande - Ngenia |
(Annex 8) |
|
9. |
Murang'a |
KeRRA/08/39/13/2023-24 |
Completion of Itaru - Kayuyu Bridge |
(Annex 9) |
|
10. |
Kiambu |
KeRRA/08/39/26/2023-24 |
Jnct B115 Tatu City -Junct B116 (Oaklands) Road |
(Annex 10) |
|
11. |
Meru |
KeRRA/08/39/42/2023-24 |
Mitundu - Ititu Road |
(Annex 11) |
|
12. |
Murang'a |
KeRRA/08/39/46/2023-24 |
Githambo Junction - Githiga Road |
(Annex 12) |
|
13. |
Nairobi |
KeRRA/08/39/50/2023-24 |
Wangai - Karugu Road |
(Annex 13) |
|
14. |
Nyeri |
KeRRA/08/39/4/2023-24 |
Muthua - Kabiruini C512 Junction |
(Annex 14) |
|
15. |
Bungoma |
KeRRA/08/39/18/2023-24 |
Salmond Hotel - Sikata jct Phase 1 |
(Annex 15) |
|
16. |
Kiambu |
KeRRA/08/39/27/2023-24 |
Gikambura - Southern Bypass Underpass |
(Annex 16) |
|
17. |
Machakos |
KeRRA/08/39/39/2023-24 |
Kaseve-Muthwani |
(Annex 17) |
|
18. |
Murang'a |
KeRRA/08/39/47/2023-24 |
Kahatia - Theri - Nduruini |
(Annex 18) |
|
19. |
Embu |
KeRRA/08/39/5/2023-24 |
Rukuriri - Kathageri - Kanyuambora |
(Annex 19) |
|
20. |
Murang'a |
KeRRA/08/39/8/2023-24 |
Mitarakwa - Ha Paulo (Jct C505(D428) – Mahuaini - Ititu Road E2154 -Mitundu Road F2208) |
(Annex 20) |
- The Special Specifications Clause 138: Vehicles and Drivers for the Engineer and His Staff and Method of Payment is revised to read as detailed in (Annex 21) for the following projects:
|
S/No |
Region |
Tender No. |
Road Name |
|
1. |
Nyeri |
KeRRA/08/39/4/2023-24 |
Muthua - Kabiruini C512 Junction |
|
2. |
Embu |
KeRRA/08/39/5/2023-24 |
Rukuriri - Kathageri - Kanyuambora |
|
3. |
Kericho |
KeRRA/08/39/6/2023-24 |
Kapsurer - Sosiot - Kiplamat |
|
4. |
Murang'a |
KeRRA/08/39/7/2023-24 |
Maragi - Kahuti (Kirogokiruri - Gitui - Gathera - Kariciungu Jnct C544) Road |
|
5. |
Trans Nzoia |
KeRRA/08/39/25/2023-24 |
Mlango-Benon-State Lodge-Sach 3-No. 4 – Riwo Pri – Store – Mto Mbili Road |
|
6. |
Murang'a |
KeRRA/08/39/8/2023-24 |
Mitarakwa - Ha Paulo (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) Road |
|
7. |
Laikipia |
KeRRA/08/39/9/2023-24 |
Mwireri - Maili Sita -Umande - Ngenia |
|
8. |
Kiambu |
KeRRA/08/39/10/2023-24 |
Nachu - SGR Road and Mikuyuini Access Culvert |
|
9. |
Kiambu |
KeRRA/08/39/11/2023-24 |
Dagoreti - Baranaki - Shauri - Kidifarmaco / Kikuyu Link Roads / Kidfarmaco Access Road |
|
10. |
Kiambu |
KeRRA/08/39/12/2023-24 |
Kiore - Muslim / Kiore - Lusingeti / Jambu TV - Njumbi |
|
11. |
Elgeyo-Marakwet |
KeRRA/08/39/20/2023-24 |
Iten- Milimani- mororia-Kiptabus |
|
12. |
Kiambu |
KeRRA/08/39/26/2023-24 |
Jnct B115 Tatu City -Junct B116 (Oaklands) Road |
|
13. |
Kiambu |
KeRRA/08/39/27/2023-24 |
Gikambura - Southern Bypass Underpass |
|
14. |
Kiambu |
KeRRA/08/39/28/2023-24 |
Magana Flowers-Springs Connector |
|
15. |
Kirinyaga |
KeRRA/08/39/33/2023-24 |
Kerugoya-Baricho |
|
16. |
Laikipia |
KeRRA/08/39/36/2023-24 |
Riverside Sironi |
|
17. |
Meru |
KeRRA/08/39/42/2023-24 |
Mitundu - Ititu Road |
|
18. |
Murang'a |
KeRRA/08/39/45/2023-24 |
Muchungucha – Gacheru- Mbombo |
|
19. |
Murang'a |
KeRRA/08/39/46/2023-24 |
Githambo Junction - Githiga Road |
|
20. |
Murang'a |
KeRRA/08/39/47/2023-24 |
Kahatia - Theri - Nduruini |
|
21. |
Murang'a |
KeRRA/08/39/48/2023-24 |
Gaithega - Gituri Road |
|
22. |
Nairobi |
KeRRA/08/39/50/2023-24 |
Wangai - Karugu Road |
|
23. |
West Pokot |
KeRRA/08/39/51/2023-24 |
Rehabilitation of Kolobot Vented Structure& Approach Roads |
|
24. |
Narok |
KeRRA/08/39/57/2023-24 |
Mulot Central - Enelai - Emarti - Kapolesho |
|
25. |
Kisii |
KeRRA/08/39/58/2023-24 |
Nyanturago - Ekona - Bogonta - Mecheo |
|
26. |
Tana River |
KeRRA/08/39/64/2023-24 |
Masalani - Kotile - Gamba - Malindi Road |
|
27. |
Nakuru |
KeRRA/08/39/67/2023-24 |
Kipangawau - Kibowen Pry Access/Mwariki Sec School- Pembe Mbili- Eldo |
|
28. |
Uasin Gishu |
KeRRA/08/39/68/2023-24 |
Limo - Ilula Road/ Jua Kali - Sugoi- Limo Hospital - Illula |
|
29. |
Uasin Gishu |
KeRRA/08/39/69/2023-24 |
Talket market roads, Elgeyo Border Town, Uasin Gishu (3km) |
|
30. |
Uasin Gishu |
KeRRA/08/39/70/2023-24 |
Bandaptai street Eldoret |
|
31. |
Baringo |
KeRRA/08/39/74/2023-24 |
Jnct C660 - Access To Kapkombe Secondary School Baringo County |
|
32. |
Uasin Gishu |
KeRRA/08/39/80/2023-24 |
Construction of Turbo Bridge and Approach Turbo |
- In the Summary page, Bill 11 of the Bills of Quantities for Tender, Rehabilitation of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road under Tender No. KeRRA/08/39/3/2023-24 in Murang’a County has been revised to read ‘Shoulders to Pavement’ (Annex 22).
- The submission date and time for ALL the tenders listed under the initial Advertisement published on 29th September, 2023 remains 31st October, 2023 at 11.00am as per Addendum No. 1
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of respective Regional Directors as indicated in the initial Long Advertisement that can be downloaded from the Authority’s website.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
- Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..
- All other information as pertaining to the tenders remains the same.
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
ADDENDUM NO. 3
IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES
Download Addendum 3 & Annex Here
Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 29th September, 2023, Addendum No. 1 dated 19th October, 2023 and Addendum No. 2 dated 24th October, 2023
Interested Bidders are requested to note the following amendments for the Tenders published under the referenced Tender Notice;
- The summary page of the BOQ for Spot Improvement of E7309 Maili Saba-Karunga-Forest Gate Road In Nakuru County Tender No. KeRRA/08/39/21/2023-24 has been revised to include the missing bill item 14, attached as (Annex 1).
- Bill 1 and Bill 25 of the Bills of Quantities for Tender, Spot Improvement of Jogoo-Kiptangwanyi-Munanda-Tangi Tano Munanda – Kiambogo - Kongasis Roads under Tender No. KeRRA/08/39/52/2023-24 in Nakuru County have been revised as shown in (Annex 2).
- Bill 1, Bill 4 and Bill 26 of the Bills of Quantities for Tender, Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road, Tender No. KeRRA/08/39/3/2023-24 in Murang’a County have been revised as shown in (Annex 3).
- The summary page of the BOQ for Spot Improvement of Access to Torongo - Mwachon Ict Center in Baringo County Tender No. KeRRA/08/39/17/2023-24 has been revised to include the missing bill item 5, attached as (Annex 4).
- Under SECTION III-EVALUATION AND QUALIFICATION CRITERIA Foreign Tenderers are required to Properly and dully fill, sign and stamp form of foreign Tenderers 40% rule (Attached as Annex 5). The affected Tenders are as listed below;
- Tender No. KeRRA/08/39/2/2023-24 Spot Improvement of Kipkundul – Kapyego- Kamelei Road in Elgeyo Marakwet and West Pokot Counties
- Tender No. KeRRA/08/39/3/2023-24 Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road in Murang’a County
- Tender No. KeRRA/08/39/52/2023-24 Spot Improvement of Jogoo-Kiptangwanyi-Tangi Tano-Canaan Road in Nakuru County
- Bill 1 of the Bills of Quantities for Tender, Spot Improvement of Nachu - Sgr Road & Mikuyuini Box Culvert under Tender No. KeRRA/08/39/10/2023-24 in Kiambu County has been revised as shown in (Annex 6).
- Bill 1 of the Bills of Quantities for Tender, Spot Improvement of Gede Forest-Turtle Bay Road under Tender No. KeRRA/08/39/30/2023-24 in Kilifi County has been revised as shown in (Annex 7).
- The submission date and time for ALL the tenders listed under the initial Advertisement published on 29th September, 2023 remains 31st October, 2023 at 11.00am as per Addendum No. 2.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of respective Regional Directors as indicated in the initial Long Advertisement that can be downloaded from the Authority’s website.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
- Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..
- All other information as pertaining to the tenders remains the same.
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES
Download Addendum 3 & Annex 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 bids from eligible Construction Companies to bid for Spot Improvement and Construction of Drainage structures to be financed by the Government of Kenya through the Road Maintenance Levy Fund and Development Vote.
- Bidders are required to download full details of the advertisement and tender documents from the Authority’s website kerra.go.ke from 2nd October, 2023.
List of the project roads is as shown below:
|
S/No |
County |
Tender No. |
Road Name |
NCA Category |
Reservation |
|
1 |
Taita Taveta |
Cess – Rekeke - Lake Jibe Road (C908) (Phase 1) |
1 |
Open |
|
|
2 |
Elgeyo Marakwet |
Kipkundul-Makutano-Kaptalamwa-Segut road |
1 |
Open |
|
|
3 |
Murang'a |
Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage |
1 |
Open |
|
|
4 |
Nyeri |
Muthua - Kabiruini C512 Junction |
2 or 3 |
Citizen |
|
|
5 |
Embu |
Rukuriri - Kathageri - Kanyuambora |
1 or 2 or 3 |
Citizen |
|
|
6 |
Kericho |
Kapsurer - Sosiot - Kiplamat |
1 or 2 or 3 |
Citizen |
|
|
7 |
Murang'a |
Maragi - Kahuti (Kirogokiruri - Gitui - Gathera - Kariciungu Jnct C544) Road |
1 or 2 or 3 |
Citizen |
|
|
8 |
Trans Nzoia |
Mlango-Benon-State Lodge-Sach 3-No. 4 – Riwo Pri – Store – Mto Mbili Road |
1 or 2 |
Citizen |
|
|
9 |
Murang'a |
Mitarakwa - Ha Paulo (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) Road |
1 or 2 or 3 |
Citizen |
|
|
10 |
Nakuru |
Jogoo-Kiptangwanyi-Tangi Tano-Canaan Road |
1 |
Open |
|
|
11 |
Laikipia |
Mwireri - Maili Sita -Umande - Ngenia |
1 or 2 or 3 |
Citizen |
|
|
12 |
Kiambu |
Nachu - SGR Road and Mikuyuini Access Culvert |
1 or 2 or 3 |
Citizen |
|
|
13 |
Kiambu |
Dagoreti - Baranaki - Shauri - Kidifarmaco / Kikuyu Link Roads / Kidfarmaco Access Road |
1 or 2 or 3 |
Women |
|
|
14 |
Kiambu |
Kiore - Muslim / Kiore - Lusingeti / Jambu TV - Njumbi |
1 or 2 or 3 |
Citizen |
|
|
15 |
Murang'a |
Completion of Itaru - Kayuyu Bridge |
4 or 5 or 6 |
Women |
|
|
16 |
Nyandarua |
Bridge along KALRO - Ngano Rd |
6 or 7 |
Youth |
|
|
17 |
Laikipia |
Maina Village Roads |
6 or 7 |
PLWD |
|
|
18 |
West Pokot |
Cheposmai - Kasisim - Kayap - Tokolto - Kaprom - Sakat |
6 or 7 |
PLWD |
|
|
19 |
Baringo |
Revised Document |
Mwachon ICT Access Road |
6 or 7 |
Citizen |
|
20 |
Bungoma |
Salmond Hotel - Sikata jct Phase 1 |
6 or 7 |
Citizen |
|
|
21 |
Busia |
Mundere - Ruambwa |
6 or 7 |
Youth |
|
|
22 |
Elgeyo-Marakwet |
Iten- Milimani- mororia-Kiptabus |
5 or 6 |
Citizen |
|
|
23 |
Nakuru |
E7309 Maili Saba-Karunga-Forest Gate |
5 or 6 or 7 |
Citizen |
|
|
24 |
Garissa |
Diiso - Fafi Centre Road |
6 or 7 |
Citizen |
|
|
25 |
Garissa |
Modogashe - Dhalelehe Road |
6 or 7 |
Citizen |
|
|
26 |
Kajiado |
Jnct Roimen - Roimen Police - Kiserian |
5 or 6 or 7 |
Citizen |
|
|
27 |
Kiambu |
Jnct B115 Tatu City -Junct B116 (Oaklands) Road |
4 or 5 or 6 |
Citizen |
|
|
28 |
Kiambu |
Gikambura - Southern Bypass Underpass |
3 or 4 or 5 |
Citizen |
|
|
29 |
Kiambu |
Magana Flowers-Springs Connector |
6 or 7 |
Women |
|
|
30 |
Nakuru |
Kabazi - Gituru - Marigu road |
6 or 7 |
Citizen |
|
|
31 |
Kiambu |
Revised Document |
A2 Gwa Kairu - Jacaranda |
6 or 7 |
Women |
|
32 |
Kilifi |
Gede Forest - Turtle Bay |
6 or 7 |
Women |
|
|
33 |
Kilifi |
Timboni - Crab Shark |
6 or 7 |
Citizen |
|
|
34 |
Kirinyaga |
Kerugoya-Baricho |
6 or 7 |
Citizen |
|
|
35 |
Migori |
Taraganya - Senta- Ntimaru & Nyamatiro - Kegonga |
6 or 7 |
Women |
|
|
36 |
Kisumu |
Usari Bridge |
5 or 6 or 7 |
Citizen |
|
|
37 |
Laikipia |
Revised Document |
Riverside Sironi |
5 or 6 or 7 |
Citizen |
|
38 |
Lamu |
Witu-Sendemke Prr. Sch.-Kakath-Maleli -Boramoyoo-Katsakakairu(17KM) |
6 or 7 |
Youth |
|
|
39 |
Garissa |
Hulugho - Elikambere Road |
6 or 7 |
Youth |
|
|
40 |
Machakos |
Kaseve-Muthwani |
6 or 7 |
Citizen |
|
|
41 |
Marsabit |
DF - Ambalo Road |
6 or 7 |
Citizen |
|
|
42 |
Meru |
Micii Mikuru -Mikinduri Girls -Kathwana |
6 or 7 |
Citizen |
|
|
43 |
Meru |
Mitundu - Ititu Road |
5 or 6 or 7 |
Citizen |
|
|
44 |
Migori |
Stella - Gogo Falls - Oyani |
6 or 7 |
Citizen |
|
|
45 |
Homa Bay |
Sindo Box Culverts |
6 or 7 |
Citizen |
|
|
46 |
Murang'a |
Muchungucha – Gacheru- Mbombo |
5 or 6 or 7 |
Citizen |
|
|
47 |
Murang'a |
Githambo Junction - Githiga Road |
5 or 6 or 7 |
Citizen |
|
|
48 |
Murang'a |
Kahatia - Theri - Nduruini |
5 or 6 or 7 |
Citizen |
|
|
49 |
Murang'a |
Gaithega - Gituri Road |
5 or 6 or 7 |
Citizen |
|
|
50 |
Nyeri |
Mucharage - Kariki |
6 or 7 |
Citizen |
|
|
51 |
Nairobi |
Wangai - Karugu Road |
4 or 5 or 6 |
Citizen |
|
|
52 |
West Pokot |
Rehabilitation of Kolobot Vented Structure& Approach Roads |
5 or 6 or 7 |
Citizen |
|
|
53 |
Nakuru |
E7173 Maili Sita-Kabatini |
6 or 7 |
Citizen |
|
|
54 |
Nakuru |
Mwahe - Masaita |
6 or 7 |
PLWD |
|
|
55 |
Nakuru |
Maombi - Kamwohi - Bahati Forest Road |
6 or 7 |
Citizen |
|
|
56 |
Nandi |
Savani - Kaptumo - Chepkongony - Enego |
6 or 7 |
Citizen |
|
|
57 |
Narok |
Mulot Central - Enelai - Emarti - Kapolesho |
5 or 6 or 7 |
Citizen |
|
|
58 |
Kisii |
Nyanturago - Ekona - Bogonta - Mecheo |
5 or 6 or 7 |
Citizen |
|
|
59 |
Nyandarua/ Nakuru |
Ithagani-Ngorika-Kajuiri Road |
6 or 7 |
PLWD |
|
|
60 |
Nyeri |
Ruruguti - Nyamari |
6 or 7 |
Citizen |
|
|
61 |
Nyeri |
Kariki - Gitandara -Gatugi -Kagumo - Gaikundo |
6 or 7 |
Youth |
|
|
62 |
Nyeri |
Ndunyu - Mahiga - Kagere |
6 or 7 |
Citizen |
|
|
63 |
Nyeri |
Kagere - Gachami - Thuti River |
6 or 7 |
Citizen |
|
|
64 |
Tana River |
Masalani - Kotile - Gamba - Malindi Road |
6 or 7 |
Citizen |
|
|
65 |
Nyandarua |
Revised Document |
Chobe - Kambi George- Weru - Matundura & Muti-ini - Thindi |
6 or 7 |
Citizen |
|
66 |
Nakuru |
Kipangawau - Kibowen Pry Access/Mwariki Sec School- Pembe Mbili- Eldo |
4 or 5 or 6 |
Citizen |
|
|
67 |
Uasin Gishu |
Limo - Ilula Road/ Jua Kali - Sugoi- Limo Hospital - Illula |
2 or 3 |
Citizen |
|
|
68 |
Uasin Gishu |
Talket market roads, Elgeyo Border Town, Uasin Gishu (3km) |
4 or 5 or 6 |
Citizen |
|
|
69 |
Uasin Gishu |
Revised Document |
Bandaptai street Eldoret |
4 or 5 or 6 |
Citizen |
|
70 |
Uasin Gishu |
Ngeria - Platteau |
6 or 7 |
Citizen |
|
|
71 |
Uasin Gishu |
Kipkabus-Flax murram road. |
6 or 7 |
Youth |
|
|
72 |
Uasin Gishu |
Revised Document |
Kapsaos - Kipkenyo- Aturei -Tuiyo |
6 or 7 |
Citizen |
|
73 |
Baringo |
Revised Document |
Jnct C660 - Access To Kapkombe Secondary School Baringo County |
4 or 5 or 6 |
Citizen |
|
74 |
Kilifi |
Access Roadsto Jibana Sub District Hospital |
6 or 7 |
Youth |
|
|
75 |
Kitui |
Mwingi – Kalisasi Phase 3 |
4 or 5 or 6 |
Citizen |
|
|
76 |
Busia |
Angurai - Aloeti - Chamasir |
5 or 6 |
Citizen |
|
|
77 |
Uasin Gishu |
Construction of Turbo Bridge and Approach Turbo |
4 or 5 or 6 |
Citizen |
|
|
EQUILIZATION FUND. |
|||||
|
78 |
Garissa |
Garissa – Sankuri – Salkan - Balambala Road C251 |
6 or 7 |
Women |
|
|
79 |
Kajiado |
Bissil – Olmotiok Box Culverts |
6 or 7 |
Women |
|
|
80 |
Garissa |
Bulla - Arghi - Korakora Road |
4 or 5 or 6 |
PLWD |
|
- MANDATORY PRE-TENDER site visits shall be held on agreed dates and times with the respective Regional Directors. Bidders are required to have the Certificate of Bidder`s visit to site signed by the respective Regional Directors.
- The contact details for the Regional Directors are as detailed in the table below.
|
ADDRESSES FOR TENDERS |
||
|
S/NO. |
REGION |
ADDRESS |
|
1) |
Embu |
Kenya Rural Roads Authority Embu Regional Office P.O. Box 2718-60100, EMBU. Eng. Peter Wachai Mobile No. 0722 876 853 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
2) |
Kiambu |
Kenya Rural Roads Authority Kiambu Regional Office P.O. Box 700-0900, KIAMBU. Eng. Joseph Irungu Mobile No. 0722 826 793 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
3) |
Laikipia |
Kenya Rural Roads Authority Laikipia Regional Office P.O. Box 495-10400, NANYUKI. Eng. Willy Mburu Mobile No. 0721 254742 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
4) |
Kericho |
Kenya Rural Roads Authority Kericho Regional Office P.O. Box1483 - 20200, KERICHO Eng. Gibson Nyamota Mobile No. 0725529076 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
5) |
Murang'a |
Kenya Rural Roads Authority Murang’a Regional Office P.O. Box 633-10200, MURANG’A. Eng. Joseph Wanjohi Mobile No. 0729-874704 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
6) |
Nyandarua |
Kenya Rural Roads Authority Nyandarua Regional Office P.O. Box 82, NYAHURURU. Eng. Willy Mburu Mobile No. 0721 254742 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
7) |
Nyeri |
Kenya Rural Roads Authority Nyeri Regional Office P.O. Box 2044 – 10100, NYERI. Eng. Joseph Wanjohi Mobile No. 0729-874704 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
8) |
Uasin Gishu |
Kenya Rural Roads Authority Uasin Gishu Regional Office P.O. Box 2708-30100, ELDORET. Eng. Michael Rono Mobile No. 0726957897 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
9) |
Taita Taveta |
Kenya Rural Roads Authority Taita Taveta Regional Office P.O. Box 131-80300 Voi. Eng. Bash G. Abdille Tel: 0720879082 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
10) |
Elgeyo Marakwet |
Kenya Rural Roads Authority Elgeyo Marakwet Regional Office P.O. Box 233-30700, ITEN. Eng. David Kibet Mobile No. 0724 814 447 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
11) |
West Pokot |
Kenya Rural Roads Authority West Pokot Regional Office P.O. Box 132 30600, KAPENGURIA. Eng. Moses Chelang’a Mobile No. 0724706430 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
12) |
Garissa |
Kenya Rural Roads Authority, Garissa Regional Office P.O. Box 1391-70100, GARISSA. Eng. Patrick Ringera Mobile No. 0711319111 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
13) |
Nakuru |
Kenya Rural Roads Authority, Nakuru Regional Office P.O. Box 17791-20100, NAKURU. Eng. Laban Ngigi Mobile No. 0722212185 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
14) |
Trans Nzoia |
Kenya Rural Roads Authority, Trans Nzoia Regional Office P.O. Box 135 - 30200, KITALE Eng.Moses Chelanga Mobile No. 0724706430 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
15) |
Busia |
Kenya Rural Roads Authority, Busia Regional Office P.O. Box 470-50400, Busia. Eng. Jared Omondi Mobile No. 0722993760 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
16) |
Baringo |
Kenya Rural Roads Authority, Baringo Regional Office P.O. Box 156, KABARNET Eng. Elijah Bor Mobile No. 0713118268 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
17) |
Kilifi |
Kenya Rural Roads Authority, Kilifi Regional Office P.O. Box 27–80108, Kilifi. Eng. Timothy Kendagor Mobile No. 0722946287 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
18) |
Kisii |
Kenya Rural Roads Authority, Kisii Regional Office P.O. Box 1084-00100, Kisii. Eng. Walter Nyariki Mobile No. 0726957897 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
19) |
Nairobi |
Kenya Rural Roads Authority, Nairobi Regional Office P.O. Box 5277–00506, Nairobi. Eng. Kenneth Mbogori Mobile No. 0724310808 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
20) |
Meru |
Kenya Rural Roads Authority, Meru Regional Office P.O. Box 442-60200, Meru. Eng. Hillary Akwiri Mobile No. 9711593390 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
21) |
Tana River |
Kenya Rural Roads Authority, Tana River Regional Office, MOR offices P.O. Box 125-70101, Tana River. Eng. Peter Mbaabu Mobile No. 0720664740 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
22) |
Narok |
Kenya Rural Roads Authority, Narok Regional Office P.O. Box 398 - 20500, Narok. Eng. David Kerembu Mobile No. 0723088534 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
23) |
Migori |
Kenya Rural Roads Authority, Migori Regional Office P.O. Box 164-40400 Suna-Migori. Eng. Joash Michoma Mobile No. 0722471634 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
24) |
Kisumu |
Kenya Rural Roads Authority, Kisumu Regional Office P.O. Box 1448-40100, Kisumu. Eng. Ken Ochieng Mobile No. 0722660557 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
25) |
Lamu |
Kenya Rural Roads Authority, Lamu Regional Office P.O. Box 102 –80500, Lamu. Eng. Peter Mbaabu Mobile No. 0720664740 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
26) |
Bungoma |
Kenya Rural Roads Authority, Bungoma Regional Office P.O. Box 470–50400, Bungoma. Eng. Jared Omondi Mobile No. 0722993760 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
27) |
Machakos |
Kenya Rural Roads Authority, Machakos Regional Office P.O. Box 874-90100, Machakos. Eng. Cyprian Mukuva Mobile No. 0721881304 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
28) |
Kajiado |
Kenya Rural Roads Authority, Kajiado Regional Office P.O. Box 64 - 01100, Kajiado Eng. Washington Mugambi Mobile No. 0722730803 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
29) |
Kirinyaga |
Kenya Rural Roads Authority, Kirinyaga Regional Office P.O. Box 390-10300, KERUGOYA. Eng. Joseph Murage Mobile No. 0722802088 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
30) |
Nandi |
Kenya Rural Roads Authority, Nandi Regional Office P.O. Box 87-30300. KAPSABET. Eng. Januaries Kimilu Mobile No. 0722428945 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
31) |
Marsabit |
Kenya Rural Roads Authority, Marsabit Regional Office P.O. Box 365-50500, Marsabit Eng. Dominic Kundu Mobile No. 0723658485 E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
32) |
Kitui |
Kenya Rural Roads Authority, Kitui Regional Office P.O. Box, KITUI Seif Mwanzia Ngui Mobile No. 0712953899 Eng. E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
|
33) |
Homa Bay |
Kenya Rural Roads Authority, Kitui Regional Office P.O. Box, Homa Bay Eng. Ogogo Mobile No. 0712953899 Eng. E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. |
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of respective Regional Directors on or before 24th October at 11:00 A.M.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- To enhance equity, bidders will only be Awarded a Maximum of Two (2) Tenders, under this Tender Notice and the most advantageous to the employer.
- Director (s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents
All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
All interested bidders are required to continually check the Kenya Rural Roads Authority website: www.kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
The Director General,
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao road, Opposite KCAA building
P.O. Box 48151 – 00100,
NAIROBI, KENYA
Email Adresses : This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.
Tel: +254 (020) 780600/01-05, Mobile: 0711851103
DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
Opening up Rural Kenya
TENDER NOTICE
IMPROVEMENT TO BITUMEN STANDARD OF COMMUNITY ROAD SYOKIMAU.
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.
The Authority hereby invites Bids from eligible construction companies for improvement to Bitumen Standard of Community Road Syokimau on behalf of the Government of Kenya funded through the development budget. The details are as indicated here below;
|
Item |
Name of Road |
County |
NCA Class |
Download |
Eligibility |
|
1. |
Community Road Syokimau |
Nairobi |
NCA 4 - NCA 5 |
Citizen Contractors |
Pre-tender Site visit shall be OPEN but MANDATORY and bidders can make arrangements with the KeRRA Regional Office, Nairobi to visit the site.
Bidders are requested to download the revised Bid Document from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.
Also note that the tender closing date has been changed as follows;
|
Item |
Name of Road |
Initial Tender Closing Date |
New Tender Closing Date |
|
1. |
Community Road Syokimau |
27th April, 2018 |
4th May, 2018 |
All other information on the tender remains the same.
PROCUREMENT MANAGER
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
M(S-E) GM (D&C)
ADDENDUM NO.1 - Please download here!
TENDER NOTICE - Download here!
INSTALLATION, MAINTENANCE OF WIDE AREA NETWORK (WAN) & PROVISION OF INTERNET SERVICE IN KeRRA HEAD OFFICE AND 47 REGIONAL OFFICES
TENDER No. KeRRA/011/38/34/2019-2020 - Download Document here!
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.
The Authority hereby invites Bids from eligible firms/companies for the Maintenance of Wide Area Network (WAN) & Provision of Internet Service in KeRRA Head Office and 47 Regional Offices.
Interested Bidders may obtain further information from and inspect the tender documents at Kenya Rural Roads Authority, Supply Chain Management Office, situated at the Block ‘B’ Ground Floor, South Wing, Barabara Plaza, off Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi, during normal working hours.
There will be a Mandatory Pre-tender site visit is scheduled on 20th February, 2020 at 10.00A.M. at the Kenya Rural Roads Authority Information Communications Technology (ICT) Department, located at 2nd Floor South Wing, Headquarters Barabara Plaza Block ‘B’, Off Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi. However, all tenderers should make their own arrangements to visit at least Five (05) KeRRA Regional Offices at their own convenient time during normal working hours before the close of the tenders. Bidders MUST ensure that Site Visit forms are duly filled and signed by the appointed KeRRA official.
A complete tender document, Long Advert and Detailed information on the tenders will be available for downloading FREE of CHARGE on the Authority’s Website www.kerra.go.ke, with effect from 17th February, 2020.
Completed serialized bid documents are to be enclosed in plain sealed envelopes, marked with the tender number and name and be deposited in the Tender Box at Kenya Rural Roads Authority Headquarters, Block ‘B’ Ground Floor West Wing, Barabara Plaza, located off Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi. So as to be received on or before Wednesday 11th March, 2020 at 11.00AM or be addressed:
The Director General,
Kenya Rural Roads Authority,
Barabara Plaza, Block ‘B’ Off Mombasa Road,
Opposite KCAA along Airport South Road, JKIA, Nairobi.
P.O Box 48151-00100, Nairobi Kenya.
Tenders will be opened immediately thereafter in the presence of the bidders representatives who choose to attend at the Boardroom, Kenya Rural Roads Authority Headquarters, Block ‘B’ Ground Floor West Wing, located at Barabara Plaza, off Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi.
Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.
Deputy Director - Supply Chain Management
FOR: DIRECTOR GENERAL
TENDER NO. KeRRA/011/34/Vol 1(1)
INVITATION FOR REGISTRATION OF CONTRACTORS, SUPPLIERS AND CONSULTANTS FOR GOODS, WORKS AND SERVICES FOR THE PERIOD STARTING JULY, 2019 AND ENDING JUNE, 2021
The Authority hereby invites eligible contractors, suppliers and consultants of goods, works and services to apply for registration for the period starting July, 2019 and ending June, 2021.
Registration documents for various categories of goods, works and services can be downloaded and printed free of charge from the KeRRA website: www.kerra.go.ke and / or IFMIS portal www. Supplier.treasury.go.ke. A schedule of all our Regional Offices and their Locations are available on our website and KeRRA Head office located at Blue Shield Towers, off Hospital Road, Upper Hill Nairobi.
Completed applications documents shall be submitted in plain sealed envelope clearly marked Category and the region and deposited in the Tender Box of the respective regional Offices or at KeRRA headquarters Tender Box located at 6th floor, Blue Shield Towers Upper Hill.
All applications MUST be submitted not later than Thursday ,20th June, 2019 at 10:00 Am.
The applications will be opened thereafter at the Respective offices in the presence of tenderers or their representatives who wish to attend.
| CATEGORY | DOCUMENT | TENDER NOTICE |
| CONTRACTORS | DOWNLOAD | DOWNLOAD |
| SUPPLIERS | DOWNLOAD | DOWNLOAD |
Deputy Director - Supply Chain Management
FOR.DIRECTOR GENERAL
INVITATION FOR REGISTRATION OF CONTRACTORS/ SUPPLIERS FOR ROAD MAINTENANCE WORKS FOR THE PERIOD STARTING JULY, 2023 AND ENDING JUNE 2025.
DOWNLOAD REGISTRATION DOCUMENT
INVITATION NO. KeRRA/08/39/27/ 2022 - 2023
- The Kenya Rural Roads Authority intends to register contractors/Suppliers in various categories for Road Maintenance Works for the Period Starting July, 2023 and Ending June 2025.
- It is expected that the Invitation for registration will be made in The Financial Period Starting July, 2023 and Ending June, 2025. Tendering will be conducted through National procedures using a standardized tender document and will be open to all applicants who register.
- Qualified and interested applicants may obtain further information and inspect a complete set of the Registration Documents in English from the Authority’s website kerra.go.ke, click e-services drop-down menu and select-e-procurement portal or use the https://eprocurement.kerra.go.ke/ URL, effect from 26th June 2023.
- Bidders should download a complete set of the Registration Document from the portal, fill as appropriate, sign, stamp, scan the document into PDF format and upload to the Authorities e-procurement portal. All other required documents should be uploaded as well on the portal.
- Registration Documents will be opened immediately after the deadline date and time specified above or any deadline date and time specified later. The Registration Documents will be publicly opened through the portal in the presence of the Tenderers' designated representatives who choose to attend physically at the various regional offices or virtually through the links provided in the KeRRA website Tender Page.
- Qualified and Interested Applicants will be registered under the following categories:
KeRRA/W/1: Paved Road Works (Regions only)
KeRRA/W/2: Bridge Works (Regions only)
KeRRA/W/3: Grading and Gravelling Works (Equipment Based) (Regions only)
KeRRA/W/4: Labour Based Construction (Regions only)
KeRRA/W/5: Labour Based Routine Maintenance (Regions only)
KeRRA/W/6: Supply and Delivery of Road Construction and Other Material (Regions only)
KeRRA/W/7: Hire of Road Construction Equipment and Services (Regions only)
KeRRA/W/8: Road Marking (For Headquarters only)
KeRRA/W/9: Performance Based Road Maintenance (Regions only)
- Applicants Must provide the following: -
- Duly Filled, Signed and Stamped Registration Document uploaded on the portal in PDF.
- Copy of Certificate of Incorporation/Registration.
- Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors, Shareholders and all individuals listed on the CR12. (ID or Passport).
- Copy of Valid Certificate of Registration with the National Construction Authority. For Category A – Paved Road Works, Category B – Bridge Works and Category H – Road Marking, bidders must have NCA registration Class NCA 7 and above.
For Category C - Grading and Gravelling Works (Equipment Based), Category D - Labor Based Construction, Category E - Labour Based Routine Maintenance, Category F - Supply and Delivery of Road Construction and Other Material and Category J - Performance Based Road Maintenance, bidders must have NCA registration NCA 8 and above.
- Copy of Valid Practicing License from NCA
- Valid Tax Compliance Certificate (Will be verified in the KRA TCC Checker).
- Duly filled and Signed Confidential Business Questionnaire
- Proof of having a Bank Account
- A copy of Valid Current Trade License/ Single Business Permit from local authorities
Other Requirements:
- Physical Registered office address, Mobile Number and Email address.
- Company Profile.
- Certificate from relevant professional body (Where applicable)
- AGPO Certificate (For Information)
- Serialization of all the pages (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. This includes the Registration Document plus accompanying Attachments.
- Applications for Registration should be submitted electronically by following the link at the Authority’s website kerra.go.ke, click e-services drop-down menu and select-e-procurement portal or use the https://eprocurement.kerra.go.ke/ URL, on and not later than 19th July 2023 at 11.00am.
- Registration shall be done per Category, Per Region - Per Constituency. Applicants should therefore indicate the Regions/County and Constituencies that fall under that Region/County they intend to be Registered under through the portal when making their application.
- Interested applicants with queries may send an email to This email address is being protected from spambots. You need JavaScript enabled to view it. or send their queries through the address indicated below;
The Director General,
Kenya Rural Roads Authority,
Block ‘B’, Third Floor, South Wing, Barabara Plaza, off Mombasa Road,
Opposite KCAA along Airport South Road, JKIA, Nairobi.
P.O Box 48151-00100, Nairobi, Kenya
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
|
Telephone: +254 769 736 399 |
REGIONAL OFFICE |
|
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. |
HOMABAY REGION |
|
P.O BOX 550 - 40300 |
|
|
HOMA BAY |
|
|
|
|
|
Ref No.: KeRRA/HB/RD4/TN/2024/(08) |
Date: 23rd July, 2024 |
TENDER NOTICE
INVITATION OF BIDS FOR ROAD DRAINAGE STRUCTURES AND ROUTINE MAINTAINANCE WORKS
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.
Homabay Region hereby invites bids from Registered Contractors in the Region and others within the special category (YWPLD) for Road Drainage Structures and Routine Maintenance Works for the following tenders.
|
S/No. |
Tender Reference Number |
Name of Road |
Reservation/Target Group |
NCA Category |
|
1 |
Kipingi -Miriu |
For Contractors registered in the Region |
NCA 8 and above |
|
|
2 |
Loo Rateng -JN E1020-Ndori |
Reserved for YOUTH |
NCA 8 and above |
|
|
3 |
Kanyadhiang - Gendia Hospital Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
4 |
Mango -Twist –Achuth Road |
Reserved for WOMEN |
NCA 8 and above |
|
|
5 |
Nyagwete-Maingu Beach |
For Contractors registered in the Region |
NCA 8 and above |
|
|
6 |
Adiedo -Twist-Border Road |
Reserved for PLD |
NCA 8 and above |
|
|
7 |
Border –Pala Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
8 |
Njeri -Oriwo-Border |
For Contractors registered in the Region |
NCA 8 and above |
|
|
9 |
Simbi-Kanyadhiang-Kosele Road |
Reserved for YOUTH |
NCA 8 and above |
|
|
10 |
Kobala –Chuoe Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
11 |
Nyakwere -Limara |
Reserved for WOMEN |
NCA 8 and above |
|
|
12 |
Dol Kodera –Matieko Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
13 |
Rangwe –Ndiru Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
14 |
Nyagidha Magare –Lala Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
15 |
Rodi -Ndori –Orego Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
16 |
Kalamindi -Wachara |
For Contractors registered in the Region |
NCA 8 and above |
|
|
17 |
Ogada -Pap Kamenya |
For Contractors registered in the Region |
NCA 8 and above |
|
|
18 |
Miranga –Dago Primary Sch |
For Contractors registered in the Region |
NCA 8 and above |
|
|
19 |
Kipasi Jn -Ocheng Odero Pri - Aringo Primary |
Reserved for WOMEN |
NCA 8 and above |
|
|
20 |
Sena -Wakinga –Ugina Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
21 |
Uozi -Mulundu |
Reserved for PLD |
NCA 8 and above |
|
|
22 |
Ngodhe -Usao –Uwi Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
23 |
God Ariyo - Ngodhe-Uwii |
For Contractors registered in the Region |
NCA 8 and above |
|
|
24 |
Wasaria - Utajo -Ulugi |
Reserved for YOUTH |
NCA 8 and above |
|
|
25 |
Otati -Angolo -Muok |
Reserved For WOMEN |
NCA 8 and above |
|
|
26 |
Tonga -Kisaku -Ligongo Chief Camp Road |
For Contractors registered in the Region |
NCA 8 and above |
|
|
27 |
Gendo Box Culvert |
For Contractors registered in the Region |
NCA 8 and above |
|
|
28 |
Nyawacha- Olando- Ring Road |
Reserved for YOUTH |
NCA 8 and above |
|
|
29 |
Nyaburu -Kokorwa-Nyasoti-Kinchochororio |
For Contractors registered in the Region |
NCA 8 and above |
|
|
30 |
Ongayo -Manyala |
Reserved for PLD |
NCA 8 and above |
|
|
31 |
Dol-Mosocho |
Reserved for PLD |
NCA 8 and above |
|
|
32 |
Ramula-Sondu |
Reserved for YOUTH |
NCA 8 and above |
|
|
33 |
Wepesi-Kamunyonge |
Reserved For WOMEN |
NCA 8 and above |
|
|
34 |
Kadongo-Osuri-Kibwon |
Reserved for PLD |
NCA 8 and above |
|
|
35 |
Kakeno-Daraja Mbili |
For Contractors registered in the Region |
NCA 8 and above |
|
|
36 |
Arum-Abururu-Tar-Nyamasai |
For Contractors registered in the Region |
NCA 8 and above |
|
|
37 |
JN A1 Ringa-Tala Dispensary |
Reserved for WOMEN |
NCA 8 and above |
|
|
38 |
Adiedo Health Centre-Kadel |
Reserved for WOMEN |
NCA 8 and above |
|
|
39 |
Nyasanja-Doho |
Reserved for YOUTH |
NCA 8 and above |
|
|
40 |
Seka-Kagwa-Adipo |
Reserved for WOMEN |
NCA 8 and above |
|
|
41 |
Ruga-Ruga Full Gospel-Wiamen |
For Contractors registered in the Region |
NCA 8 and above |
|
|
42 |
Miranga-Gaena |
For Contractors registered in the Region |
NCA 8 and above |
|
|
43 |
Kuja Kokeno-Rapedhi |
Reserved for WOMEN |
NCA 8 and above |
|
|
44 |
Kodumba-Sigama |
For Contractors registered in the Region |
NCA 8 and above |
|
|
45 |
Mirogi-Kodumba |
Reserved for WOMEN |
NCA 8 and above |
|
|
46 |
Oseno-Nyaroya |
Reserved for PLD |
NCA 8 and above |
|
|
47 |
Lwanda-Kanyakiamo |
For Contractors registered in the Region |
NCA 8 and above |
|
|
48 |
Sindo-Manyala |
For Contractors registered in the Region |
NCA 8 and above |
|
|
49 |
Karabok JN – St.Vincent |
For Contractors registered in the Region |
NCA 8 and above |
|
|
50 |
Kadongo –Kilusi Kibwao |
For Contractors registered in the Region |
NCA 8 and above |
|
|
51 |
Mikai - Nyatere |
For Contractors registered in the Region |
NCA 8 and above |
|
|
52 |
Wanga –Dango Oneno –Nam -Maryland |
For Contractors registered in the Region |
NCA 8 and above |
|
|
53 |
Leeds –Sinongo -Randung |
For Contractors registered in the Region |
NCA 8 and above |
|
|
54 |
Oneno Omoche |
Reserved For PLD |
NCA 8 and above |
|
|
55 |
Ngere -Oturbum |
For Contractors registered in the Region |
NCA 8 and above |
|
|
56 |
Ongeng -Kobodo |
Reserved for WOMEN |
NCA 8 and above |
|
|
57 |
JN ICIPE MKT-Mbita Central SDA-Kaminahenyo |
For Contractors registered in the Region |
NCA 8 and above |
|
|
58 |
Kiwani Beach –Rinya Primary School |
Reserved for WOMEN |
NCA 8 and above |
|
|
59 |
Off Kiabuya –Kandiege -Orongo |
For Contractors registered in the Region |
NCA 8 and above |
|
|
60 |
Nyabera Victor Musogo- Sawinji |
For Contractors registered in the Region |
NCA 8 and above |
|
|
61 |
Kisuri - Owade |
For Contractors registered in the Region |
NCA 8 and above |
|
|
62 |
Ooga –Dago Market |
For Contractors registered in the Region |
NCA 8 and above |
|
|
63 |
Kandiege- Border |
For Contractors registered in the Region |
NCA 8 and above |
|
|
64 |
JN C18 Nyandiwa -Randung |
For Contractors registered in the Region |
NCA 8 and above |
|
|
65 |
Ndori Box Culvert Protection Works |
For Contractors registered in the Region |
NCA 8 and above |
|
|
66 |
Kotieno - Mirogi |
For Contractors registered in the Region |
NCA 8 and above |
|
|
67 |
Oseno - Genge |
For Contractors registered in the Region |
NCA 8 and above |
|
|
68 |
Sindo -Omuthama |
Reserved for YOUTH |
NCA 8 and above |
|
|
69 |
Disii-Yogo |
Reserved for WOMEN |
NCA 8 and above |
|
|
70 |
Border-Oriwo |
Reserved for PLD |
NCA 8 and above |
|
|
71 |
Angiya Dispensary-Waturi |
For Contractors registered in the Region |
NCA 8 and above |
|
|
72 |
Ondow-Ang’iya-Nyamasare-Ogono JN |
Reserved for YOUTH |
NCA 8 and above |
INSTRUCTIONS TO BIDDERS
Bidders MUST meet the following requirements alongside other qualification requirements contained in the tender documents.
- The scope of works for the respective roads are as stipulated in the Tender Documents.
- Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PLD) need not to be registered in the region and their qualification criteria is outlined in the Bid document.
- Bidders participating under Youth, Women or Persons Living Disability must attach copies of registration certificates issued by National Treasury.
- All MANDATORY documents must be attached.
- To enhance equity, bidders will only be awarded a maximum of two tenders either as a Director or as a Company under this Tender Notice.
- Regarding Pre-Tender Site Visits, Bidders are requested to make their own arrangement and familiarise themselves with the sites before tendering, and thereafter sign pretender site visit register and collect pre-tender site visit certificates which MUST be signed and stamped by the Regional Director on or before 31st July, 2024.
- For purposes of signing the pretender site visit register and collecting pre-tender site visit certificates, the Bidders' representative must have an official introduction letter from the Bidder.
- Bidders MUST provide 1 (One) Original document and 1 (One) copy.
- Bidders are advised to continually check KeRRA website kerra.go.ke/tenders for tender addendum and/or clarification that may arise before the submission date.
NOTES
- All attachments MUST be certified by a Commissioner for Oaths.
- The cost estimates of the proposed works have been provided in the respective tender documents.
- Tender documents shall be obtained from KeRRA website www.kerra.go.ke.
Completed Tender Documents, duly sealed in Wax Sealed Plain Envelopes, marked with Tender Reference Number and Road Name, should be marked to the address below and deposited in the Tender Box located within the Kenya Rural Roads Authority, Homabay Regional Offices situated along Junction Homabay Central SDA Church Road, so as to be received on or before 7th August 2024 at 11:00 am.
Regional Director
Kenya Rural Roads Authority,
P.O. Box 550-40300,
HOMABAY
Tenders will be opened immediately thereafter in the presence of Bidders or Bidders’ Representatives who may wish to attend. Bidders may request for any information through the Regional Office.
Bidders are advised that canvassing by tenderers will lead to automatic disqualification.
Eng. Ogogo C.T
REGIONAL DIRECTOR
HOMABAY REGION
INVITATION TO TENDER
PROPOSAL FOR THE PROVISION OF MOTOR VEHICLE INSURANCE FOR KeRRA VEHICLES
TENDER No. KeRRA/08/38/07/2020/2021
The Kenya Rural Roads Authority invites sealed tenders for the provision of Insurance Services for (Motor Vehicles, for both Headquarters and Regional Motor Vehicles for a period of Two (2) Years).
QUALIFICATION FOR TENDERING
The following must be submitted with the Tender:-
- Certified Copy of Certificate of Incorporation / Registration
- Proof of Principal Place of Business (Lease agreement or rental agreement/ ownership title for premises/water bill, electricity bill indicating business permanent premises).
- Certified Certificate from Commissioner of Insurance for the current year (2021).
- Certified Certificate of Registration as a member of AIB/AKI for the current year (2021).
- Must have a Bank guarantee of at least 5 Million deposited with the Commissioner of Insurance and a Copy be submitted. (Provide certified copy or confirmatory letter from Commissioner of Insurance).
- Current (dated within 12 Months before date of opening) Certified CR12 Certificate from the Registrar of Companies. This should be provided with Identification Documents of Directors. (ID or Passport). For Corporate Directors identification documents for the corporate Director and it’s directors MUST be provided.
- Copy of PIN Certificate
- Copy of Valid Tax Compliance Certificate (Will be confirmed through TCC checker with KRA)
- Certified Copy of Valid Single Business Permit related to this line of Business) from County Governments.
- Audited accounts for the last three (3) financial years (2020, 2019 and 2018).
- Tender validity period of Two Hundred Ten (210) days from the tender opening date.
- Provide a Tender Security of 500,000.00 in the required format. The tender guarantee (security) will remain in force up to and including Two Hundred Ten (210) days after the date of bid submission.
- Must provide proof that the underwriter has paid up capital of at least 300 Million.
- Must provide proof that the underwriter has Annual Gross Premium of at least 200 Million. (Provide copies of award letters and contracts.)
- Duly filled Confidential Business Questionnaire.
- Provide a Written power of attorney.
- Bidders should have their documents paginated (serialized) to ensure compliance with section 74 (1) (i) of the Public Procurement and Asset Disposal Act, 2015. This should be in the format 1,2,3,4,5 ……. up to Last Page).
- All forms provided in the tender document must be properly and dully filled with the relevant information as required.
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours 0800 to 1500 hours at the address given Tender documents may be viewed and/or downloaded from the website www.kerra.go.ke. free of charge.
Kenya Rural Roads Authority,
Barabara Plaza Block B,
Mazao road, Opposite KCAA building,
- O. Box 48151 – 00100, NAIROBI.
- Tender documents may be viewed and downloaded for free from the website kerra.go.ke. Tenderers who download the tender document must forward their particulars immediately to (This email address is being protected from spambots. You need JavaScript enabled to view it.; This email address is being protected from spambots. You need JavaScript enabled to view it.; This email address is being protected from spambots. You need JavaScript enabled to view it.) to facilitate any further clarification or addendum.
- All Tenders must be accompanied by a “tender Security” of 500,000.00 [Kenya Shillings Five Hundred Thousand Only.]
- The Tenderer shall chronologically serialize all pages of the tender documents submitted.
- Completed tenders must be delivered to the address below on or before Wednesday 31st May, 2021 at 11.00AM. Electronic Tenders will not be permitted.
The Director General,
Kenya Rural Roads Authority,
Block ‘B’ Ground Floor South Wing,
Barabara Plaza, off Mombasa Road,
Opposite KCAA along Airport South Road, JKIA, Nairobi.
P.O Box 48151-00100, Nairobi, Kenya.
1.9 Tenders will be opened immediately after the deadline date and time specified above or any deadline 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.
- The addresses referred to above are:
10.12 Address for obtaining further information
The Director General,
Kenya Rural Roads Authority,
Block ‘B’, Third Floor, South Wing, Barabara Plaza, off Mombasa Road,
Opposite KCAA along Airport South Road, JKIA, Nairobi.
P.O Box 48151-00100, Nairobi, Kenya.
10.13 Address for Submission of Tenders.
The Director General,
Kenya Rural Roads Authority,
Block ‘B’, Ground Floor, South Wing, Barabara Plaza, off Mombasa Road,
Opposite KCAA along Airport South Road, JKIA, Nairobi.
P.O Box 48151-00100, Nairobi, Kenya.
[Authorized Official]
Director General
KENYA RURAL ROADS AUTHORITY
Deputy Director Supply Chain Management
KENYA RURAL ROADS AUTHORITY
KITUI REGION
TENDER NOTICE
DATE: 21ST FEBRUARY 2024
INVITATION TO TENDERS UNDER 22%RMLF SAVINGS AND 10%RMLF ALLOCATIONS FOR THE FY 2023/2024 IN KITUI REGION
Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007 with a responsibility for Management, development, rehabilitation and maintenance of Rural Roads.
Kenya Rural Roads Authority (Kitui Region) wishes to invite sealed tenders from Eligible Registered Contractors in Kitui Region the below road works. It’s an open tender to Registered Contractors in Categories KERRA/W/2 or KERRA/W/3 in the Financial Year 2023/2025 and Special Group (Women, Youths and PWD).
|
CONSTITUENCY |
CONTRACT NO. |
ROAD NAME |
BUDGET PROVISION |
CATEGORY |
SITE VISIT DATE |
|
MWINGI CENTRAL |
C416, Yoonye-Nyaani-Mwambiu-Nuu-Mwalili |
1,655,320.00
|
WOMEN |
28/2/2024 |
|
|
C417, Nguni-Masavi-Mwasuma-Mwania |
1,655,320.00
|
WOMEN |
28/2/2024 |
||
|
C425, Kanzui-Lundi-Miambani-Yoonye |
1,655,320.00 |
YOUTH |
28/2/2024 |
||
|
C425, River Enziu Kathonzweni - Munyuni |
1,655,320.00
|
YOUTH |
28/2/2024 |
||
|
D1246, Kalitini - Lundi |
1,655,320.00
|
PWD |
28/2/2024 |
||
|
D1246, Kaunguni - Kalitini |
1,644,184.00
|
PWD |
28/2/2024 |
||
|
D1246, Kisolelo - Karunga |
1,655,320.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
D1246, Kwa Nyota - Mui |
1,307,320.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
D1246, Mutwangombe-Thitha-Karunga-Isekele-Kanzui |
1,655,320.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
D1246, Mwingi-Muthainga -Koliani-Kwa Ngoka - Ngalilii |
1,314,976.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
D1246, Waita-Kyulungwa-Malioni-Kivui-Mutwangombe |
1,655,320.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
F4052, Kalitini-Kavoko-Kalesi-Kimongo |
1,421,000.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
C416, Ndovoini-Ndolongwe-Kathanze-Tuvaani-Kyumbe |
1,307,320.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
MWINGI NORTH |
F4041, Kamuwongo - Itiva Nzou - Gai |
2,590,106.00
|
PWD |
28/2/2024 |
|
|
MWINGI WEST |
E4097, Kwa Mulandi - Kiatineni |
2,157,192.43
|
PWD |
28/2/2024 |
|
|
C422, Nzeluni - Mumbuni - Mwanzilu |
4,999,999.04 |
KERRA/W/2 or W/3 |
28/2/2024 |
||
|
KITUI SOUTH |
C418, Kasaala - Kaluluini |
2,265,868.60 |
WOMEN |
28/2/2024 |
|
|
KITUI WEST |
C427, Matinyani - Katheuni |
2,137,300.00
|
YOUTH |
28/2/2024 |
|
|
KITUI EAST |
C420, Nzangathi - Ngomango primary |
5,313,670.00
|
KERRA/W/2 or W/3 |
28/2/2024 |
|
|
|
|
|
|
|
|
INSTRUCTION TO TENDERERS
Qualifications for those bidding
Must be registered in the Categories indicated at the tender notice respective Constituency in Kitui Region in the Financial Year 2023/2025 and Special Group (Women, Youths and PWD).
- Certified Certificate of Incorporation
- Certified Copy of a recent 6 months CR12
- Valid / Up to date National Construction Authority Certificate (NCA 8 to NCA 3) under road works contractor
- Valid / Up to date National Construction Authority practicing licence as a road works contractor
- Valid VAT / PIN registration Certificate
- Valid Tax Compliance Certificate
- Pre – tender site visit is mandatory as scheduled above. For pre bid site visits the bidders will have to visit site with KeRRA representative and be issued with signed pretender site visit certificate. Bidders interested in Kitui East, Kitui South, Kitui Central, Kitui Rural and Kitui west to converge at KeRRA Kitui Office in Kitui Town at 10.00a.m and those interested in Mwingi North, Mwingi Central and Mwingi West to converge at KeRRA Mwingi Office in Mwingi town and leave for site at 10:00am
- Litigation history as a sworn affidavit within the last 3 months from date of tender opening/closing.
- Duly filled and stamped form of bid with 150 days tender validity from tender closing date
- Duly filled Bid document including Tender questionnaire, confidential business questionnaire, written power of attorney and Bills of Quantities-must be stamped and signed.
- Serialized document in all pages
- Experience in Similar Works with at least one (1) contracts amounting to Kshs 2,000,000.00 being fully or substantially completed in the last three years, attach completion certificate as proof of completion not required in works reserved for special group.
- Equipment holding of at least two different core plant /Machinery necessary to undertake the project (if owned attach evidence) if not owned attach valid one year lease agreement from mechanical & Transport Division –MTD
- Current Three (3) previous years Audited accounts not required in works reserved for special group.
- History of non-performing contracts in the last 2 years in Kitui region (due diligence will be done)
- CVs and Certificates of technical staff, minimum of Diploma in Civil Engineering
- Copies of National Identity cards of all directors of the company
- Current three months bank statement in the company name or Confirmation Letter from Bank.
A bidder will ONLY be considered for NOT more the TWO contract in the Region and they are also encouraged to quote reasonable rates of owing to long distances of getting materials to site.
Interested registered and eligible bidders may download the tender documents from www.tenders.go.ke or www.kerra.go.ke from 21st February, 2024. Tenders sealed in separate envelopes clearly labelled for each Constituency should be addressed to;
The Regional Director
Kenya Rural Roads Authority
Kitui Region
Po Box 41-90200, KITUI.
Tenders MUST be deposited in the Respective Tender Boxes at Kitui Regional office on or before 6th March 2024 at 10:00am
Submitted bids will be opened publicly immediately after closing time in the presence of bidders or their representative who choose to attend.
Late Bids will be returned unopened.
ENG. S.M NGUI
REGIONAL DIRECTOR
KITUI REGION
KENYA RURAL ROADS AUTHORITY
download here
INVITATION TO TENDER
19TH OCTOBER 2022
For Roads Maintenance Works in Isiolo Region in the Financial Year 2021-2022, KeRRA has Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.
|
CONTRACT NO. |
Road Name/Code |
Works Description |
Prequalification Category /GROUP |
Budget/ Estimate(kshs) |
|
A2 - Iwasco Water Kiosk-Catholic Church Milimani Rd) |
Emergency Drainage Works |
OPEN |
|
Eligible Bidders must meet the following criteria, among others detailed in the tender document;
- Have a Valid Tax Compliance Certificate (To be TCC on-line checked).
- Valid NCA certificates for Road Works (To be confirmed on-line).
- There will be MANDATORY pre-tender site visit on 26th October, 2022. Bidders are to make their own transport arrangements and assemble at KeRRA Isiolo Regional Office at
10.00am for the exercise.
- 'OPEN' category requires bidders to be registered/ prequalified for 2021-2023 in Isiolo Region.
Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for free.
Completed and Duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/008/1SL/39/ /2021-2022) and description, without bidder's identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office with Public Works Yard in Isiolo or be addressed and sent to;
The Regional Director,
Kenya Rural Roads Authority-Isiolo Region, P.O. Box 528-30100, ISIOLO.
So as to be received by 1st November, 2022 at 11.00 am.
Opening of bids will take place immediately thereafter in presence of Tenderers' representatives who wish to attend.
ENG. Z. N. KABATA
REGIONAL DIRECTOR:
KENYA RURAL ROADS AUTHORITY rs10L0.
Ref No. KeRRA/ISO/Vol. 001/2017/18 Date 12th February 2018
Contractors registered in the region and or registered with ministry of finance (treasury) under preference and reservation regulations (youth, women and persons with disability) are hereby invited to tender for the road works on the following roads.
| Item |
Road no. |
Link name |
constituency |
category |
Package No.ISLN22%KeRRA/011/ISL/39/ |
Downloads |
| 1 |
E 822 |
Goda-Merti |
Isiolo North |
PWD’s |
005 |
Download |
| 2 |
E 470 |
LMD- Barsalinga |
“ |
Youths |
004 |
Download |
| 3 |
E 810 |
Kachuru- Drift |
Isiolo North |
PWD’s |
002 |
Download |
| 4 |
E 470 |
LMD- Barsalinga |
“ |
Women |
010 |
Download |
| 5 |
UCB 9 |
A2-Policehospital loopDc’s Residence |
“ |
Women |
016 |
Download |
| 6 |
E 1873 |
Archers’ postMlango |
“ |
Women |
008 |
Download |
| 7 |
E 1873 |
Archers’ postMlango |
“ |
Youths |
011 |
Download |
| 8 |
E 855 |
Badana-Biligi |
Isiolo South |
Youths |
020 |
Download |
| 9 |
E 855 |
Biliqu-Sericho |
“ |
Women |
022 |
Download |
| 10 |
E 855 |
Badana- Iresaboru |
“ |
Youths |
024 |
Download |
| 11 |
E 855 |
Garfasa- Kombola |
“ |
PWD’S |
026 |
Download |
| 12 |
E 855 |
Kombola- Iresaboru |
“ |
Women |
027 |
Download |
Contrac tors are require d to
downlo ad free soft copy of the same from
www.k erra.go. ke.
Duly comple
ted and bound
tender
docume
nt should be deposited with clearly labeled constituency and contract number in the correct tender box at kerra regional office on or before 28th February 2018 11.00AM. Thereafter opening will be done in the presence of tenderers who choose to attend.
Pre tender site visit will be on 19th and 20th February 2018 for Isiolo north and 21st February 2018 for Isiolo south venue KeRRA regional office at 9.00 am All contractors are required to make their own transport arrangements. Non attendance will lead to automatic disqualification.
The following are the requirements are to be submitted by bidders.
|
1 |
Proof of attending pre tender site visit |
|
2 |
Must be registered with ministry of finance (treasury) under the access to the government procurement opportunities (AGPO) for the last two years |
|
3 |
At least 70% membership to special group (s) |
|
4 |
100% leadership by the special group (s) |
|
5 |
Current and valid tax compliance certificate |
|
6 |
Certificate of incorporations |
|
7 |
Registered with National Construction Authority. |
|
8 |
KRA Pin / VAT |
|
9 |
Properly and duly filled form of tender |
|
10 |
Properly and duly filled tender questionnaire |
|
11 |
Properly and duly filled confidential business questionnaire |
|
12 |
Properly and dully filled fraud and corruption form |
|
13 |
Properly and dully filled environmental and social commitment |
|
14 |
Properly and dully filled declaration form |
|
15 |
Proof of having tenderer’s bank account |
|
16 |
Tender document must be serialized |
|
17 |
Key personnel |
|
18 |
CR 12 and copies of ID’s of directors |
|
19 |
Copy of the Tenderer’s Bank Account details |
|
20 |
Principal place of business / physical location/ location of business office (attach business permit or trading license) |
|
21 |
Key personnel (their CV and Academic qualifications) |
Procurement officer
For: Regional Manager
Kenya Rural roads authority
Isiolo Region
Ref No. KeRRA/ISO/Vol. 002/2017-18 Date 12th February 2018
Contractors prequalified in category B, C & E in the region are hereby invited to tender for the road works on the following roads.
| Item |
Road no. |
Link name |
constituency |
category |
Package No.ISL N/22%KeRRA/011/ISL/39/- |
Downloads |
| 1 |
E822 |
Gotu-Bissan Biliqu |
Isiolo North |
B,C |
003 |
Download |
| 2 |
E810 |
Gotu Pry SchJunct B9 Gachuru |
“ |
C |
006 |
Download |
| 3 |
E 822 |
Bissan BiliquGoda |
“ |
C |
001 |
Download |
| 4 |
E470 |
LMD-Barsalinga |
“ |
B,C |
007 |
Download |
| 5 |
UBC 3 |
Local Mkt along D1212 |
“ |
B,C |
012 |
Download |
| 6 |
E 803 |
Benane-Laga Kubwa |
Isiolo South |
B,C &E |
019 |
Download |
| 7 |
E 803 |
GarbatullaBenane |
” |
B,C |
021 |
Download |
| 8 |
E 855 |
B9 ModegasheSericho- Malkadaka |
“ |
B,C |
023 |
Download |
| 9 |
E 855 |
Mogore- Iresaboru |
“ |
C |
025 |
Contractors are required to Contractors are required to download free soft copy of the same from www.kerra.go.ke.
Duly completed and bound tender document should be deposited with clearly labeled constituency and contract number in the correct tender box at kerra regional office on or before 28th February 2018 11.00AM. Thereafter opening will be done in the presence of tenderers who choose to attend.
Pre tender site visit will be on 19th and 20th February 2018 for Isiolo north and 21st February 2018 for Isiolo south venue Regional office 9.00 Am.
All contractors are required to make their own transport arrangements. Non attendance will lead to automatic disqualification.
The following are the requirements are to be submitted by bidders.
|
1 |
Proof of attending pre tender site visit |
|
2 |
Must be pre qualified in respective category |
|
3 |
Copy of certificate of incorporation by commissioner of oaths |
|
4 |
Copy of registration with the ministry or national construction authority |
|
5 |
Current and valid tax compliance certificate |
|
6 |
Properly and duly filled form of tender |
|
7 |
Properly and duly filled tender questionnaire |
|
8 |
Properly and duly filled confidential business questionnaire |
|
9 |
Authority to seek reference from tenderer’s bank account |
|
10 |
Tender document must be serialized |
|
11 |
Current one year bank statement |
|
12 |
General and specific experience in related works |
|
13 |
Current work commitment |
|
14 |
Key personnel |
|
15 |
Equipment holding |
|
16 |
Litigation history if any |
Procurement officer
For; Regional Manager
Kenya Rural roads authority
Isiolo Region
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER-ISIOLO REGION
ADDENDUM
21ST DECEMBER, 2018
This Addendum is for the Tenders for Isiolo Region advertised on 29th November 2018 whose opening date was slated for 3rd January 2019. The tender notice is amended as follows;
- The date of opening of the tenders has been adjusted to 10th January 2019 at 11:00am.
- The Budget/Estimate for tender number KeRRA/011/ISL/39/011/2018-2019- Longopito-Logaman Road is Kshs. 3,010,000.00 and not Kshs 1,775,000.00 indicated on the tender notice.
All other conditions stated in the tender notice remain as they were; except for the changes above.
PROCUREMENT OFFICER
FOR REGIONAL MANAGER,
KENYA RURAL ROADS AUTHORITY, ISIOLO.
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
29TH NOVEMBER, 2018
For Roads Maintenance Works in Isiolo Region in the Financial Year 2018-2019, KeRRA has Received Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.
|
CONTRACT NO. |
Road Name/Code |
Works Description |
Prequalification Category /GROUP |
Budget/ Estimate(kshs) |
CONSTITUENCY |
DOCUMENT |
|
KeRRA/011/ISL/39/001/ 2018-2019 |
BADANA-BILIGI |
Routine Maintenance |
C,D,E-OPEN |
2,900,000.00 |
ISIOLO SOUTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/002/ 2018-2019 |
GARBATULLA- BENANE |
Routine Maintenance |
PWD |
1,670,000.00 |
ISIOLO SOUTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/003/ 2018-2019 |
KOMBOLA- IRESABORU |
Routine Maintenance |
OPEN |
2,454,000.00 |
ISIOLO SOUTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/004/ 2018-2019 |
IRESABORU- BADANA |
Routine Maintenance |
C,D,E-OPEN |
4,349,000.00 |
ISIOLO SOUTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/005/ 2018-2019 |
SERICHO- MODOGASHE |
Routine Maintenance |
YOUTH |
4,312,000.00 |
ISIOLO SOUTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/015/ 2018-2019 |
BOJI-TANA |
Routine Maintenance |
OPEN |
1,812,000.00 |
ISIOLO SOUTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/016/ 2018-2019 |
IRESABORU- FOROSA- MODOGASHE |
Routine Maintenance |
WOMEN |
3,195,000.00 |
ISIOLO SOUTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/008/ 2018-2019 |
BISANI BILIQO- BULESA |
Routine Maintenance |
PWD |
1,972,000.00 |
ISIOLO NORTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/009/ 2018-2019 |
GOTU-BISANI BILIQO |
Routine Maintenance |
C,D,E-OPEN |
3,709,000.00 |
ISIOLO NORTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/010/ 2018-2019 |
MLANGO-KIPSING |
Routine Maintenance |
C,D,E-OPEN |
4,146,000.00 |
ISIOLO NORTH |
Download |
|
KeRRA/011/ISL/39/011/ 2018-2019 |
LONGOPITO- LOGAMAN |
Spot Improvement |
YOUTH |
1,775,000.00 |
ISIOLO NORTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/012/ 2018-2019 |
GACHURU-GOTU |
Spot Improvement |
C,D,E-OPEN |
3,926,000.00 |
ISIOLO NORTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/019/ 2018-2019 |
BISANI BILIQO MADO HAGA- YACHISA |
Spot Improvement |
C,D,E-OPEN |
2,878,000.00 |
ISIOLO NORTH |
DOWNLOAD |
|
KeRRA/011/ISL/39/020/ 2018-2019 |
NGAREMARA- DAABA |
Spot Improvement |
WOMEN |
1,621,000.00 |
ISIOLO NORTH |
DOWNLOAD |
Eligible Bidders must meet the following criteria, among others;
- 1. For works open to ‘ALL’, Bidders must be pre-qualified in the respective Constituency and
Category
- 2. Have a valid tax compliance Certificate (To be confirmed on-line).
- 3. Individually attend pre-tender site visit: Isiolo South- 13th December 2018, Isiolo North-
20th&21st December 2018. Assemble at Regional Office at 9:00am on respective dates.
- 4. NCA certificate (To be confirmed on-line).
- 5. Youth, Women and People with Disabilities, the company must be registered under the
preference categories as Women, Youth or Persons with Disabilities and show proof of
registration with the relevant government body and category.
- 6. PWD shall show proof of disability by registration with National Council of Persons with
Disability.
NB: Youth, Women and Persons with Disability do not need prequalification for the Works reserved for their respective categories but should be prequalified if they wish to participate in the OPEN category.
Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for free.
Completed tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/011/ISL/39/……/2018-2019) and description, without bidder’s identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office with Public Works Yard in Isiolo or be addressed and sent to;
The Regional Manager,
Kenya Rural Roads Authority-Isiolo Region, P.O. Box 528-30100,
ISIOLO.
So as to be received by Thursday 3rd January 2019 at 11.00 am.
Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend.
PROCUREMENT OFFICER FOR REGIONAL MANAGER,
KENYA RURAL ROADS AUTHORITY, ISIOLO.
INVITATION TO TENDER
Date: 20th January, 2022
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Isiolo Region to be funded under 10% RMLF for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
ROUTINE MAINTENANCE OF GOTU - BISANI BILIQO ROAD (C340) |
ISIOLO NORTH |
WOMEN |
4.2M |
10% RMLF |
|
|
2 |
ROUTINE MAINTENANCE OF GOTU - BISANI BILIQO ROAD (C340) |
ISIOLO NORTH |
OPEN TO ALL |
4.8M |
10% RMLF |
|
|
3 |
ROUTINE MAINTENANCE OF GACHURU - GOTU ROAD (C346) |
ISIOLO NORTH |
OPEN TO ALL |
5.8M |
10% RMLF |
|
|
4 |
ROUTINE MAINTENANCE OF GACHURU - GOTU ROAD (C346) |
ISIOLO NORTH |
YOUTH |
2.8 M |
10% RMLF |
|
|
5 |
ROUTINE MAINTENANCE OF GACHURU - GOTU ROAD (C346) |
ISIOLO NORTH |
PWD |
1.8 M |
10% RMLF |
|
|
6 |
ROUTINE MAINTENANCE OF KULAMAWE - MBARAMBATE ROAD (C341) |
ISIOLO SOUTH |
PWD |
2.4 M |
10% RMLF |
|
|
7 |
ROUTINE MAINTENANCE OF MBARAMBATE – MALKADAKA ROAD (C341) |
ISIOLO SOUTH |
WOMEN |
3.6M |
10% RMLF |
|
|
8 |
ROUTINE MAINTENANCE OF KINNA - KULAMAWE ROAD (C343) |
ISIOLO SOUTH |
OPEN TO ALL |
3.8M |
10% RMLF |
|
|
9 |
ROUTINE MAINTENANCE OF KINNA - KULAMAWE ROAD (C343) |
ISIOLO SOUTH |
YOUTH |
3.1M |
10% RMLF |
|
|
10 |
ROUTINE MAINTENANCE OF KINNA - KULAMAWE ROAD (C343) |
ISIOLO SOUTH |
OPEN TO ALL |
6.5M |
10% RMLF |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 5,6,7,8)
- Certified copy of PIN certificate
- Certified VAT Registration (ACTIVE)
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 within one (1) year (Will be verified on the register of the company)
- Certified copies of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- 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).- Where applicable.
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
- Litigation History as a Sworn – in Affidavit.
- Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents using a serialization machine.
Other Requirements
As specified in the respective tender documents covering the following:
- Compliance to Technical Proposal Forms eg. Construction Schedule, Site Organization, Method Statement (Methodology), etc
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;
|
S/No. |
Road Name / Number |
Date & Time of Site Visit |
|
01 |
Gachuru - Gotu Road (C346) and Gotu - Bisani Biliqo Road (C340) |
26th January,2023 at 7.00 am |
|
02 |
Kinna - Kulamawe Road (C343) and Kulamawe - Mbarambate – Malkadaka Road (C341) |
27th January,2023 at 7.00 am |
Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above. Bidders will also ensure they sign site visit attendance register.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 25th January, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 9TH FEBRUARY, 2023 at 10.00AM, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
- O. Box 528-60300
ISIOLO
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before Thursday, 9th February, 2023 at 10.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
REGIONAL DIRECTOR
ISIOLO REGION
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
...........DOWNLOAD COPY OF ADVERT HERE..................
12TH MAY, 2021
For Roads Maintenance Works in Isiolo Region in the Financial Year 2020-2021, KeRRA has Received Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.
|
CONTRACT NO. |
Road Name/Code |
Works Description |
Prequalification Category /GROUP |
Budget/ Estimate(kshs) |
|
KeRRA/011/ISL/39/030/2020-2021 |
Routine Maintenance |
YOUTH |
1,841,000.00 |
|
|
KeRRA/011/ISL/39/031/2020-2021 |
Routine Maintenance |
PWD |
1,829,000.00 |
|
|
KeRRA/011/ISL/39/034/2020-2021 |
Routine Maintenance |
OPEN |
2,624,000.00 |
|
|
KeRRA/011/ISL/39/035/2020-2021 |
Routine Maintenance |
WOMEN |
1,668,000.00 |
|
|
KeRRA/011/ISL/39/036/2020-2021 |
Routine Maintenance |
OPEN |
2,261,000.00 |
|
|
KeRRA/011/ISL/39/037/2020-2021 |
Routine Maintenance |
OPEN |
2,419,000.00 |
Eligible Bidders must meet the following criteria, among others;
- Have a Valid Tax Compliance Certificate (To be confirmed on-line).
- Valid NCA certificate for Road Works (To be confirmed on-line).
- Must not have on-going works (Confirmed by completion certificate).
- Have not been awarded works in the financial year 2020-2021.
- Youth, Women and People with Disabilities, the company must be registered under the preference categories as Women, Youth or Persons with Disabilities and show proof of registration with the relevant government body and category.
- Bidders are advised to familiarize themselves with the sites; as there will be no pre-tender site visit done for the entire group.
NB: Youth, Women and Persons with Disability do not need prequalification for the Works reserved for their respective categories but should be prequalified if they wish to participate in the OPEN category.
Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for free.
Completed and Duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/011/ISL/39/……/2020-2021) and description, without bidder’s identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office with Public Works Yard in Isiolo or be addressed and sent to;
The Regional Director,
Kenya Rural Roads Authority-Isiolo Region,
P.O. Box 528-30100,
ISIOLO.
So as to be received by Friday 21st May 2021 at 11.00 am.
Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives (a maximum of 15 persons will be allowed, in compliance with Ministry of Health Protocols for Covid-19) who wish to attend.
PROCUREMENT OFFICER
FOR REGIONAL MANAGER,
KENYA RURAL ROADS AUTHORITY, ISIOLO.
KENYA RURAL ROADS AUTHORITY
ISIOLO REGION
INVITATION TO TENDER
Date: 5th October, 2023
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Isiolo Region to be funded under 10% RMLF (LOT2) for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
FUNDING |
|
|
1 |
SPOT IMPROVEMENT OF KIPSING – LONGOPITO ROAD (C344) |
KeRRA/08/ISL/039/022/10%RMLF-23|24 |
ISIOLO NORTH |
WOMEN |
10% RMLF |
DOWNLOAD |
|
2 |
SPOT IMPROVEMENT OF NGARENDARE – KIPSING ROAD (C344) |
KeRRA/08/ISL/039/023/10%RMLF-23|24 |
ISIOLO NORTH |
OPEN |
10% RMLF |
DOWNLOAD |
|
3 |
SPOT IMPROVEMENT OF GACHURU - THABATAGI (C346) |
KeRRA/08/ISL/039/024/10%RMLF-23|24 |
ISIOLO NORTH |
PWD |
10% RMLF |
DOWNLOAD |
|
4 |
SPOT IMPROVEMENT OF THABATAGI – GOTU ROAD (C346) |
KeRRA/08/ISL/039/025/10%RMLF-23|24 |
ISIOLO NORTH |
OPEN |
10% RMLF |
DOWNLOAD |
|
5 |
SPOT IMPROVEMENT OF GOTU - MBARAMBATE ROAD (C347) |
KeRRA/08/ISL/039/026/10%RMLF-23|24 |
ISIOLO NORTH |
YOUTH |
10% RMLF |
DOWNLOAD |
|
6 |
SPOT IMPROVEMENT OF KULAMAWE - MBARAMBATE ROAD (C341) |
KeRRA/08/ISL/039/027/10%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
10% RMLF |
DOWNLOAD |
|
7 |
SPOT IMPROVEMENT OF KULOBARATE - MALKADAKA ROAD (C341) |
KeRRA/08/ISL/039/028/10%RMLF-23|24 |
ISIOLO SOUTH |
YOUTH |
10% RMLF |
DOWNLOAD |
|
8 |
SPOT IMPROVEMENT OF MBARAMBATE - KULOBARATE ROAD (C341) |
KeRRA/08/ISL/039/029/10%RMLF-23|24 |
ISIOLO SOUTH |
WOMEN |
10% RMLF |
DOWNLOAD |
|
9 |
SPOT IMPROVEMENT OF BAGASA – KULAMAWE ROAD (C343) |
KeRRA/08/ISL/039/030/10%RMLF-23|24 |
ISIOLO SOUTH |
PWD |
10% RMLF |
DOWNLOAD |
|
10 |
SPOT IMPROVEMENT OF KINNA- BAGASA ROAD (C343) |
KeRRA/08/ISL/039/031/10%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
10% RMLF |
DOWNLOAD |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified Copy of Certificate of Incorporation.
- Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
- Copy of PIN certificate
- VAT Registration Certificate (ACTIVE)
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
- Copies of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- 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).- Where applicable.
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- 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.
- Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
- Litigation History as a Sworn – in Affidavit.
- Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped.
- Tender Validity is 259 days.
- Bidders Must Serialize sequentially ALL pages of the tender documents.
Other Requirements
As specified in the respective tender documents covering the following:
- ELIGIBILITY
- To enhance Equity, Bidders shall bid for a maximum of Two (2) Tenders but can only be awarded a maximum of one (1) tender under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) tenders under LOT 1 and LOT 2 Tender Notice.
- Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
- Be Registered as a contractor in Isiolo Region for Open Tenders.
- Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
- Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
- Provide General and specific Construction Experience.
- Site Staff ( CVs and Certificates
- Provide Method Statement (Methodology)
- Current work load if any
- Any form of Canvassing will lead to disqualification
- There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;
|
S/No. |
Constituency |
Date & Time of Site Visit |
|
01 |
Isiolo North |
12/10/2023 & 13/10/2023 at 7.00am |
|
02 |
Isiolo South |
17/10/2023 & 18/10/2023 at 7.00am |
Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above. Bidders will also ensure they sign site visit attendance register.
NOTE:
- The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 26th October, 2023 at 10.00am, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
P.O. Box 528-60300
ISIOLO
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 27th October, 2023 at 10.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
REGIONAL DIRECTOR
ISIOLO REGION
KENYA RURAL ROADS AUTHORITY
ISIOLO REGION
INVITATION TO TENDER
Date: 5th October, 2023
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Isiolo Region to be funded under 22% RMLF (LOT 1) for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
FUNDING |
|
|
1 |
SPOT IMPROVEMENT BISANI BILIQO - BULESA ROAD (C340) |
KeRRA/08/ISL/039/001/22%RMLF-23|24 |
ISIOLO NORTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
2 |
SPOT IMPROVEMENT OF BULESA -GODA ROAD (C340) |
KeRRA/08/ISL/039/002/22%RMLF-23|24 |
ISIOLO NORTH |
WOMEN |
22% RMLF |
DOWNLOAD |
|
3 |
SPOT IMPROVEMENT OF GODA – MERTI ROAD (C340) |
KeRRA/08/ISL/039/003/22%RMLF-23|24 |
ISIOLO NORTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
4 |
SPOT IMPROVEMENT OF GOTU – BISANI BILIQO ROAD (C340) |
KeRRA/08/ISL/039/004/22%RMLF-23|24 |
ISIOLO NORTH |
YOUTH |
22% RMLF |
DOWNLOAD |
|
5 |
SPOT IMPROVEMENT OF CAPTURE– MLANGO ROAD (C340) |
KeRRA/08/ISL/039/005/22%RMLF-23|24 |
ISIOLO NORTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
6 |
SPOT IMPROVEMENT OF KIWANJA- CAPTURE ROAD (C344) |
KeRRA/08/ISL/039/006/22%RMLF-23|24 |
ISIOLO NORTH |
PWD |
22% RMLF |
DOWNLOAD |
|
7 |
SPOT IMPROVEMENT OF KIPSING – LONGOPITO ROAD (C344) |
KeRRA/08/ISL/039/007/22%RMLF-23|24 |
ISIOLO NORTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
8 |
SPOT IMPROVEMENT OF LONGOPITO – OLDONYIRO ROAD (C344) |
KeRRA/08/ISL/039/008/22%RMLF-23|24 |
ISIOLO NORTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
9 |
SPOT IMPROVEMENT OF NGARENDARE – KIPSING ROAD (C344) |
KeRRA/08/ISL/039/009/22%RMLF-23|24 |
ISIOLO NORTH |
WOMEN |
22% RMLF |
DOWNLOAD |
|
10 |
SPOT IMPROVEMENT OF OLDONYIRO - TURA ROAD (C344) |
KeRRA/08/ISL/039/010/22%RMLF-23|24 |
ISIOLO NORTH |
YOUTH |
22% RMLF |
DOWNLOAD |
|
11 |
SPOT IMPROVEMENT OF BILIQO - SERICHO ROAD (C341) |
KeRRA/08/ISL/039/011/22%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
12 |
SPOT IMPROVEMENT OF IRESABORU - BADANA ROAD (C341) |
KeRRA/08/ISL/039/012/22%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
13 |
SPOT IMPROVEMENT OF KOMBOLA - MOGORE ROAD (C341) |
KeRRA/08/ISL/039/013/22%RMLF-23|24 |
ISIOLO SOUTH |
PWD |
22% RMLF |
DOWNLOAD |
|
14 |
SPOT IMPROVEMENT OF MOGORE - IRESABORU ROAD (C341) |
KeRRA/08/ISL/039/014/22%RMLF-23|24 |
ISIOLO SOUTH |
WOMEN |
22% RMLF |
DOWNLOAD |
|
15 |
SPOT IMPROVEMENT OF SERICHO – YAATU KUTWA ROAD (C341) |
KeRRA/08/ISL/039/015/22%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
16 |
SPOT IMPROVEMENT OF YAATU KUTWA -MODOGASHE ROAD (C341) |
KeRRA/08/ISL/039/016/22%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
17 |
SPOT IMPROVEMENT OF KINNA - DUSE ROAD (C343) |
KeRRA/08/ISL/039/017/22%RMLF-23|24 |
ISIOLO SOUTH |
YOUTH |
22% RMLF |
DOWNLOAD |
|
18 |
SPOT IMPROVEMENT OF FOROSA – DAM –TUTICH ROAD (UCB16) |
KeRRA/08/ISL/039/018/22%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
19 |
SPOT IMPROVEMENT OF TUTICH - MODOGASHE ROAD (UCB16) |
KeRRA/08/ISL/039/019/22%RMLF-23|24 |
ISIOLO SOUTH |
WOMEN |
22% RMLF |
DOWNLOAD |
|
20 |
SPOT IMPROVEMENT OF IRESAMBORU – HARGASU-UDHU-DAL ROAD (UCB16) |
KeRRA/08/ISL/039/020/22%RMLF-23|24 |
ISIOLO SOUTH |
YOUTH |
22% RMLF |
DOWNLOAD |
|
21 |
SPOT IMPROVEMENT OF UDHU-DABTH - FOROSA ROAD (UCB16) |
KeRRA/08/ISL/039/021/22%RMLF-23|24 |
ISIOLO SOUTH |
OPEN |
22% RMLF |
DOWNLOAD |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Copy of Certificate of Incorporation.
- Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
- Copy of PIN certificate
- VAT Registration Certificate (ACTIVE)
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
- Copies of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- 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).- Where applicable.
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- 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.
- Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
- Litigation History as a Sworn – in Affidavit.
- Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped.
- Tender Validity is 259 days.
- Bidders Must Serialize sequentially ALL pages of the tender documents.
Other Requirements
As specified in the respective tender documents covering the following:
- ELIGIBILITY
- To enhance Equity, Bidders shall bid for a maximum of Two (2) Tenders but can only be awarded a maximum of one (1) tender under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) tenders under LOT 1 and LOT 2 Tender Notice.
- Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
- Be Registered as a contractor in Isiolo Region for Open Tenders.
- Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
- Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
- Provide General and specific Construction Experience.
- Site Staff ( CVs and Certificates)
- Provide Method Statement (Methodology)
- Current work load if any
- Any form of Canvassing will lead to disqualification
- There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;
|
S/No. |
Constituency |
Date & Time of Site Visit |
|
01 |
Isiolo North |
12/10/2023 & 13/10/2023 at 7.00am |
|
02 |
Isiolo South |
17/10/2023 & 18/10/2023 at 7.00am |
Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above. Bidders will also ensure they sign site visit attendance register.
NOTE:
- The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 27th October, 2023 at 10.00am, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
P.O. Box 528-60300
ISIOLO
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 27th October, 2023 at 10.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
REGIONAL DIRECTOR
ISIOLO REGION
KENYA RURAL ROADS AUTHORITY
ISIOLO REGION
INVITATION TO TENDER (RE-ADVERTISEMENT)
Date: 19th May, 2023
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Isiolo Region to be funded under 22% RMLF for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
FUNDING |
|
|
1 |
Routine Maintenance of Bisani Biliqo – Bulesa Road |
KeRRA/08/ISL/039/001/22%RMLF-22|23 |
Isiolo North |
Women |
22% RMLF |
DOWNLOAD |
|
2 |
Routine Maintenance of Bisani Biliqo – Bulesa Road |
KeRRA/08/ISL/039/002/22%RMLF-22|23 |
Isiolo North |
PWD |
22% RMLF |
DOWNLOAD |
|
3 |
Routine Maintenance of Goda – Merti Road |
KeRRA/08/ISL/039/003/22%RMLF-22|23 |
Isiolo North |
Open to All |
22% RMLF |
DOWNLOAD |
|
4 |
Routine Maintenance of Gotu - Bisani Biliqo Road |
KeRRA/08/ISL/039/004/22%RMLF-22|23 |
Isiolo North |
PWD |
22% RMLF |
DOWNLOAD |
|
5 |
Routine Maintenance of Gotu - Bisani Biliqo Road |
KeRRA/08/ISL/039/005/22%RMLF-22|23 |
Isiolo North |
Women |
22% RMLF |
DOWNLOAD |
|
6 |
Routine Maintenance of Oldonyiro –DB Laikipia (Oldonyiro – Parkurk) |
KeRRA/08/ISL/039/006/22%RMLF-22|23 |
Isiolo North |
Open to All |
22% RMLF |
DOWNLOAD |
|
7 |
Routine Maintenance of Oldonyiro –DB Laikipia (Parkurk - Tura) |
KeRRA/08/ISL/039/007/22%RMLF-22|23 |
Isiolo North |
Open to All |
22% RMLF |
DOWNLOAD |
|
8 |
Routine Maintenance of Lpus – Longopito- Oldonyiro ( Lpus- Longopito) |
KeRRA/08/ISL/039/008/22%RMLF-22|23 |
Isiolo North |
Open to All |
22% RMLF |
DOWNLOAD |
|
9 |
Routine Maintenance of Lpus – Longopito- Oldonyiro (Longopito - Oldonyiro) |
KeRRA/08/ISL/039/009/22%RMLF-22|23 |
Isiolo North |
Open to All |
22% RMLF |
DOWNLOAD |
|
10 |
Routine Maintenance of Gachuru – Gotu Road |
KeRRA/08/ISL/039/010/22%RMLF-22|23 |
Isiolo North |
Youth |
22% RMLF |
DOWNLOAD |
|
11 |
Routine Maintenance of Biligi – Sericho Road |
KeRRA/08/ISL/039/011/22%RMLF-22|23 |
Isiolo South |
Open to All |
22% RMLF |
DOWNLOAD |
|
12 |
Routine Maintenance of Iresaboru – Badana Road |
KeRRA/08/ISL/039/012/22%RMLF-22|23 |
Isiolo South |
Women |
22% RMLF |
DOWNLOAD |
|
13 |
Routine Maintenance of Kombola – Mogore Road |
KeRRA/08/ISL/039/013/22%RMLF-22|23 |
Isiolo South |
Open to All |
22% RMLF |
DOWNLOAD |
|
14 |
Routine Maintenance of Mogore – Iresaboru Road |
KeRRA/08/ISL/039/014/22%RMLF-22|23 |
Isiolo South |
Open to All |
22% RMLF |
DOWNLOAD |
|
15 |
Routine Maintenance of Sericho – Modogashe Road (Sericho –Yaatu Kutwa) |
KeRRA/08/ISL/039/015/22%RMLF-22|23 |
Isiolo South |
PWD |
22% RMLF |
DOWNLOAD |
|
16 |
Routine Maintenance of Sericho – Modogashe Road (Yaatu Kutwa - Modogahe) |
KeRRA/08/ISL/039/016/22%RMLF-22|23 |
Isiolo South |
Open to All |
22% RMLF |
DOWNLOAD |
|
17 |
Routine Maintenance of Forosa Dam –Modogashe Road (Forosa Dam – Tutich) |
KeRRA/08//ISL/039/017/22%RMLF-22|23 |
Isiolo South |
Women |
22% RMLF |
DOWNLOAD |
|
18 |
Routine Maintenance of Forosa Dam –Modogashe Road (Tutich – Modogashe) |
KeRRA/08/ISL/039/018/22%RMLF-22|23 |
Isiolo South |
Youth |
22% RMLF |
DOWNLOAD |
|
19 |
Routine Maintenance of Iresamboru - Forosa Dam Road (Iresamboru-Hagarsu – Udhu-Dabth) |
KeRRA/08/ISL/039/031/22%RMLF-22|23 |
Isiolo South |
Youth |
22% RMLF |
DOWNLOAD |
|
20 |
Routine Maintenance of Iresamboru - Forosa Dam Road (Udhu-Dabth - Forosa) |
KeRRA/08/ISL/039/032/22%RMLF-22|23 |
Isiolo South |
Open to All |
22% RMLF |
DOWNLOAD |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority.
- Certified copy of PIN certificate
- Certified VAT Registration (ACTIVE)
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 within one (1) year (Will be verified on the register of the company)
- Certified copies of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- 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).- Where applicable.
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
- Litigation History as a Sworn – in Affidavit.
- Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents using a serialization machine.
- There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;
|
S/No. |
Constituency |
Date & Time of Site Visit |
|
01 |
Isiolo North |
24/5/2023 & 25/5/2023 at 7.00am |
|
02 |
Isiolo South |
29/5/2023 & 30/5/2023 at 7.00am |
Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above. Bidders will also ensure they sign site visit attendance register.
Other Requirements
As specified in the respective tender documents covering the following:
- Compliance to Technical Proposal Forms eg. Construction Schedule, Site Organization, Method Statement (Methodology), etc
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility (Not debarred by PPRA)
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only 1 (ONE) CONTRACT
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22nd May, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 8th June, 2023 at 10.00AM, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
- P.O. Box 528-60300
ISIOLO
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before Thursday, 8th June, 2023 at 10.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
REGIONAL DIRECTOR
ISIOLO REGION
KENYA RURAL ROADS AUTHORITY
ISIOLO REGION
INVITATION TO TENDER
Date: 1st March, 2024
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Isiolo Region to be funded under 22% RMLF Savings for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
FUNDING |
|
|
1 |
SPOT IMPROVEMENT OF LONGOPITO – OLDONYIRO ROAD (C344) |
KeRRA/08/ISL/039/045/22%-SAVINGS-22|23 |
ISIOLO NORTH |
OPEN |
22% RMLF |
DOWNLOAD |
|
2 |
SPOT IMPROVEMENT OF GACHURU – GOTU ROAD (C346) |
KeRRA/08/ISL/039/046/22%-SAVINGS-22|23 |
ISIOLO NORTH |
WOMEN |
22% RMLF |
DOWNLOAD |
|
3 |
SPOT IMPROVEMENT OF SERICHO – YAATU KUTWA ROAD (C341) |
KeRRA/08/ISL/039/047/22%-SAVINGS-22|23 |
ISIOLO SOUTH |
OPEN |
22% RMLF |
DOWNLOAD |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Copy of Certificate of Incorporation.
- Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
- Copy of PIN certificate
- VAT Registration Certificate (ACTIVE)
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
- Copies of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- 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).- Where applicable.
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- 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.
- Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
- Litigation History as a Sworn – in Affidavit.
- Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped.
- Tender Validity is 259 days.
- Bidders Must Serialize sequentially ALL pages of the tender documents.
Other Requirements
As specified in the respective tender documents covering the following:
- ELIGIBILITY
- To enhance Equity, Bidders shall can only be awarded a maximum of one (1) tender under this Tender Notice.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
- Be Registered as a contractor in Isiolo Region for Open Tenders.
- Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
- Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
- Provide General and specific Construction Experience.
- Site Staff ( CVs and Certificates)
- Provide Method Statement (Methodology)
- Current work load if any
- Any form of Canvassing will lead to disqualification
- There shall be no Mandatory Pre-tender site visit , however bidders are advised to make their own arrangements to familiarize themselves with the site and have their pre-tender site visit certificate signed by authorized KeRRA Officer.
NOTE:
- The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 14th March, 2024 at 10.00am, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
P. O. Box 528-60300
ISIOLO
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 14th March, 2024 at 10.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
REGIONAL DIRECTOR
ISIOLO REGION
KENYA RURAL ROADS AUTHORITY
ISIOLO REGION
INVITATION TO TENDER
Date: 1st March, 2024
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. The Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Isiolo Region to be funded under Equalization Savings for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.
|
NO |
CONTRACT DESCRIPTION |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
FUNDING |
|
|
1 |
Gotu - Bisani Biliqo (DB Samburu -DB Wajir Dam Road) |
KeRRA/08/ISL/039/048/EQUALIZATION SAVINGS-22|23 |
ISIOLO NORTH |
OPEN |
Equalization savings |
DOWNLOAD |
|
2 |
Mlango - LMD -Kiwanja (Kiwanja Road) |
KeRRA/08/ISL/039/049/EQUALIZATION SAVINGS-22|23 |
ISIOLO NORTH |
YOUTH |
Equalization savings |
DOWNLOAD |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Copy of Certificate of Incorporation.
- Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
- Copy of PIN certificate
- VAT Registration Certificate (ACTIVE)
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
- Copies of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- 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).- Where applicable.
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- 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.
- Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
- Litigation History as a Sworn – in Affidavit.
- Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped.
- Tender Validity is 259 days.
- Bidders Must Serialize sequentially ALL pages of the tender documents.
Other Requirements
As specified in the respective tender documents covering the following:
- ELIGIBILITY
- To enhance Equity, Bidders shall can only be awarded a maximum of one (1) tender under this Tender Notice.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
- Be Registered as a contractor in Isiolo Region for Open Tenders.
- Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
- Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
- Provide General and specific Construction Experience.
- Site Staff ( CVs and Certificates)
- Provide Method Statement (Methodology)
- Current work load if any
- Any form of Canvassing will lead to disqualification
- There shall be no Mandatory Pre-tender site visit , however bidders are advised to make their own arrangements to familiarize themselves with the site and have their pre-tender site visit certificate signed by authorized KeRRA Officer.
NOTE:
- The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 14th March, 2024 at 10.00am, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
P. O. Box 528-60300
ISIOLO
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 14th March, 2024 at 10.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
REGIONAL DIRECTOR
ISIOLO REGION
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
24TH JULY, 2020
For Roads Maintenance Works in Isiolo Region in the Financial Year 2019-2020, KeRRA has Received Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.
|
CONTRACT NO. |
Road Name/Code |
Works Description |
Prequalification Category /GROUP |
Budget/ Estimate(kshs) |
Tender Documents |
|
KeRRA/011/ISL/39/039/2019-2020 |
IRESABORU-BADANA |
Routine Maintenance/Spot improvement |
YOUTH |
4,510,000.00 |
DOWNLOAD TENDER DOCUMENT HERE |
|
KeRRA/011/ISL/39/040/2019-2020 |
SERICHO-MODOGASHE |
Routine Maintenance/Spot improvement |
OPEN |
4,076,000.00 |
DOWNLOAD TENDER DOCUMENT HERE |
|
KeRRA/011/ISL/39/041/2019-2020 |
MBARAMBATE-MALKADAKA |
Routine Maintenance/Spot improvement |
PWD |
1,660,000.00 |
DOWNLOAD TENDER DOCUMENT HERE |
|
KeRRA/011/ISL/39/046/2019-2020 |
KUBI-CARLO BRIDGE-MBARAMBATE |
Routine Maintenance/Spot improvement |
OPEN |
3,294,000.00 |
DOWNLOAD TENDER DOCUMENT HERE |
|
KeRRA/011/ISL/39/048/2019-2020 |
BILIQO KUBI-CARLO BRIDGE |
Routine Maintenance/Spot improvement |
WOMEN |
2,674,000.00 |
DOWNLOAD TENDER DOCUMENT HERE |
Eligible Bidders must meet the following criteria, among others;
- Have a valid tax compliance Certificate.
- Bidders are expected to familiarize themselves with site on their own before bidding, should a bidder need a letter for the purpose of accessing the site it may visit the Isiolo KeRRA office.
- Valid NCA registration and Annual Practicing certificate.
- Pre-qualified in Isiolo Region; for the OPEN category.
- Youth, Women and People with Disabilities, the company must be registered under the preference categories as Women, Youth or Persons with Disabilities and show proof of registration with the relevant government agency.
- PWD shall show proof of disability by registration with National Council of Persons with Disability.
- Have not been awarded works in the financial year 2019-2020 or have any on-going works as a company or associate.
NB: Youth, Women and Persons with Disability do not need prequalification for the Works reserved for their respective categories but should be prequalified if they wish to participate in the OPEN category.
Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for FREE.
Completed and serialized tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/011/ISL/39/……2019-2020) and description, without bidder’s identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office within Public Works Yard in Isiolo or be addressed and sent to;
Deputy Director,
Kenya Rural Roads Authority-Isiolo Region,
P.O. Box 528-30100,
ISIOLO.
So as to be received by Friday 7th August 2020 at 11.00 am.
Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend. But bidders are advised to send minimal representation during opening as a maximum of 15 persons gathering rule will be observed in line with Ministry of Health guidelines in view of COVID-19.
PROCUREMENT OFFICER.
FOR DEPUTY DIRECTOR,
ISIOLO REGION.
Julius Korir, C.B.S is the Principal Secretary- Infrastructure, Ministry of Transport, Infrastructure Housing and urban Development
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
26th October, 2021
TENDER NOTICE (22% AND 10% RMLF) 2021/2022
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado North to be funded using 22% and 10% RMLF funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
22% RMLF
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
|
|
|
|
|
|
|
|
G71199 |
Eureka Road Jnc C57-Kiserian |
KeRRA/11/Kjd/39/22/2-34-21/22 – 034 |
C |
None |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7891 |
Jnc Ack Cathedral-Cathedral-Hill Jnc D523 |
KeRRA/11/Kjd/39/22/2-34-21/22 – 035 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7910 |
Jn E494 Mericho-Olkeri Forest Jn E593 |
KeRRA/11/Kjd/39/22/2-34-21/22 – 036 |
C |
None |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7919 |
Jn D523 Maasai Road-Matasia Jn D523 |
KeRRA/11/Kjd/39/22/2-34-21/22 – 037 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7919 |
Ole Sayuri Road-Jn Kahara |
KeRRA/11/Kjd/39/22/2-34-21/22 – 038 |
C |
None |
All |
DOWNLOAD NEW TENDER DOCUMENT HERE |
10% RMLF
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G7918 |
Jnc D523 Maasai Road-Ngong Road |
KeRRA/11/Kjd/39/10/2-34-21/22 – 039 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7965 |
Forest Line-Mage Road-Jnc C57 Ongata Rongai Road |
KeRRA/11/Kjd/39/10/2-34-21/22 – 040 |
C |
None |
PWD |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
See the documents for more other requirements.
- Certified copy of Certificate of Incorporation.
- Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
- Certified copy of PIN certificate registered for VAT obligation
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 form (issued within the last Twelve months before the opening date)
- Certified copies of National Identity Cards / Passports of Directors and any shareholder or individual listed on the CR12.
- Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified 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 six (6) months.
- Current sworn affidavit of litigation history before commissioner of oaths for the last (6) six months from the tender opening date.
- Submit a brief Work Methodology relevant to the works tendered.
- Proof of Bank Account under the company’s name.
- Dully filled, signed and stamped bills of quantities.
- Dully filled, signed, stamped and witnessed Form of Tender.
- Dully filled and stamped business questionnaire.
- Dully filled Environmental and Social Commitment Forms.
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 26th October, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Manager Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100
Kajiado
And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 11th November, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: DEPUTY DIRECTOR ROADS
TENDER NOTICE (22%), 2018-2019
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE RESPECTIVE CONSTITUENCY for the maintenance and improvement of the following Roads to be funded using 22% RMLF. NB: SPECIAL GROUPS (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS REQUIREMENT WHEN BIDDING FOR TENDERS
SET ASIDE FOR THEM
Interested bidders should attach relevant documents which will be used as minimum requirements to support
their bids.
SCOPE OF WORKS
The scope of works are as detailed in the Tender Document
2) The requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid current Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under Public and Disposal Act (Preference preservation) by the National Treasury.
- Certified copy of CR12
- All pages of the tender Document (Bid) must be serialized sequently from start to the end
- Attach a brief work methodology
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, as from 24th December, 2018.
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Manager
Kenya Rural Roads Authority
Kajiado Region
- o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before 14th January, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
ENG. T KARANJA
REGIONAL MANAGER
|
Road Code |
Road Name |
Km |
Constituency |
Tender No. |
Road works Category |
Work Plan Cost (incl. VAT) |
Pre-tender site visit Date |
Category |
|
G7954 |
Kimuka - Olasit- Kisames |
13.54 |
Kajiado West |
KJD/22%/2-42-18/19-026 |
C |
4,684,864.27 |
08/01/19 |
WOMEN Download |
|
D1710 |
Kisames- Mile 46 |
29 |
Kajiado West |
KJD/22%/2-42-18/19-027 |
C |
5,933,697.39 |
08/01/19 |
ALL Download |
|
C436 |
Osiligi - Kipeto |
9 |
Kajiado West |
KJD/22%/2-42-18/19-028 |
C |
5,481,565.70 |
08/01/19 |
ALL Download |
|
C726 |
Najile - Ewaso |
5.4 |
Kajiado West |
KJD/22%/2-42-18/19-029 |
C |
5,151,704.78 |
08/01/19 |
YOUTH Download |
|
Road Code |
Road Name |
Km |
Constituency |
Tender No. |
Road works Category |
Work Plan Cost (incl. VAT) |
Pre-tender site visit Date |
Category |
|
C271 |
Jcn C102 Mbirikani – Njarai KM 0+000 – KM 8+000 |
8 |
Kajiado South |
KJD/22%/2-42-18/19-001 |
C |
3,019,988.43 |
09/01/19 |
ALL Download |
|
C271 |
Njalai – Olorika |
8 |
Kajiado South |
KJD/22%/2-42-18/19-002 |
C |
3,285,792.48 |
09/01/19 |
ALL Download |
|
C271 |
Olorika – Olotiasika KM 16KM 8+000 – KM 24+000 |
8 |
Kajiado South |
KJD/22%/2-42-18/19-003 |
C |
2,706,779.27 |
09/01/19 |
YOUTH Download |
|
C271 |
Olotiasika – Chyulu Hill KM 24KM +000 – KM 32+000 |
8 |
Kajiado South |
KJD/22%/2-42-18/19-004 |
C |
2,714,886.44 |
09/01/19 |
PWD Download |
|
C271 |
Chyulu Hill – CB Taveta KM 32+000 – KM 40+000 |
8 |
Kajiado South |
KJD/22%/2-42-18/19-005 |
C |
2,708,590.05 |
09/01/19 |
ALL Download |
|
C271 |
Taveta – Kampi Kazi KM 40+000 – KM 50+000 |
10 |
Kajiado South |
KJD/22%/2-42-18/19-006 |
C |
3,002,937.65 |
09/01/19 |
WOMEN Download |
|
C271 |
Kampi Kazi Ntilal KM 50+000 – KM 67+000 |
17 |
Kajiado South |
KJD/22%/2-42-18/19-007 |
C |
3,813,342.19 |
09/01/19 |
ALL Download |
|
Road Code |
Road Name |
|
Constituency |
Tender No. |
Road works Category |
Work Plan Cost (incl. VAT) |
Pre-tender site visit Date |
Category |
|
G7119 |
Jcn Oloika – Jcn E1494 |
5 |
Kajiado North |
KJD/22%/2-42-18/19-019 |
C |
2,217,427.60 |
08/01/19 |
YOUTH Download |
|
G71177 |
Odupoi Road Jn C58 - Jn D523 |
5 |
Kajiado North |
KJD/22%/2-42-18/19-020 |
C |
2,226,433.33 |
08/01/19 |
PWD Download |
|
E7010 |
Ngong-Kahara-Kiserian |
20 |
Kajiado North |
KJD/22%/2-42-18/19-021 |
C |
16,810,347.29 |
08/01/19 |
ALL Download |
|
Road Code |
Road Name |
KM |
Constituency |
Tender No. |
Road works Category |
Work Plan Cost(incl. VAT) |
Pre-tendersite visit Date |
Category |
|
|
C436 |
Mabatini -- SGR |
24 |
Kajiado East |
KJD/22%/2-42-18/19-008,009,010,011 |
C |
7,129,086.17 |
07/01/19 |
All Download |
|
|
C436 |
SGR -Konza |
11 |
Kajiado East |
KJD/22%/2-42-18/19-012,013 |
C |
2,182,044.95 |
07/01/19 |
YOUTH Download |
|
|
C466 |
Imaroro -CB Makueni |
11 |
Kajiado East |
KJD/22%/2-42-18/19-014, 15, 16 |
C |
4,255,559.69 |
07/01/19 |
PWD Download |
|
|
C435 |
Selengei -Kibini |
10 |
Kajiado East |
KJD/22%/2-42-18/19-017, 18 |
C |
3,564,986.06 |
07/01/19 |
ALL Download |
|
|
C435 |
Kibini - Sultan Hamud |
16 |
Kajiado East |
KJD/22%/2-42-18/19-030,31,32 |
C |
4,123,952.97 |
07/01/19 |
WOMEN Download |
|
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
8th July, 2020
TENDER NOTICE (Development) 2019 – 2020
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Document |
|
G71206 |
Jcn Ezekiel Mutei – Roimen AP Camp |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 232 |
C |
None |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 9th July 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P. o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 23rd July 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY KAJIADO REGIONAL OFFICE P.O.BOX 64,
KAJIADO
16th November, 2018
TENDER NOTICE (22%), 2018-2019
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for the maintenance and improvement of the following Roads to be funded using 22% RMLF. NB: SPECIAL GROUPS (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS REQUIREMENT WHEN BIDDING FOR TENDERS SET ASIDE FOR THEM
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
download the advert here
|
Road Code |
Road Name |
Constituency |
Tender No. |
Road works Category |
Work Plan Cost (incl. VAT) |
Pre-tender site visit Date |
Category |
||
|
C436 |
Oloosuiyan - Kajiado |
8.50 |
Kajiado Central |
KJD/22%2-42- 18/19-022 |
C |
4,616,022.25 |
27/11/18 |
All |
download |
|
C436 |
Oloiyangalani - Oloosuiyan |
7.4 |
Kajiado Central |
KJD/22%2-42- 18/19-023 |
C |
5,004,203.02 |
27/11/18 |
Women |
download |
|
C435 |
Gatataek - Mailwa |
19.50 |
Kajiado Central |
KJD/22%2-42- 18/19-024 |
C |
8,729,242.35 |
27/11/18 |
All |
download |
|
E7019 |
Mashuru - D524 Enkorika |
8.30 |
Kajiado Central |
KJD/22%2-42- 18/19-025 |
C |
2,899,560.41 |
27/11/18 |
Youth |
download |
1) SCOPE OF WORKS
The scope of works are as detailed in the Tender Document
2) The requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s
- Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Current Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under Public and Disposal Act (Preference preservation) by the National
- Certified copy of CR12
- All pages of the tender Document (Bid) must be serialized sequently from start to the end
- Attach a brief work methodology
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, as from 19th November, 2018. Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Manager Kenya Rural Roads Authority Kajiado Region
- o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before 5th December, 2018 at
10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
ENG. T KARANJA REGIONAL MANAGER
KENYA RURAL ROADS AUTHORITY
Tel: Kajiado Region
Fax: P. O. Box 64,
Webside: www.kerra.go.ke Kajiado
______________________________________________________________________________________________________
20th November, 2018
TENDER NOTICE
download addedum here
ADDENDUM NO. 1 TO TENDER NOTICE FOR ROADWORKS DATED 16TH NOVEMBER, 2018 FOR 22% FUEL LEVY (KAJIADO CENTRAL)
Further to the requirements for bidding as per the instructions to bidders in the tender notice (advertisement) for Roads works in Kajiado Central, we wish to notify all the interested contractors as follows:
- The correct name for Road Oloiyangalani – Oloosuyan (as indicated in the advertisement and Tender document) is Oloiyangalani – Embeut (Tender No. KJD/22%/2-42-18/19-022)
- Road Mashuru – D524 Enkorika (Tender No. KJD/22%/2-42-18/19-025), earlier set aside for Youth (see last column for category in the advert.) has now been opened to all interested bidders
All other conditions remain the same
Richard C Kilel
For: Regional Manager
KAJIADO WEST
INVITATION TO TENDER
February, 05, 2018
The Ministry of Transport and Infrastructure, through Kenya Rural Roads Authority, KAJIADO Region, hereby invites sealed tenders from contractors for routine maintenance and improvement works on the following roads In Kajiado region
| Item | Tender No. | Road Name | VENUE OF THE MEETING | Downloads |
| 1 | KJD/22%/2-42-17|18-007 | JCN C102 MBIRIKANI – LOUA (Chainage)5+00 TO 10+500 KM |
February, 2018 ,Kajiado Kerra Loitoktok Office At 9.00am | Download |
| 2 | KJD/22%/2-42-17|18-009 | JCN C102 MBIRIKANI – LOUA 0+00 TO 5+500 KM |
February, 2018 ,Kajiado Kerra Loitoktok Office At 9.00am | Download |
| 3 | KJD/22%/2-42-17|18-024 | ROAD NUMBER:E704 JCN C102 MBIRIKANI – LOUA 16+500 TO 21 KM |
February, 2018 ,Kajiado Kerra Loitoktok Office At 9.00am | Download |
INSTRUCTIONS TO TENDERERS
1. Pre-tender site visits are MANDATORY – please note the site visit dates above. The cost of visiting the site shall be at the bidder’s own expense.
2. Bidders are to attach copies of the mandatory requirements i.e. certified copies of Certificate of incorporation, National Construction Authority Certificate, VAT registration certificate, PIN registration certificate, copy of valid tax compliance certificate.
3. For the Tenders under special group the bidders must be registered under the public and disposal act (preference and reservations) regulations, 2013 and provide documents from treasury to prove that they belong to any of the above category.
4. Bidders may be required to provide the original mandatory documents before the award.
5. In addition the Binders shall provide all information and documents required by the Employer in bid document.
Interested contractors who meet the above criteria may obtain the tender documents from KeRRA website www.kerra.go.ke for free of charge or from the Regional office, Kajiado, from February 06, 2018 during normal working hours upon payment of Kshs. 1000. in form of a bank deposit slip from KCB a/c No 1114343196 payable to KeRRA A-I-A. (KenyaRural Roads Authority). Tenders sealed in separate envelopes to be addressed to:-
The Regional Manager,
Kenya Rural Roads Authority
P. O. Box 64-01100
KAJIADO
And deposited in the tender box at the reception, so as to be received not later than 11.00 A.M or before February 20, 2018. Tender opening will take place immediately after closing time in the presence of Bidders who wish to attend. The Authority reserves the right to accept or reject the tender without giving reasons and is not bound to accept the lowest or any tender.
Procurement Officer,
For Regional Manager, KeRRA
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
MARCH 26, 2018
The Ministry of Transport and Infrastructure, through Kenya Rural Roads Authority, KAJIADO Region, hereby invites sealed tenders from contractors in the region for the for routine maintenance and improvement works on the following roads In Kajiado region.
|
Tender No. |
Road Name |
Site Dates And Venue Of The Meeting |
Download |
|
|
1. |
KJD/10%/2-42-17|18-020 |
Jcn C58 Ongata Rongai - Nazarene University |
APRIL 3, 2018 Ngong Dcs Office At 9.00am |
Document |
INSTRUCTIONS TO TENDERERS
- Pre-tender site visits are Mandatory – please note the site visit dates above. The cost of visiting the
site shall be at the bidder’s own expense.
- Bidders are to attach copies of the mandatory requirements i.e. Certified copies of Certificate of incorporation, valid National Construction Authority Certificate, VAT registration certificate, PIN registration certificate, copy of valid tax compliance certificate.
- For the Tenders under special group the bidders must be registered under the public and disposal act
(preference and reservations) regulations, 2013 and provide documents from treasury to prove that they belong to any of the above category.
- Bidders may be required to provide the original mandatory documents before the award.
- In addition the Binders shall provide all information and documents required by the Employer in bid document.
Interested contractors who meet the above criteria may obtain the tender documents from the
Regional office, Kajiado, from MARCH 27,2018 .The document is available from KeRRA website www.kerra.go.ke free of charge or from KeRRA regional office upon payment of non-refundable fee of Kshs. 1,000 per tender document in form of a bank deposit slip from KCB a/c No
1114343196 payable to KeRRA A-I-A. (Kenya Rural Roads Authority)The procuring entity shall allow the tenderer to review the tender document free of charge before purchase. Tenders sealed in
separate envelopes to be addressed to:-
The Regional Manager, Kenya Rural Roads Authority P. O. Box 64-01100
KAJIADO
And deposited in the tender box at the reception, so as to be received not later than 11.00 A.M or
before APRIL 10, 2018. Tender opening will take place immediately after closing time in the presence of Binders who wish to attend. The Authority reserves the right to accept or reject the tender without giving reasons and is not bound to accept the lowest or any tender.
Procurement Officer,
For Regional Manager, KeRRA
Date:14th August,2023
INVITATION TO TENDER
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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the Financial Year 2022 / 2023. Allocation of GOK and CS funds for routine maintenance and spot improvement works, on the roads indicated below:
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
|
1 |
C435 |
Enkajuerrap – Paai Road |
YOUTH |
|
|
2 |
E410 |
Pelewa – Olotonlugum Road |
OPEN |
|
|
3 |
G7615 |
Arroi – Kima Road |
OPEN |
|
|
4 |
C726 |
Mosiro – Oldepe Road |
OPEN |
|
|
5 |
C436 |
Kimuka -Kisamis Road |
WOMEN |
|
|
6 |
C436 |
Mabatini - Emarti |
OPEN |
|
|
7 |
C436 |
Mabatini - Konza |
OPEN |
|
|
8 |
C436 |
Matemu - Konza |
PWD |
|
|
9 |
C444 |
Milimani - kitengela |
WOMEN |
|
|
10 |
G7529 |
Jnc - Olooloitikosh |
OPEN |
|
|
11 |
G7615 |
Mashuru – Sultan Hamud |
OPEN |
|
|
12 |
C444 |
Ole Kasasi - Nazarene |
OPEN |
|
|
13 |
E7029 |
Enkeju – Ekuku - Moilo |
WOMEN |
|
|
14 |
E7029 |
Moilo - Oerata |
YOUTH |
|
|
15 |
E7029 |
Oerata – Nolasiti - Rombo |
WOMEN |
|
|
16 |
C436 |
Kimuka – Kisamis – Kona Baridi |
WOMEN |
|
|
17 |
G7442 |
Oldanyati – Leshuta Road |
OPEN |
|
|
18 |
G7463 |
Olemishish Road |
OPEN |
|
|
19 |
G7468 |
Baraka Naromoru Sec School Road |
OPEN |
|
|
20 |
G7457 |
Mpeti – Geffy Pulei Road |
OPEN |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified certificate of registration with NCA Category 4,5,6,7 and 8 and Annual Practicing License Certified copy of PIN certificate
- Certified VAT Registration
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
- Bill of quantities should be correctly filled, signed and stamped
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2)
Tenders
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15th August, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
P.O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Monday, 28th August 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
REGIONAL DIRECTOR
TENDER NOTICE (22% Allocation for Constituencies) 2019-2020 – Kajiado East
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 22% Fuel Levy Funds.
NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Download |
|
C435 |
Emarti – Enkirigiri |
Kerra/011/39/KJD/22%/2-42-19/20-005 |
C |
27/11/2019 |
All |
Tender Document |
|
C466 |
Imaroro - Kiu |
Kerra/011/39/KJD/22%/2-42-19/20-006 |
C |
27/11/2019 |
PWD |
Tender Document |
|
C436 |
Selengei – Kibini – Sultan Hamud |
Kerra/011/39/KJD/22%/2-42-19/20-007 |
C |
27/11/2019 |
All |
Tender Document |
|
Kitengela Boys - Sholinke |
Kerra/011/39/KJD/22%/2-42-19/20-008 |
C |
27/11/2019 |
Women |
Tender Document |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Pretender site visit is mandatory and interested contractors shall assemble at KeRRA
Regional Office, Kajiado, at 8.30 am on the date specified above
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from Friday, 22nd November, 2019
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Monday 9th December, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEBUTY DIRECTOR ROADS
TENDER NOTICE (22% Allocation for Constituencies) 2018-2019 – Kajiado South
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 22% Fuel Levy Funds.
NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Download |
|
C271 |
Olorika – Oltiasika |
Kerra/011/39/KJD/22%/2-42-19/20-009 |
C |
28/11/2019 |
All |
Tender Document |
|
C271 |
Oltiasika – Chyulu NP |
Kerra/011/39/KJD/22%/2-42-19/20-010 |
C |
28/11/2019 |
All |
Tender Document |
|
C271 |
Chyulu NP – CB Taveta |
Kerra/011/39/KJD/22%/2-42-19/20-011 |
C |
28/11/2019 |
Youth |
Tender Document |
|
C271 |
C271 Mbirikani - Njarai |
Kerra/011/39/KJD/22%/2-42-19/20-012 |
C |
28/11/2019 |
Women |
Tender Document |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last three years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Pretender site visit is mandatory and interested contractors shall assemble at KeRRA
Regional Office, Kajiado, at 8.30 am on the date specified above
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from Friday, 22nd November, 2019
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday 10th December, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEBUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
15th May, 2020
TENDER NOTICE (10% Minister’s Allocation) 2019 – 2020
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 10% Minister’s allocation.
NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit |
Category |
Tender Documents |
|
G7309 |
Lesi – Mpayieyo road |
Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 412 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7315 |
Kantimo - Empuyiankat - WPC Road |
Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 413 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7320 |
Kupany - Torinke Road |
Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 415 |
C |
None |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7321 |
Keempua - Meijo Jnc Road |
Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 416 |
C |
None |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority in any of Class 4, 5, 6, 7 or 8 valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 16th May 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director - Roads
Kenya Rural Roads Authority
Kajiado Region
P.o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 2nd June 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
15th May, 2020
TENDER NOTICE (10% RMLF Cabinet Secretary’s Allocation) 2019 – 2020
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 10%RMLF Cabinet Secretary’s allocation.
NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
TENDER DOCUMENT |
|
G7835 |
Oloolua Forest – Olepolos – Matasia 46 |
Kerra/011/39/KJD/10% Min/2-42-19/20-411 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority Class 4, 5, 6, 7 or 8 valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 15th May 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P. o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 29th May 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY KAJIADO REGION
INVITATION TO TENDER 12/04/2022
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 all interested Road works Contractors prequalified in the Region and AGPO eligible firms/ groups to the – Financial Year 2021 / 2022.Allocation of fund 10% Ministers fund for routine maintenance and spot improvement works, on the roads indicated below:
|
No |
PACKAGE NO. |
CONSTITUENCY |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
Tender Documents |
|
1 |
KeRRA/08/KJD/39/CS/2-34-21/22-151 |
SOUTH |
C435 |
Mbilini CB |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
|
2 |
KeRRA/08/KJD/39/CS/2-34-21/22-152 |
EAST |
C435 |
Jnc D524 Kibini |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
- Certified copy of PIN certificate registered for VAT obligation
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR 12 form (issued within the last Twelve months of the tendering period)
- National Identity Cards / Passports of Directors
- Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- b. Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) Tenders
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
- Due to the Covid-19 pandemic, contractor’s representative shall not be allowed during opening, however, the opening register shall be displayed at KeRRA Kajiado Notice Board.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 13th April, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to: Regional Director,
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
(Name of Constituency)
P.O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Wednesday, 27th April 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
SENIOR SUPPLY CHAIN OFFICER
FOR REGIONAL DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
7th October, 2021
TENDER NOTICE (10%RMLF) 2021/2022
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Central to be funded using 10%RMLF funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
C435 |
Ndialangoi-Eselenkei Road |
KeRRA/11/Kjd/39/10/2-34-21/22 – 027 |
C |
None |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
|
E410 |
Pelewa-Oloontulugum Road |
KeRRA/11/Kjd/39/10/2-34-21/22 – 028 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated. See the tender documents for more Requirements
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized chronologically from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 7th October, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Manager Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 21st October, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
8th September, 2021
TENDER NOTICE (10% CS) 2020/202
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado East to be funded using 10% CS funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Tender Document |
Pre-tender site visit Date |
Category |
|
G71186 |
Osotua Road |
KeRRA/11/KJD/39/CS/2-42-20/21 – 167 |
C |
DOWNLOAD TENDER DOCUMENT HERE |
None |
All |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 8th September, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday 22nd September,2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: REGIONAL DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
26th May, 2021
TENDER NOTICE (10% CS)
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Region to be funded using 10% CS Funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Document |
|
F7010 |
Duka Moja CB Road |
KeRRA/11/KJD/39/CS/2-42-20/21 – 123 |
C |
None |
Women |
DOWNLOAD NEW TENDER DOCUMENT HERE |
|
G7322 |
Hawa – Olosidan road |
KeRRA/11/KJD/39/CS/2-42-20/21 – 124 |
C |
None |
All |
DOWNLOAD NEW TENDER DOCUMENT HERE |
|
G7320 |
Jnc A104 – Ndoroto Road |
KeRRA/11/KJD/39/CS/2-42-20/21 – 125 |
C |
None |
All |
DOWNLOAD NEW TENDER DOCUMENT HERE |
|
C436 |
Jnc D523 – Emarti Road |
KeRRA/11/KJD/39/CS/2-42-20/21 – 126 |
C |
None |
All |
DOWNLOAD NEW TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed
for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 27th May, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 9th June 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: REGIONAL DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGION
INVITATION TO TENDER 26/8/2022
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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2021 / 2022.Allocation of AIA and 10% CS funds for routine maintenance and spot improvement works, on the roads indicated below:
|
No |
PACKAGE NO. |
CONST ITUEN CY |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
|
1 |
East |
G7336 |
Imaroro – Ulu |
6 or 7 |
Open |
|
|
2 |
West |
G7954 |
Kimuka Jnc C58 |
6 or 7 |
Women |
|
|
3 |
East |
G7751 |
Jnc A 104 - Olturoro |
6 or 7 |
Open |
|
|
4 |
East |
G7806 |
Oltepes - Olorien |
6 or 7 |
Youth |
|
|
5 |
North |
G7918 |
Jnc D 523 - Bundus |
6 or 7 |
Open |
|
|
6 |
South |
E7020 |
Emutoroki Jnct D 523 |
6 or 7 |
Open |
|
|
7 |
North |
E7003 |
Ndei Close Road |
6 or 7 |
Open |
|
|
8 |
East |
G7499 |
Kipeto – Oloitikosh Road |
6 or 7 |
PWD |
|
|
9 |
West |
E414 |
Saikeri – Maroroi Road |
6 or 7 |
Open |
|
|
10 |
East |
G7518 |
Jnctn D523 Nchoroi Link Road |
6 or 7 |
Women |
|
|
11 |
North |
G7901 |
Wakapa - Olepere |
6 or 7 |
Open |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
- Certified copy of PIN certificate registered for VAT obligation
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR 12 form (issued within the last Twelve months of the tendering period)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) Tenders
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pretender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 26th August, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
P.O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Wednesday, 7th September 2022 at 11.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
REGIONAL DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
4th May, 2021
TENDER NOTICE (GOK Development)
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado North to be funded using GOK Development Funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Document |
|
G7869 |
Hilltop - Zambia |
KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 - 113 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed
for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 4th May, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Director Roads
Kenya Rural Roads Authority
Kajiado Region
P. O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 19th May 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
14th October, 2020
TENDER NOTICE (DEVELOPMENT) 2019 – 2020
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using CS allocation funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
TENDER DOCUMENTS |
|
G7107 |
Isinya – Enkirigiri Primary |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 225 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7309 |
Lesiyia Primary – Kona Mbaya |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 226 |
C |
None |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7322 |
Ole Kiparki – Emampariswai Primary |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 227 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7324 |
Ole Malekia – Inkiwanjani – Ilpolosat Secondary |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 228 |
C |
None |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
|
U-P258 |
Saruni Road – Konza ABC School |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 229 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7306 |
Ilasit – Kikolo – Namunyak Primary |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 230 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7202 |
Paranae – Naserian Primary – Ole Kule Road |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 231 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 15th October, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 29th October 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
6 August, 2020
TENDER NOTICE (Development) 2019 – 2020
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G71076 |
Thorn tree - Mericho |
Kerra/11/KJD/39/GOK/North/2- 42- 20/21 - 035 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7954 |
Kimuka - Olasit |
Kerra/11/KJD/39/GOK/West/2- 42- 20/21 - 033 |
C |
None |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7870 |
East End Road |
Kerra/11/KJD/39/GOK/North/2- 42- 20/21 - 034 |
c |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 6th August 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 20th August 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY KAJIADO REGION
INVITATION TO TENDER
DOWNLOAD TENDER ADVERT HERE 20/5/2022
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 all interested Road works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2021 / 2022.Allocation of fund GOK Development fund for routine maintenance and spot improvement works, on the roads indicated below:
|
No |
PACKAGE NO. |
CONSTITUENCY |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
TENDER DOCUMENTS |
|
1 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-160 |
North |
G7757 |
Jcn Oloosurutia – Oloosurutia Pry School |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
|
2 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-161 |
North |
G7912 |
Catholic Bulbul Road Phase 2 |
6 or 7 |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
|
3 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-162 |
North |
E7008 |
Olesiongo Bridge |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
|
4 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-163 |
North |
G71270 |
Ngei Dam Road |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
|
5 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-164 |
North |
G7306 |
Kayapo Road |
6 or 7 |
PWD |
DOWNLOAD TENDER DOCUMENT HERE |
|
6 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-165 |
North |
G71206 |
Ezekiel Mutel Road |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
|
7 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-166 |
East |
C436 |
Mabatini - Emarti |
6 or 7 |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
|
8 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-167 |
East |
G7122 |
Ntolua – osarai |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
|
9 |
KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-168 |
West |
C726 |
Oldepe - Nanjile |
6 or 7 |
Open |
DOWNLOAD TENDER DOCUMENT HERE |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
- Certified copy of PIN certificate registered for VAT obligation
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR 12 form (issued within the last Twelve months of the tendering period)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- b. Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) Tenders
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 24th May, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
P.O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Monday, 6th June 2022 at 11.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
SENIOR SUPPLY CHAIN OFFICER
FOR REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
16th November, 2021
TENDER NOTICE (GOK-DEV) 2021/2022
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using GOK-DEV funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G7965 |
Kaigua - Muturi Kanini Road |
KeRRA/08/KJD/39/GOK-DEV/2-34 -21/22 - 052 |
C |
None |
WOMEN |
DOWNLOAD TENDER DOCUMENT HERE |
|
F7005 |
Kiserian - Kabiro Road |
KeRRA/08/KJD/39/GOK-DEV/2-34 -21/22 - 053 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7478 |
Metropolitan - Olooteps |
KeRRA/08/KJD/39/GOK- DEV/2-34-21|22 - 055 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7122 |
Gataka - Gituguta road |
KeRRA/08/KJD/39/GOK - DEV/2-34-21|22 - 057 |
C |
None |
PWD |
DOWNLOAD TENDER DOCUMENT HERE |
|
F7005 |
Silanga Road |
KeRRA/08/KJD/39/GOK_DEV/2-34-21|22 - 059 |
C |
None |
YOUTH |
DOWNLOAD TENDER DOCUMENT HERE |
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Road to be funded using AIA Funds-Emergency
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G7513 |
Jnc A104 - Management University - Jnc D523 Road |
KeRRA/08/KJD/39/AIA/2-34-21|22-060 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated; See the tender documents for more other requirements
- Certified copy of Certificate of
- Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
- Certified copy of PIN certificate registered for VAT obligation
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 form (issued within the last Twelve months before the opening date)
- Certified copies of National Identity Cards / Passports of Directors and any shareholder or individual listed on the
- Valid Single Business Permit
- 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)
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified 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)
- Current sworn affidavit of litigation history before commissioner of oaths for the last (6) six months from the tender opening
- Submit a brief Work Methodology relevant to the works
- Proof of Bank Account under the company’s
- Dully filled, signed and stamped bills of
- Dully filled, signed, stamped and witnessed Form of
- Dully filled and stamped business
- Dully filled Environmental and Social Commitment
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 16th November, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday 30th November, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: REGIONAL DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
8th December, 2020
TENDER NOTICE (GOK & AIA) 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado to be funded using GoK & AIA Funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G7547 |
Kitengela – Lukenya Railway Station |
KeRRA/11/KJD/39/GoK_Dev/2-42-20/21-059 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
C436 |
SGR - Konza |
KeRRA/11/KJD/39/AIA/2-42-20/21-060 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G71246 |
Mbirikani - Oltiasika |
KeRRA/11/KJD/39/AIA/2-42-20/21-061 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 8th December, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday, 22nd December 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
8th October, 2020
TENDER NOTICE (GOK DEV.) 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using GOK Development Funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
TENDER DOCUMENTS |
|
F7535 |
KAG – Kajiado East TTI Road |
Kerra/11/KJD/39/GOK/029/2020 - 2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
E1480 |
Enksiti – Birika Road |
Kerra/11/KJD/39/GOK/030/2020 - 2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7306 |
Ilasit - Paranae |
Kerra/11/KJD/39/GOK/058/2020 - 2021 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 8th October, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 22nd October 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
30th November, 2021
TENDER NOTICE (GOK-DEV) 2021/2022
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Region to be funded using GoK-Dev funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G71199 |
Kiserian Primary Bridge |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 054 |
B |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7122 |
Gituguta Bridge |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 056 |
B |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7912 |
Embulbul Catholic (SMA) Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 058 |
A |
None |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated. See the tender documents for more requirements
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized chronologically from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 30th November, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Manager Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday, 14th December, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
7th August, 2020
TENDER NOTICE (Development) 2019 – 2020
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G7615 |
Campus Road – Elite Avenue Lower Chuna |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 234 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7615 |
1st D Street – 3rd E Street |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 235 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 7th August, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 21st August 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
7th August, 2020
TENDER NOTICE (Development) 2019 – 2020
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G7615 |
Campus Road – Elite Avenue Lower Chuna |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 234 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7615 |
1st D Street – 3rd E Street |
Kerra/011/39/KJD/Dev/2- 42- 19/20 - 235 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 7th August, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.o. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 21st August 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
28th May, 2021
TENDER NOTICE (GOK_DEV)
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado East to be funded using GOK_DEV Funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
E1480 |
Enkasiti – Birika road |
KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 – 127 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7535 |
KAG – Kajiado East TTI road |
KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 – 128 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7306 |
Ilasit – Paranae road |
KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 – 129 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
1)SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2)The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed
for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from Friday, 28th May, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Director Roads
Kenya Rural Roads Authority
Kajiado Region
P. O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday, 15th June 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: REGIONAL DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
11th November, 2021
TENDER NOTICE (GOK-DEV) 2021/2022
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado East to be funded using GOK-DEV funds.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
G7336 |
Ulu - Ilmejooli |
KeRRA/11/KJD/39/GOK-DEV/2-34 -21/22 – 049 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7529 |
Esidai - Milimani |
KeRRA/11/KJD/39/GOK-DEV/2-34 -21/22 – 050 |
C |
None |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
G7107 |
Sinkeet Girls - Kirrinkai |
KeRRA/11/KJD/39/GOK-DEV/2-34 -21/22 – 051 |
C |
None |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 11th November, 2021
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Date:10th May,2023 KAJIADO REGION
INVITATION TO TENDER
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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the Financial Year 2022 / 2023. Allocation of Savings 22%, 10% RMLF, GOK and CS Saving funds for routine maintenance and spot improvement works, on the roads indicated below:
Constituency: Kajiado North
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
|
1 |
G7122 |
Oloolua Forest Road |
OPEN |
|
|
2 |
G71206 |
Roimen AP Camp Road – Jnct Ezekiel Mutel |
OPEN |
|
|
3 |
G7965 |
Mayor Road – Jnc Gataka |
YOUTH |
|
|
4 |
G7865 |
Zambia Road |
OPEN |
Constituency: Kajiado South
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
|
5 |
G71284 |
Entarara – BD TZ |
OPEN |
|
|
6 |
G71290 |
Ngama - Oloipangipang |
OPEN |
|
|
7 |
G71262 |
Kimana – Oloile Road |
OPEN |
Constituency: Kajiado West
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
|
8 |
G7451 |
Jnc C58 – Olooseos Sec School |
OPEN |
|
|
9 |
F7004 |
P/Site – Njoronyori – Kwa Nchipaai - Olmaiyana |
OPEN |
Constituency: Kajiado East
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
|
10 |
G7615 |
Mashuru – Sultan Hamud |
YOUTH |
|
|
11 |
G7324 |
Ilpolsat - Matemo |
OPEN |
|
|
12 |
C444 |
Kitengela Bridge- Jnct A104 Kitengela |
OPEN |
|
|
13 |
C444 |
Ngurunga - Kitengela |
OPEN |
|
|
14 |
G7529 |
Jnc - Olooloitikosh |
WOMEN |
Constituency: Kajiado Central
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
|
15 |
D1709 |
Ilbissil - Ilpatimaro |
OPEN |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements the following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified certificate of registration with NCA Category 5,6,7 and 8 and Annual Practicing License
- Certified copy of PIN certificate
- Certified VAT Registration
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
- Bill of quantities should be correctly filled, signed and stamped
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- b. Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) Tenders
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 11th May, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
- O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Thursday, 25th May 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
21st January, 2022
TENDER NOTICE (GOK-DEV) 2021/2022
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Region to be funded using GoK-Dev funds. Note that bidders under Special group category (PWD, Youth and Women) need not be prequalified
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
C726 |
Odepe-Najile Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 074 |
C |
None |
All |
Download Tender Document Here |
|
G7529 |
Milimani-Kitengela Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 075 |
C |
None |
Women |
Download Tender Document Here |
|
C436 |
Kimuka-Kisamis-Konabaridi Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 076 |
C |
None |
All |
Download Tender Document Here |
|
F7010 |
Isara-Imbuko Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 077 |
C |
None |
All |
Download Tender Document Here |
|
F7010 |
Lengisem-Duka Moja Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 078 |
C |
None |
All |
Download Tender Document Here |
|
C436 |
Mabatini-Konza Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 079 |
C |
None |
Youth |
Download Tender Document Here |
|
G7159 |
Mashru-Sultan Road |
KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 080 |
C |
None |
All |
Download Tender Document Here |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated. See the tender documents for more requirements
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized chronologically from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 21st January, 2022
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Manager Roads
Kenya Rural Roads Authority
Kajiado Region
P. O. Box 64 - 01100,
Kajiado
And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 3rd February, 2022 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,KAJIADO
22nd December, 2020
TENDER NOTICE (10% RMLF) 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado south to be funded using 10% RMLF.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
|
C464 |
Imbuko - Oltiasika |
C |
Non |
All |
|
|
C464 |
Merueshi - Imbuko |
C |
Non |
Women |
|
|
C464 |
Olandi - Merueshi |
C |
Non |
All |
|
|
C464 |
Oltiasika – CB Makueni |
C |
Non |
All |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 22nd December, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 6th January 2021at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
HEAD OFFICE KAJIADO REGIONAL OFFICE
Barabara Plaza Block B, Airport South Road, Opp. KCAA Building P.O Box 64-01100
P.O BOX 48151-00100, NAIROBI, KENYA. KAJIADO
Telephone: 020 -8013846/271045,0724 735568 Tel: 020205443, 0769 034942
Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it. E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.
www.kerra.go.ke
Date:21st February,2023
INVITATION TO TENDER
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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2022 / 2023. Allocation of 10% RMLF and CS funds for routine maintenance and spot improvement works, on the roads indicated below:
TENDER NOTICE
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
Constituency |
RESERVED |
|
1 |
C435 |
Ngatataek – Mailwa |
Kajiado Central |
Youth |
|
|
2 |
D1709 |
Olbelbel - Oloomunyi |
Kajiado Central |
Open |
|
|
3 |
G71246 |
Masimba - Merueshi |
Kajiado East |
Women |
|
|
4 |
G7615 |
Arroi – Sultan Hamud |
Kajiado East |
Open |
|
|
5 |
C444 |
Kaiyapa Road |
Kajiado North |
PWD |
|
|
6 |
D1711 |
Ongata Rongai Police Station – St Marys Catholic |
Kajiado North |
Women |
|
|
7 |
E7010 |
Corner Shop Link Roads |
Kajiado North |
Open |
|
|
8 |
G71257 |
Magade Road – Exciting Road |
Kajiado North |
Open |
|
|
9 |
G7910 |
Memusi - Olkeri |
Kajiado North |
Open |
|
|
10 |
C464 |
Jcn C102 Emukutan - Meruesh |
Kajiado South |
Women |
|
|
11 |
C464 |
Merueshi – Eiti |
Kajiado South |
Youth |
|
|
12 |
C464 |
Eiti – CB Makueni |
Kajiado South |
Open |
|
|
13 |
G71265 |
Olbili Jcn C271 Olorika |
Kajiado South |
Open |
|
|
14 |
U-G7311 |
Enkacity – Emoo Road |
Kajiado East |
Women |
|
|
15 |
E414 |
Najile – Saikeri |
Kajiado West |
Open |
|
|
16 |
E414 |
Saikeri – Maroroi |
Kajiado West |
PWD |
|
|
17 |
U-G71119 |
SGR Station – Kandisi Road |
Kajiado East |
Women |
|
|
18 |
C436 |
Kajiado – Illkhushin – konza Road |
Kajiado East |
Open |
|
|
19 |
C435 |
Mailwa - Lengism |
Kajiado Central |
Youth |
|
|
20 |
E7029 |
Rombo – Nolasiti – Oerata Road |
Kajiado South |
Women |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Certificate of registration with NCA Category 5,6,7 and 8 and practicing License
- Certified copy of PIN certificate
- Certified VAT Registration
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
- Bill of quantities should be correctly filled, signed and stamped
- Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- b. Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) Tenders
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- Recent beneficiaries on Tender Notice 21/11/2022 for FY 2022-2023 and Contractors with uncompleted / ongoing works shall NOT be eligible.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22nd February, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
- O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Wednesday, 8th March 2023 at 10.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
HEAD OFFICE KAJIADO REGIONAL OFFICE
Barabara Plaza Block B, Airport South Road, Opp. KCAA Building P.O Box 64-01100
P.O BOX 48151-00100, NAIROBI, KENYA. KAJIADO
Telephone: 020 -8013846/271045,0724 735568 Tel: 020205443, 0769 034942
Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it. E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.
www.kerra.go.ke
Date:21st November,2022
INVITATION TO TENDER
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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2022 / 2023. Allocation of 22% RMLF funds for routine maintenance and spot improvement works, on the roads indicated below:
CONSTITUENCY: KAJIADO CENTRAL
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
|
1 |
C436 |
Chief Risa - Olooyiankalani |
6, 7 or 8 |
OPEN |
|
|
2 |
C436 |
Show Ground - Oloosuyian |
6 or 7 |
WOMEN |
|
|
3 |
D1709 |
Bissil - Meto |
6 or 7 |
YOUTH |
|
|
4 |
E7019 |
Enkorika - Olgos |
6, 7 or 8 |
OPEN |
|
|
5 |
F7002 |
Bissil - Esiati |
5, 6 or 7 |
OPEN |
|
|
6 |
G7357 |
Eseki - Imarba |
6 or 7 |
OPEN |
|
|
7 |
G7363 |
Bissil - Maparasha |
6 or 7 |
OPEN |
CONSTITUENCY: KAJIADO EAST
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
|
1 |
E1480 |
Councillor Malit - Kentraco |
6 or 7 |
OPEN |
|
|
2 |
E7011 |
Nkedienye - Lengete |
6 or 7 |
YOUTH |
|
|
3 |
E7015 |
Ole Ntii - Brown Malit |
6 or 7 |
PWD |
|
|
4 |
G7481 |
Elangau - Sholinke |
5, 6 or 7 |
OPEN |
|
|
5 |
G7615 |
Mashuru-Arroi |
5, 6 or 7 |
OPEN |
|
|
6 |
G7615 |
Metro - Arroi |
6 or 7 |
OPEN |
CONSTITUENCY: KAJIADO NORTH
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
|
1 |
G71159 |
Kangawa Road |
6, 7 or 8 |
OPEN |
|
|
2 |
G71186 |
Jua Cali - St. Joseph Primary School |
6, 7 or 8 |
WOMEN |
|
|
3 |
G71186 |
Rimpa - Kahuho |
5, 6 or 7 |
PWD |
|
|
4 |
G71206 |
Kahara - Nalepo Primary School |
6, 7 or 8 |
YOUTH |
|
|
5 |
G7122 |
Kianugu - Oloolua |
6, 7 or 8 |
OPEN |
|
|
6 |
G7122 |
Olepolos - Olooloua Dispensary |
5, 6 or 7 |
OPEN |
|
|
7 |
G7835 |
PCEA Mericho - Mericho Road |
6, 7 or 8 |
OPEN |
|
|
8 |
G7835 |
Smith Hotel - Mericho Police Post - Mericho Road |
6, 7 or 8 |
OPEN |
|
|
9 |
G7912 |
Mashuria - Ahadi Road |
6, 7 or 8 |
OPEN |
|
|
10 |
G7965 |
Mt. Carmel - Mericho Forest |
6, 7 or 8 |
OPEN |
CONSTITUENCY: KAJIADO SOUTH
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
|
1 |
C271 |
CB Taveta - Iltilal |
6, 7 or 8 |
OPEN |
|
|
2 |
C271 |
Chyulu NP - Kambi Kazi |
6, 7 or 8 |
OPEN |
|
|
3 |
C271 |
Kambi Kazi - CB Taveta |
6, 7 or 8 |
PWD |
|
|
4 |
C271 |
Leinkati Primary School - Oltiasika |
6 or 7 |
WOMEN |
|
|
5 |
C271 |
Loua - Njarai |
6 or 7 |
YOUTH |
|
|
6 |
C271 |
Mbirikani - Loua (Section A) |
6 or 7 |
OPEN |
|
|
7 |
C271 |
Mbirikani - Loua(Section B) |
6 or 7 |
OPEN |
|
|
8 |
C271 |
Njarai - Olorika |
6 or 7 |
OPEN |
|
|
9 |
C271 |
Olorika - Leinkati Primary School |
6 or 7 |
OPEN |
|
|
10 |
C271 |
Oltiasika - Chyulu NP |
6 or 7 |
OPEN |
CONSTITUENCY: KAJIADO WEST
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
NCA Registration Required |
RESERVED |
|
1 |
C436 |
Kimuka - Kisamise |
6 or 7 |
OPEN |
|
|
2 |
C436 |
Kipeto - Oloyangalani |
5, 6 or 7 |
OPEN |
|
|
3 |
C436 |
Kona Baridi - Kipeto |
6 or 7 |
OPEN |
|
|
4 |
C726 |
Mosiro - Oldepe |
6 or 7 |
WOMEN |
|
|
5 |
C726 |
Najile - Ewaso Kedong |
6 or 7 |
PWD |
|
|
6 |
F7004 |
P/Site - Njoronyori - Kwa-Nchipaai - Olmaiyana |
5, 6 or 7 |
OPEN |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
- Certified copy of PIN certificate
- Certified VAT Registration
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
- Proof of financial soundness
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- b. Director (s) bidding under different companies for the same tender shall be disqualified
- Director (s) bidding under different companies should not participate in more than Two (2) Tenders
- Current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22nd November, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
P.O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Thursday, 8th December 2022 at 11.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
Eng. E. K Bor
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
HEAD OFFICE KAJIADO REGIONAL OFFICE
Barabara Plaza Block B, Airport South Road, Opp. KCAA Building P.O Box 64-01100
P.O BOX 48151-00100, NAIROBI, KENYA. KAJIADO
Telephone: 020 -8013846/271045,0724 735568 Tel: 020205443, 0769 034942
Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it. E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.
Date:9th November,2023
INVITATION TO TENDER
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 all interested Road Works Contractors prequalified FY 2023 - 2025 in the Region and AGPO eligible firms/ groups to the Financial Year 2023 / 2024. Allocation of 22% and 10% RMLF funds for routine maintenance and spot improvement works, on the roads indicated below:
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
NCA Registration Required |
|
KAJIADO CENTRAL |
|||||
|
1 |
C436 |
Show Ground – Oloosuyian Bridge |
Youth |
6,7 & 8 |
|
|
2 |
D1709 |
Orinie - Olbelibel |
Restricted Tender |
6,7 & 8 |
|
|
3 |
G7363 |
Ilbissil – Lele – Maparasha |
Restricted Tender |
6,7 & 8 |
|
|
4 |
C436 |
Oloosuyan - Olooyiangalani |
Restricted Tender |
6,7 & 8 |
|
|
5 |
C436 |
Show Ground -Oloosuyian Bridge |
Women |
6,7 & 8 |
|
|
6 |
D1709 |
Ilbissil - Meto |
Restricted Tender |
6,7 & 8 |
|
|
7 |
F7002 |
Ilbissil – llparua - Enkaroni |
Youth |
6,7 & 8 |
|
|
8 |
G7159 |
Bluesky - Sajaloni |
Restricted Tender |
6,7 & 8 |
|
|
9 |
G7363 |
Ilbissil -Ilmotiok |
PWD |
6,7 & 8 |
|
|
10 |
G7393 |
Esiati - Maisikiria |
Restricted Tender |
6,7 & 8 |
|
|
KAJIADO EAST |
|||||
|
11 |
G71246 |
Ilkeunyeti - Masimba |
Restricted Tender |
6,7 & 8 |
|
|
12 |
G71246 |
Katetemai - llkeunyeti |
Women |
6,7 & 8 |
|
|
13 |
G71246 |
Meruesh - Katetemai |
Restricted Tender |
6,7 & 8 |
|
|
14 |
G7615 |
Mashuru - Arroi |
Restricted Tender |
6,7 & 8 |
|
|
15 |
C435 |
Kibini - EAPC |
Youth |
6,7 & 8 |
|
|
16 |
C435 |
Selengei -Kibini |
Women |
6,7 & 8 |
|
|
17 |
C436 |
Mabatini - Konza |
Restricted Tender |
6,7 & 8 |
|
|
18 |
C444 |
Kitengela – Nkurunga CB |
PWD |
6,7 & 8 |
|
|
19 |
C444 |
Nazarene – Twala - Nkurunga |
Restricted Tender |
6,7 & 8 |
|
|
20 |
C466 |
Imaroro - Kiu |
Restricted Tender |
6,7 & 8 |
|
|
21 |
G7336 |
Kirwa - Imaroro |
Restricted Tender |
6,7 & 8 |
|
|
22 |
G7481 |
Elangau - Sholinke |
Youth |
6,7 & 8 |
|
|
KAJIADO NORTH |
|||||
|
23 |
G71186 |
Jua Kali – St. joseph |
Youth |
6,7 & 8 |
|
|
24 |
G71206 |
Kahara - Roimen |
Restricted Tender |
6,7 & 8 |
|
|
25 |
G71284 |
Ezekiel Mutel – Roimen AP Camp |
Restricted Tender |
6,7 & 8 |
|
|
26 |
G7965 |
Forest Line – Mage Road |
PWD |
6,7 & 8 |
|
|
27 |
U-G71119 |
Kandisi - Jamaica |
Restricted Tender |
6,7 & 8 |
|
|
28 |
D1711 |
Jnc C58 – Ongata Rongai Hospital |
Restricted Tender |
6,7 & 8 |
|
|
29 |
F7005 |
Ngong - Kahara |
Restricted Tender |
6,7 & 8 |
|
|
30 |
G71206 |
Jnct Roimen – Upper Ole Kempa Road |
Restricted Tender |
6,7 & 8 |
|
|
31 |
G71206 |
Kahara – Gichagi -Ngong Hills |
Youth |
6,7 & 8 |
|
|
32 |
G7122 |
Imani – 46 Road |
Restricted Tender |
6,7 & 8 |
|
|
33 |
G7901 |
Gataka - Gituguta |
PWD |
6,7 & 8 |
|
|
34 |
G7910 |
Kahuho – Njenga – PCEA Ahadi |
Restricted Tender |
6,7 & 8 |
|
|
35 |
G7912 |
Olkeri – Maricho Forest |
Restricted Tender |
6,7 & 8 |
|
|
36 |
G7919 |
Naramat – Olekango - Matasia |
Women |
6,7 & 8 |
|
|
KAJIADO SOUTH |
|||||
|
37 |
C464 |
Emukutan - Meruesh |
Restricted Tender |
6,7 & 8 |
|
|
38 |
C464 |
Meruesh- Eiti – CB Makueni |
Restricted Tender |
6,7 & 8 |
|
|
39 |
G7741 |
Jcn B54 Namanga – Ologulului – Ngararampui – TZ Boarder |
Restricted Tender |
6,7 & 8 |
|
|
40 |
C271 |
CB Taveta - lltilal |
Youth |
6,7 & 8 |
|
|
41 |
C271 |
Leinkati Primary School – Oltiasika – Chyulu NP – Kambi Kazi |
Women |
6,7 & 8 |
|
|
42 |
C271 |
Mbirikani -Loua (Section A + B) Loua - Njarai |
Youth |
6,7 & 8 |
|
|
43 |
C271 |
Njarai – Olorika – Leinkati Primary School |
Restricted Tender |
6,7 & 8 |
|
|
44 |
G71262 |
Kimana – Oloile Road |
Restricted Tender |
6,7 & 8 |
|
|
45 |
G71284 |
Entarara - Border Tanzania |
PWD |
6,7 & 8 |
|
|
46 |
G71290 |
Nkama - Kikelelwa |
Restricted Tender |
6,7 & 8 |
|
|
47 |
G71334 |
Mbirikani - Endonyowuas |
Women |
6,7 & 8 |
|
|
KAJIADO WEST |
|||||
|
48 |
C726 |
Najile – Eremit - Oltinga |
Restricted Tender |
6,7 & 8 |
|
|
49 |
E2011 |
Lodariak - Mile |
Restricted Tender |
6,7 & 8 |
|
|
50 |
E7004 |
P/Site – Njoronyori – Kwa – Nchipaai - Olmaiyana |
Restricted Tender |
6,7 & 8 |
|
|
51 |
C436 |
Kipeto - Oloyangalani |
Youth |
6,7 & 8 |
|
|
52 |
C436 |
Kona Baridi - Kipeto |
Restricted Tender |
6,7 & 8 |
|
|
53 |
C726 |
Mosiro - Oldepe |
Restricted Tender |
6,7 & 8 |
|
|
54 |
C726 |
Najile – Ewaso Kedong |
Women |
6,7 & 8 |
|
|
55 |
F7004 |
P/Site – Njoronyori - Kwa – Nchipaai - Olmaiyana |
Restricted Tender |
6,7 & 8 |
|
|
56 |
G7954 |
Kimuka - Olasiti |
PWD |
6,7 & 8 |
|
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified copy of certificate of registration with NCA Category 6,7 and 8 and Annual Practicing License
- Certified copy of PIN certificate
- Certified copy of VAT Registration
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 Form issued within the last Six Month of the tendering period (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
- Bill of quantities should be correctly filled, signed and stamped
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Provide current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by a constituency Roads Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th November, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
P. O. Box 64 -01100
KAJIADO
The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Tuesday, 28th November 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
HEAD OFFICE KAJIADO REGIONAL OFFICE
Barabara Plaza Block B, Airport South Road, Opp. KCAA Building P.O Box 64-01100
P.O BOX 48151-00100, NAIROBI, KENYA. KAJIADO
Telephone: 020 -8013846/271045,0724 735568 Tel: 020205443, 0769 034942
Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it. E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.
www.kerra.go.ke
Date:24th October,2023
INVITATION TO TENDER
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 all interested Road Works Contractors prequalified FY 2023 - 2025 in the Region and AGPO eligible firms/ groups to the Financial Year 2023 / 2024. Allocation of GOK funds for routine maintenance and spot improvement works, on the roads indicated below:
|
No |
PACKAGE NO. |
ROAD NO. |
ROAD LINK |
RESERVED |
NCA Registration Required |
|
1 |
U-G7816 |
Mount Suswa Conservancy Trust, Jcn B50 – Olgumi Pry School |
Youth |
4,5,6,7 & 8 |
|
|
2 |
U-G7816 |
Mount Suswa Conservancy Trust, Kisharu Junction - Access to Mt Suswa Caves |
Open |
4,5,6,7 & 8 |
|
|
3 |
U-G7816 |
Mount Suswa Conservancy Trust, Kisharu Junction - Mt Suswa Crater |
Women |
4,5,6,7 & 8 |
|
|
4 |
U-G7816 |
Mount Suswa Conservancy Trust, Olgumi Pry School - Kisharu Junction |
Youth |
4,5,6,7 & 8 |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified copy of certificate of registration with NCA Category 4,5 6,7 and 8 and Annual Practicing License
- Certified copy of PIN certificate
- Certified copy of VAT Registration
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 Form issued within the last Six Month of the tendering period (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of Directors
- Certified copy of Valid Single Business Permit
- 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).
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Current power of attorney/ affidavit not more than 6 months from the tender opening date
- Authority to seek reference from Contractors’ bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents.
- Submit a brief Work Methodology
- Bill of quantities should be correctly filled, signed and stamped
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Eligibility
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Provide current work load if any
- Any form of Canvassing will lead to disqualification
- To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
- pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by a constituency Roads Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 25th October, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
Regional Director
Kenya Rural Roads Authority (KeRRA)
Kajiado Region
P.O. Box 64 -01100
KAJIADO
The same should be deposited in the tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Tuesday, 7th November 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue. Late submission of tenders shall not be accepted.
REGIONAL DIRECTOR
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
4th November, 2019
TENDER NOTICE (22% Allocation for Constituencies) 2019-2020 – Kajiado West
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 22% Fuel Levy Funds.
NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT WHEN BIDDING FOR TENDERS SET ASIDE FOR THEM
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Downloads |
|
C436(D526) |
Kimuga - Kisames |
Kerra/011/39/KJD/22% Min/2-42-19/20-001 |
C |
12/11/2019 |
All |
Tender Document |
|
C436(E1498) |
Kona Baridi - Kipeto |
Kerra/011/39/KJD/22% Min/2-42-19/20-002 |
C |
12/11/2019 |
All |
Tender Document |
|
C436(E407) |
Kipeto - Oloyangalani |
Kerra/011/39/KJD/22% Min/2-42-19/20-003 |
C |
12/11/2019 |
Youth |
Tender Document |
|
C726(E1490) |
Najile – Ewaso Kedong |
Kerra/011/39/KJD/22% Min/2-42-19/20-004 |
C |
12/11/2019 |
Women |
Tender Document |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under Public and Disposal Act (Preference preservation) by the National Treasury.
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Pretender site visit is mandatory and interested contractors shall assemble at KeRRA
Regional Office, Kajiado, at 8.30 am on the date specified above
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from Tuesday, 5th November, 2019
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday 20th November, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64,
KAJIADO
22nd October, 2020
TENDER NOTICE (22% RMLF) 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado South to be funded using 22% RMLF.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
C271 |
Chyulu – CB Taveta |
KeRRA/11/KJD/39/022/2020-2021 |
C |
Non |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
C271 |
Olorika - Olotiasika |
KeRRA/11/KJD/39/023/2020-2021 |
C |
Non |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
C271 |
Olotiasika – Chyulu NP |
KeRRA/11/KJD/39/024/2020-2021 |
C |
Non |
Youth |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 22nd October, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 5th November 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAJIADO REGIONAL OFFICE
P.O.BOX 64-01100
KAJIADO
22nd October, 2020
TENDER NOTICE (10% RMLF) 2020 – 2021
Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.
The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado West to be funded using 10% RMLF.
Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.
|
Road Code |
Road Name |
Tender No. |
Road works Category |
Pre-tender site visit Date |
Category |
Tender Documents |
|
E414 |
Najile - Saikeri |
KeRRA/11/KJD/39/005/2020-2021 |
C |
Non |
All |
DOWNLOAD TENDER DOCUMENT HERE |
|
E414 |
Saikeri - Maroroi |
KeRRA/11/KJD/39/006/2020-2021 |
C |
Non |
Women |
DOWNLOAD TENDER DOCUMENT HERE |
1) SCOPE OF WORKS
The scope of works is as detailed in the Tender Document
2) The minimum requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- Principal place of business;
- Total monetary value of construction work performed for each of the last five years;
- Similar previous experience in Road works
- Major items of construction equipment owned and or signed lease agreement(s);
- Qualifications and experience of key site management and technical personnel proposed for the Contract;
- Submit written power of attorney authorizing the signatory to commit the bidder
- Authority to seek references from the Tenderer’s bankers.
- Certified copies of Registration with National Construction Authority valid at the date of tender submission
- Certified copies of Certificate of Incorporation
- Certified copies of VAT Registration Certificate
- Certified copies of Valid Tax compliance certificate
- Certified copies of PIN registration certificate
- Current litigation information
- For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
- Certified copy of CR12 certificate
- All pages of the tender Document must be serialized sequently from start to the end
- Attach a brief work methodology
- Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.
Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 22nd October, 2020
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Deputy Director Roads
Kenya Rural Roads Authority
Kajiado Region
P.O. Box 64 - 01100,
Kajiado
and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 5th November 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.
The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender
SENIOR SUPPLY CHAIN OFFICER
FOR: DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER
17th February,2021
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding in the financial year 2020-2021.
- 10% RMLF FUNDS 2020-2021
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
|
1 |
E9152 Mukumu-Lirhanda |
Shinyalu |
KeRRA/011/39/KAK/10%/2/55/2020/21-111 |
ALL |
download |
|
2 |
E9149 Shabwali-Ikwirenyi |
Shinyalu |
KeRRA/011/39/KAK/10%/2/55/2020/21-112 |
WOMEN |
download |
|
3 |
C623 Kona Mbaya-Rv.Nzoia Road |
Likuyani |
KeRRA/011/39/KAK/10%/2/55/2020/21-113 |
ALL |
download |
|
4 |
C622 Turbo-Kogo Road |
Likuyani |
KeRRA/011/39/KAK/10%/2/55/2020/21- 114 |
YOUTH |
download |
|
5 |
C788- Lwandeti-Rv.Nzoia Road |
Lugari |
KeRRA/011/39/KAK/2/10%/2/55/2020/21- 115 |
WOMEN |
download |
|
6 |
C650 Lumakanda-Stendkisa Road |
Lugari |
KeRRA/011/39/KAK/10%/2/55/2020/21- 116 |
ALL |
download |
|
7 |
G62012 Elukongo-Elukongo- Road (BOX CULVERT) |
Mumias West |
KeRRA/011/39/KAK/10%/2/55/2020/21- 117 |
ALL |
download |
|
8 |
E9202 Imanga Buchifi-Butobe-Nyapeta Road (DRIFT) |
Mumias West |
KeRRA/011/39/KAK/10%/2/55/2019/20-118 |
YOUTH |
download |
|
9 |
G92602-Shibuli-Mulele Road |
Lurambi |
KeRRA/011/39/KAK/10%/2/55/2020/21- 119 |
ALL |
download |
|
10 |
G93483 Mwiyenga-Bukura-H/Centre Road |
Lurambi |
KeRRA/011/39/KAK/10%/2/55/2020/21-120 |
PWD |
download |
|
12 |
E9215 Musoli--Ekonjero Road |
Ikolomani |
KeRRA/011/39/KAK/10%/2/55/2020/21-121 |
ALL |
download |
|
12 |
G92822 Shikumu-Kamahero Road |
Ikolomani |
KeRRA/011/39/KAK/10%/2/55/20/21-122 |
ALL |
download |
|
13 |
G92438 Budonga Junct.-Kamuli-Primary Road |
Navakholo |
KeRRA/011/39/KAK/10%/2/55/20/21-123 |
YOUTH |
download |
|
14 |
D1766 Emukaba(Bridge)-Lukume Road |
Navakholo |
KeRRA/011/39/KAK/10%/2/55/20/21-124 |
ALL |
download |
|
15 |
C782 River Sio-Matungu Road |
Matungu |
KeRRA/011/39/KAK/10%/2/55/20/21-125 |
ALL |
download |
|
16 |
G93756 Ikhulimwoyo Pri.-Ngairwe Sch-Lunganyiro |
Matungu |
KeRRA/011/39/KAK/10%/2/55/20/21-126 |
PWD |
download |
|
17 |
G92606 Bumini-Khaimba-Isonga |
Mumias East |
KeRRA/011/39/KAK/10%/2/55/20/21-127 |
ALL |
download |
|
18 |
G93690 KMTC-Mwireche –Shikulu (BOX CULVERT) |
Mumias East |
KeRRA/011/39/KAK/10%/2/55/20/21-128 |
YOUTH |
download |
|
19 |
G93582 Milambo-Imanga |
Butere |
KeRRA/011/39/KAK/10%/2/55/20/21-130 |
ALL |
download |
|
20 |
G93464 Shiraha-Butayi-Mshiro |
Butere |
KeRRA/011/39/KAK/10%/2/55/20/21-131 |
ALL |
download |
|
21 |
G93388 Emulalwa-Khumpaka |
Khwisero |
KeRRA/011/39/KAK/10%/2/55/20/21-138 |
ALL |
download |
|
22 |
G93386 Khushiku-Junct.C675 |
Khwisero |
KeRRA/011/39/KAK/10%/2/55/20/21-139 |
WOMEN |
download |
|
23 |
F9077 Okumu-Shamoni |
Malava |
KeRRA/011/39/KAK/10%/2/55/20/21-140 |
ALL |
download |
|
24 |
F9077 Tande-Namagara |
Malava |
KeRRA/011/39/KAK/10%/2/55/20/21-141 |
ALL |
download |
- GOK & 10% CS FUNDS 2020-21
|
1 |
F9093 Namalenje-Mukhweya-Namulungu ACK |
Matungu |
KeRRA/011/39/KAK/GOK/2/55/20/21-129 |
YOUTH |
download |
|
2 |
G93550 Musango-Fredrick-Okango Kiosk |
Mumias East |
KeRRA/011/39/KAK/GOK/2/55/20/21-132 |
WOMEN |
download |
|
3 |
G92645 Eshisiru-Mabanga |
Lurambi |
KeRRA/011/39/KAK/10%CS/2/55/20/21-133 |
ALL |
download |
|
4 |
G93403 Ebukanga-Mushiangubu |
Khwisero |
KeRRA/011/39/KAK/10%CS/2/55/20/21-134 |
ALL |
download |
|
5 |
G92551 Matende-Shivakala |
Lurambi |
KeRRA/011/39/KAK/10%CS/2/55/20/21-135 |
WOMEN |
download |
|
6 |
G93388 Emasatsi-Emurumba |
Khwisero |
KeRRA/011/39/KAK/10%CS/2/55/20/21-136 |
ALL |
download |
|
7 |
P64 Sichirai-Mulunyu |
Lurambi |
KeRRA/011/39/KAK/10%CS/2/55/20/21-137 |
ALL |
download |
INSTRUCTIONS TO TENDERERS
- ONLY bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various Tenders are as stipulated in Tender Documents
- Bidders participating under Y, W&PWD need not be prequalified.
- Tenderers are required to apply VAT as provided in the tender document (BOQ)
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Copy of Certificate of Incorporation certified by commissioner of oaths
- Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
- Copy of Valid Current Tax compliance certificate
- Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- List of ongoing projects and their monetary value
- All tenderers MUST SERIALIZE all the pages of bid documents submitted
- Authority to seek references from the Tenderer’s bankers
- Copies of valid business permit issued within the current year
- Total monetary value of construction work performed for each of the last three years
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- Provide Current litigation information
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- A bidder may bid more than one tender BUT will only be considered for Two (2No) contracts in different constituencies in the region.
- Prices quoted must remain valid for 120 days from the date of opening
- Due to covid -19 pandemic and consequently the presidential directive issued, there shall be no group pre tender site visits. However, Bidders are advised to make their own arrangements (adhering to this directive any other subsequent directives) to visit the sites before quoting and ensure the certificate is dully signed .
Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA Website; www.kerra.go.ke/www.tenders.go.ke for free as from close of business Friday 19th February, 2021.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Deputy Director,
Kenya Rural Roads Authority-Kakamega Region
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before Tuesday 2nd March, 2021. at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. E.K.Cheserek
DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 7th September, 2021
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding.
- 10% CS funds FY 2020-2021.
|
No |
Road Name |
Constituency |
Tender No |
Category |
|
|
1 |
G92428 Sisokhe Sec School- Kamuli Pri. |
Navakholo |
KeRRA/011/39/KAK/NAVAKHOLO/10% CS/2-55-20|21-195 |
ALL |
download |
|
2 |
G92419 Simuli- Forest |
Navakholo |
KeRRA/011/39/KAK/NAVAKHOLO/10% CS/2-55-20|21-196 |
PWD |
download |
|
3 |
D1777 Kharanda- Nakochi- Malaha |
Navakholo |
KeRRA/011/39/KAK/NAVAKHOLO/10% CS/2-55-20|21-197 |
WOMEN |
download |
- GOK Funds FY 2020-2021
|
4 |
G92856 Access to Iguhu County Hospital |
Ikolomani |
KeRRA/011/39/KAK/IKOLOMANI/UHC ENABLER/2-55-20|21-198 |
YOUTH |
download |
|
5 |
G92272 Access to Navakholo Sub-District Hospital |
Navakholo |
KeRRA/011/39/KAK/NAVAKHOLOI/UHC ENABLER/2-55-20|21-199 |
ALL |
download |
|
6 |
E1162 Access to Manyala Sub-District Hospital |
Butere |
KeRRA/011/39/KAK/BUTERE/UHC ENABLER/2-55-20|21-200 |
ALL |
download |
|
7 |
F9062 Access to Lumakanda County Hospital |
Lugari |
KeRRA/011/39/KAK/LUGARI/UHC ENABLER/2-55-20|21-201 |
ALL |
download |
- 10% RMLF saving FY 2020-2021 (Retender)
|
No |
Road Name |
Constituency |
Tender No |
Category |
|
|
1 |
G93391 Lukanji Jnct.-Muperi Mkt.-Eshibinga Bridge Road |
Khwisero |
KeRRA/011/39/KAK/10%SAVINGS/2/55/2020/21-161 |
YOUTH |
download |
|
2 |
G93506 Mbakaya Rv.-Muloma-Mukoko Road |
Butere |
KeRRA/011/39/KAK/10%SAVINGS/2/55/2020/21-165 |
ALL |
download |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Certificate of Incorporation certified
- Copies of PIN and VAT Registration Certificate
- Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
- Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- All tenderers MUST SERIALIZE all the pages of bid documents submitted
- valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- A bidder may bid for more than one tender BUT will only be considered for Two (2No) s in different constituencies in the region.
- Prices quoted must remain valid for 140 days from the date of opening
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 9th September 2021.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kakamega Region)
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before 23rd September 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY KAKAMEGA REGION
INVITATION TO TENDER
Date: 12" October, 2021
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Graveiling Equipment based) under 10% RMLF fund FY 2021 -2022.
|
No |
Road Name |
Constituency |
Tender No |
Category |
Engineers Estimate |
|
|
1 |
C785 Samitisi - Malava Road |
MALAVA |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- |
YOUTH |
4,945,214.95 |
DOWNLOAD |
|
2 |
G9238 1 Friends Chch Timbito- Matsakha Road |
MALAVA |
KeRRA/008/39/KAK/1 0% RMLF/2-55-2IJ22- 002 |
ALL |
6,176,563.95 |
DOWNLOAD |
|
3 |
D 1769 Lwanda- Lubao Road |
SHINYALU |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22- |
ALL |
6,436,607.34 |
DOWNLOAD |
|
4 |
C780 Kambiri-lkoli Road |
SHINYALU |
KeRRA/008/39/KAK/1 0% hMLF/2-55-21)22- |
WOMEN |
4,822,172.49 |
DOWNLOAD |
|
5 |
E9l 30 Musoli- Malimili |
IKOLOMANI |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 022 |
ALL |
6,421,033.40 |
DOWNLOAD |
|
6 |
G92636 Mutaho- Ematetie |
IKOLOMANI |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 023 |
WOMEN |
4,837,746.46 |
DOWNLOAD |
|
7 |
UNCL 23 KAKAMEGA Butere Hosp- Railways |
BUTERE |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 024 |
WOMEN |
2,397,714.18 |
DOWNLOAD |
|
8 |
G93457 Mushitoyi- Marenyo |
BUTERE |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 025 |
ALL |
3,289,152.23 |
DOWNLOAD |
1
|
9 |
G93520 Ebuboko- Shisia |
BUTERE |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 026 |
PWD |
2,924,027 |
DOWNLOAD |
|
10 |
UNCL 24 KAKAMEGA Emasiva- Mukoye |
BUTERE |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 027 |
ALL |
2,450,682.93 |
DOWNLOAD |
|
11 |
G93402 Munjiti Junct- Emaruku- Shirotsa |
KHWISERO |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 034 |
YOUTH |
4,113,417.60 |
DOWNLOAD |
|
12 |
G93388 Ebuliangoe- Emuruba |
KHWISERO |
KeRRA/008/39/KAK/10 RMLF/2-55- 21122-035 |
ALL |
4,457,842.87 |
DOWNLOAD |
|
13 |
G93390 Muluwaya |
KHWISERO |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22- 036 |
PWD |
2,619,318.49 |
DOWNLOAD |
|
14 |
D1777 Nakochi- Malaha |
NAVAKHOL O |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 043 |
ALL |
7,204,888.68 |
DOWNLOAD |
|
15 |
G92496Nangabo- Ebumangale- Sasala |
NAVAKHOL O |
KeRRA/008/39fKAK/1 0% RMLF/2-55-21|22- 044 |
YOUTH |
3,873,889.14 |
DOWNLOAD |
|
16 |
C782 River Sio - Matungu |
MATUNGIJ |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22- 050 |
ALL |
5,247,442.0£ |
DOWNLOAD |
|
17 |
C789 Harambee - Rv. Khalaba |
MATUNGU |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22-
|
ALL |
5,960,436.3”. |
DOWNLOAD |
|
18 |
G92606 Bumini- Isongo |
*+MIAS EAST |
KeRRA/008/39/KAK/1 00 » RMLF/2-55-21|22- 058 |
ALL |
6,285,021.9. |
DOWNLOAD |
|
19 |
S6216 Lubinu- Lusheya- Ebwaliro |
MUMIAS EAST |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 059 |
WOMEN |
4,922,820.2\ |
DOWNLOAD |
|
20 |
G92537 Luanda shop- Mungulu Road |
LURAMBI |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 07 I |
ALL |
5,999,023.6i |
DOWNLOAD |
|
21 |
G92602 Shibuli- Musanda Road |
LURAMBI |
KeRRA/008/39/KAK/1 0% RMLP/2-55-21|22- 072 |
YOUTH |
5,209,439.5 |
DOWNLOAD |
|
22 |
C650 Lumakanda- Stendikisa Road |
LU GARI |
KeRRA/008/39/KA K/1 0% RMLF/2-55-21 |22- 082 |
ALL |
4,01 l 242.32 |
DOWNLOAD |
|
23 |
D1779 Lwandeti- Mahanga Road |
LUC ARI |
KeRRA/008/39/KAK/1 0% Rlvi LF/2-55-21|22- 083 |
YOUTH |
3,415,82L17 |
DOWNLOAD |
|
24 |
C622 Turbo- Sipande Junct |
LU GARI |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 084 |
PWD |
3,737.724.90 |
DOWNLOAD |
|
25 |
C623|C623 Kona Mbaya- Rv. Nzoia Road |
LIK UYANI |
KeRRA/008/39/KAK/1 0% RMLF/2-55-2 I |22- 090 |
WOMEN |
5,5 I 5,814.66 |
DOWNLOAD |
|
26 |
C635 Sipande Junct- Kogo- Rv. Nzoia Road |
Ll KU YANI |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22- 091 |
ALL |
5,562,964.20 |
DOWNLOAD |
|
27 |
UNCL 36 KA KA MEGA Mumias West Tti- Mukendu Area- Buchirinya Pri- Ibinda Ebwasi Bridge Road |
MUMIAS WEST |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 097 |
ALL |
6,736,594.95 |
DOWNLOAD |
|
28 |
UNCL 37 KAKAMEG A Eshitindi(Kwa Scola Jucnt)- Eshihaka Pefa Chutch- Eluanda Buriya Area Road |
MUM1AS WEST |
KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22- 098 |
WOM IN |
4514,330.49 |
DOWNLOAD |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Certificate of Incorporation certified
- Copies of PU and VAT Registration Certificate
- Valid Current Tax compliance certi ficate/ Tax exemption clearance certificate from KRA
- Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
- Copy of Valid Contractors Annual Practising License from National Construction Authority MCA)
- All tenderers MUST SERlA L IZE at I the pages of b id documents submitted
- valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this
- All the tenderers to provide current, certified CR 1 2 (valid for the last 12 months)
Connecting Devolved Kenya
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved
- A bidder may bid for more than one tender BUT may only be considered for Two (2No) in different constituencies in the
(m)Prices quoted must remain valid for 140 days from the date of opening
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 18" October 2021.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kakamega Region)
P.O. Box 477- 50100 KAKAMEGA
So as to be received on or before November 2ND 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 4th June, 2021
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under 22% RMLF and Savings for the financial year 2020-2021.
|
No |
Road Name |
Constituency |
Tender No |
Category |
Cost Estimate |
|
|
1 |
E9151 Shibuye-Shiatsava Road |
Shinyalu |
KeRRA/011/39/KAK/22%/ 2/55/2020/21-098 |
ALL |
1,958,495.00 |
download |
|
2 |
G92806 Shichinji-Mwinaka Road |
Ikolomani |
KeRRA/011/39/KAK/22%/2/55/2020/21-099 |
YOUTH |
3,800,535.00 |
download |
|
3 |
E237 Malimili-Irenji Primary Road |
Shinyalu |
KeRRA/011/39/KAK/22%SAVINGS/2/55/2020/21- 143 |
ALL |
3,800,011.00 |
download |
|
4 |
G93705 Shitukumi-Shikoka-Buchifi Road |
Mumias West |
KeRRA/011/39/KAK/22%SAVINGS/2/55/2020/21-144 |
ALL |
3,514,345.00 |
download |
|
5 |
G93775 Mungore School-Lungany’iro Road |
Matungu |
KeRRA/011/39/KAK/22%SAVINGS/2/55/2020/21-145 |
ALL |
2,914,862.00 |
download |
|
6 |
G91916 Bondeni-Headquater Road |
Likuyani |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21- 146 |
YOUTH |
2,523,736.00 |
download |
|
7 |
D1780 Mbururu Mkt-Nzoia Mkt Road |
Likuyani |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21- 147 |
WOMEN |
3,679,339.00 |
download |
|
8 |
C783 Shimanyiro-Bunge |
Lurambi |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-148 |
PWD |
930,366.00 |
download |
|
9 |
E313 Shimalabandu-Emukaba Bridge |
Lurambi |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-149 |
ALL |
2,334,334.00 |
download |
|
10 |
G92380 Lukusi-Munyanya |
Malava |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/20/20/21-150 |
ALL |
3,109,248.00 |
download |
|
11 |
G93409 Eshikhungla-Emaholia-Ebulwani |
Khwisero |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-151 |
YOUTH |
4,124,432.00 |
download |
|
12 |
G92552 Naktare Jnct.-Kwanduya-Sisokhe Road |
Navakholo |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-152 |
PWD |
2,390,146.00 |
download |
|
13 |
UNCL. 4 Mukhuyu-Chekalini Jcnt. Road |
Lugari |
KeRRA/011/39/KAK/22%/SAVINGS/SAVINGS/2/55/2020/21- 153 |
ALL |
2,501,768.00 |
download |
|
14 |
G92783 Sabane Primary-Ikuyo Road |
Ikolomani |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21- 154 |
WOMEN |
2,350,415.00 |
download |
|
15 |
G93497 Shiyiro-Khumira-Bukolwe ACK Road |
Butere |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-155 |
ALL |
5,099,576.00 |
download |
|
16 |
G93691 Nucleus-Munganga Jnct Road |
Mumias East |
KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-156 |
ALL |
2,297,384.00 |
download |
- 10% RMLF SAVINGS &10% CS ALLOCATION(Retender)
|
No |
Road Name |
Constituency |
Tender No |
Category |
Cost Estimate |
|
|
1 |
F9064 Majengo-Mugunga Road |
Lugari |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-157 |
WOMEN |
3,303,108.00 |
download |
|
2 |
D1554 Muriola-Lumini Pri-Musonye Road |
Likuyani |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-158 |
PWD |
3,610,903.00 |
download |
|
3 |
D1772 Naluchira-Eshiongo Road |
Navakholo |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-159 |
YOUTH |
3,299,145.00 |
download |
|
4 |
E9130 Musoli-Malimili Road |
Ikolomani |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-160 |
YOUTH |
3,450,246.00 |
download |
|
5 |
G93391 Lukanji Jnct.-Muperi Mkt.-Eshibinga Bridge Road |
Khwisero |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-161 |
ALL |
3,349,919.00 |
download |
|
6 |
G92153 Chegulo-Butali Road |
Malava |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-162 |
ALL |
2,600,124.00 |
download |
|
7 |
G92580 Eshisiru-Shiunzu Primary Road |
Lurambi |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-163 |
ALL |
5,500,072.00 |
download |
|
8 |
G92709 Secheno-Musembe Road |
Shinyalu |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-164 |
ALL |
700,656.00 |
download |
|
9 |
G93506 Mbakaya Rv.-Muloma-Mukoko Road |
Butere |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-165 |
ALL |
499,999.00 |
download |
|
10 |
S6216 Indangalasia Pri. – Lusheya Dispensary |
Mumias East |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-166 |
PWD |
2,289,603.00 |
download |
|
11 |
G93661 Otiato – Bukaya Jnct. |
Mumias West |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-167 |
ALL |
5,400,390.00 |
download |
|
12 |
E152J3 Omondi Mkt – Nyambula |
Matungu |
KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-168 |
WOMEN |
2,900,816.00 |
download |
|
13 |
G93403 Ebukanga-Mushiangubu Road |
Khwisero |
KeRRA/011/39/KAK/10%CS 2/55/2020/21-134 |
ALL |
5,895,371.00 |
download |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Certificate of Incorporation
- Copies of PIN and VAT Registration Certificate
- Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
- Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- All tenderers MUST SERIALIZE all the pages of bid documents submitted
- valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- A bidder may bid more than one tender BUT will only be considered for Two (2No) contracts in different constituencies in the region.
- Prices quoted must remain valid for 140 days from the date of opening
Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke free as from close of business Tuesday 8th June, 2021.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority-Kakamega Region
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before Monday 21st June 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 1st November, 2023
ADDENDUM NOTICE NO. 2
Pursuant to section 75 (1) of the Public Procurement and Asset Disposal Act 2015 you are hereby notified of the following:
Reference is made to the Tender Notice dated 23rd October, 2023 for Road Work projects under 22% for FY 2023-2024.
Kenya Rural Roads Authority (Kakamega Region) wish to make clarifications to all interested bidders as follows;
- Please note that the BOQ for Tender Number KeRRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-56 for G92161 MUKAVAKAVA- SALVATION ARMY JNCT Road that was earlier attached has been replaced with the correct one and the updated document has been uploaded. DOWNLOAD CORRECTED DOCUMENT HERE
- That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-57, G92381 BUTALI-CHEGULO-MATSAKA Road has been corrected from Ksh 7,923,640.51 to read Ksh 6,784,950.29 and the updated document has been uploaded. DOWNLOAD CORRECTED DOCUMENT HERE
- That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-41, K1 MUMIAS-MATAWA-RV. NZOIA Road has been corrected from Ksh 7,923,640.51 to read Ksh 6,756,132.16 and the updated document has been uploaded. DOWNLOAD CORRECTED DOCUMENT HERE
All other information remains the same including the closing date Monday, 6th November, 2023
ENG. EDWIN CHESEREK
REGIONAL DIRECTOR
KAKAMEGA REGION
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 25th October, 2023
ADDENDUM NOTICE NO.1
Pursuant to section 75 (1) of the Public Procurement and Asset Disposal Act 2015 you are hereby notified of the following addendum.
Reference is made to the Tender Notice dated 23rd October, 2023 for Road Works projects under 22% for FY 2023-2024.
Kenya Rural Roads Authority (Kakamega Region) wish to make clarifications to all interested bidders as follows;
That tendering of the following roads has been postponed from the tender advertisement until further notice.
|
S/N |
TENDER NO. |
TENDER DESCRIPTION |
FUNDING VOTE, CONSTITUENCY |
|
1 |
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-101 |
D1767 MAKUTANO-SIPANDE ROAD |
LUGARI |
|
2 |
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-102 |
D1779 LUGARI HIGH-MAKUTANO ROAD |
LUGARI |
|
3 |
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-103 |
E9103 CHEKALINI-MUKHUYU ROAD |
LUGARI |
|
4 |
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-104 |
E9104 CHEKALINI-MUSEMBE ROAD |
LUGARI |
|
5 |
KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-105 |
E9063 MANYONYI-ANGATE ROAD |
LUGARI |
All other information remains the same
ENG. EDWIN CHESEREK
REGIONAL DIRECTOR
Date: 25th January, 2022
Reference is made to the Advertisement Notice dated 20th January, 2023 for tenders under 10%RMLF FY 2022-2023 and 22% Savings FY 2021-2022
Kenya Rural Roads Authority (Kakamega Region) wish to clarify to all interested bidders that Further to clause ITT 7.2 of section II (Tender Data Sheet), there shall be a Mandatory group Pre-Tender Site Visit scheduled as follows:
|
Date |
Constituency |
Meeting Point &Time |
|
Tuesday 31st January 2023 |
Likuyani /Lugari Navakholo/Malava |
Lugari, KeRRA office at 9 am |
|
Wednesday 1st February 2023 |
Matungu/Mumias West Butere/Khwisero |
Mumias West, KeRRA office at 9 am |
|
Thursday 2nd February 2023 |
Ikolomani/Shinyalu Lurambi/Mumias East |
Kakamega, KeRRA office at 9 am |
Please note that the closing and opening of tenders shall remain the same as earlier indicated.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 12th September, 2022
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for FY 2021-2022 under AIA and GOK Funding.
|
No |
Tender No |
Road Name |
Preference & Reservation |
|
1 |
C785 Samitisi – Malava Road |
YOUTH |
|
|
2 |
G92153 Chebwai- Shivanga Road |
ALL |
|
|
3 |
G92251 Shipala- Tande Road |
WOMEN |
|
|
4 |
G93391 Echeko- Emukhunzulu- Eluobe Road |
YOUTH |
|
|
5 |
E9206 Namalenje-Mukhweya- Namulungu Road |
ALL |
|
|
6 |
UK37_111 Tree Nursery- Mulanda- Kholeo Road |
ALL |
|
|
7 |
F9094 Makunga- Rv.Lusumu Road |
WOMEN |
|
|
8 |
G91893 Shikhendu- Murenga Road |
ALL |
|
|
9 |
E9112 Nangili- Number One Road |
PWD |
|
|
10 |
E9118 Nangili PAG- Mirembe Road |
ALL |
|
|
11 |
G91783 Lwandeti – Masasuli Road |
PWD |
|
|
12 |
D1767 Ivona- Sipande Road |
ALL |
|
|
13 |
D1767 Makutano- Ivona Road |
ALL |
|
|
14 |
G91819 Joyland- Musembe Road |
WOMEN |
|
|
15 |
E9132 Mahondo- Shimanyiro Road |
ALL |
|
|
16 |
C783 Centre Jnct C40- Shimanyiro Road |
WOMEN |
|
|
17 |
G92587 Stend Muhogo- Eshisiru Road |
PWD |
|
|
18 |
G92559 Mukhuyu- Emachina Road |
ALL |
|
|
19 |
KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 211KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 211 |
C783 Centre- Shimanyiro Road |
YOUTH |
|
20 |
G93614 Eluche Dispensary- Luruva- Eluche Road |
ALL |
|
|
21 |
UK37_115 Access To Kogo Sec School Road |
ALL |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certificate of Incorporation
- Copies of PIN and VAT Registration Certificate
- Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
- Valid Registration certificate with National Construction Authority certificate for Road works
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA) for Road works
- All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
- Valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- Prices quoted must remain valid for 140 days from the date of opening
- Director (s) bidding under different companies for the same tender will be disqualified
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 11th February, 2022
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites bids from eligible prequalified contractors for various routine maintenance of Road works (Grading and Gravelling Equipment based) for FY 2021-2022 to be funded through the Development Vote and Road Maintenance Levy Fund (RMLF)
|
No |
Tender No |
Road Name |
Preference & Reservations |
Engineers Estimate |
|
|
1 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 141 |
E9206 Harambee- Shitsisori Road |
ALL |
9,785,000.00 |
DOWNLOAD |
|
2 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 142 |
E9196 Manyunza- Dido Road |
WOMEN |
9,828,000.00 |
DOWNLOAD |
|
3 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 144 |
C780 Ikoli- Kimangeti- Malava (C780 Chimoi- Malichi) Road |
PWD |
9,742,000.00 |
DOWNLOAD |
|
4 |
KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145 |
C786 Mbande-Nambirima-Kiliboti Pri Road |
YOUTH |
9,828,000.00 |
DOWNLOAD |
|
5 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-031(Retender) |
Uncl- 20 Kakamega Buruburu- Shibanga - Shibale Road |
ALL |
5,643,533.30 |
DOWNLOAD |
|
6 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-033(Retender) |
Uncl-22 Kakamega Mwilala – Mureko Ack - Muriaka Road |
YOUTH |
2,632,841.00 |
DOWNLOAD |
|
7 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-041 (Retender) |
Uncl- 17 Kakamega Shitimba – Nandwa Junct. Road |
ALL |
3,968,331.58 |
DOWNLOAD |
|
8 |
KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-047 (Retender) |
E1273 Nambacha – Navakholo Road |
ALL |
2,601,138.38 |
DOWNLOAD |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certificate of Incorporation
- Copies of PIN and VAT Registration Certificate
- Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
- Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
- valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- Prices quoted must remain valid for 140 days from the date of opening
- To enhance equity, bidders will only be awarded a Maximum of Two (2) Tenders, under this Tender Notice and the most advantageous to the employer
- Director (s) bidding under different companies for the same tender will be disqualified
- Due to covid-19 and consequently the presidential directive issued, MANDATORY PRE-TENDER site visits shall be held between 21st February, 2022 and 25th February, 2022 from 8.00 am to 3.00 pm. Bidders are required to make their own arrangements in liaison with the respective regional directors to visit the site, and have their site visit Certificate signed by the respective Road Officers
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 14th February 2022.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kakamega Region)
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before 28th February 2022 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY KAKAMEGA REGION
INVITATION TO TENDER Date: 31st July, 2018
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads
KeRRA –Kakamega Region invites tenders from contractors prequalified in Mumias West Constituency for routine maintenance and spot improvement works (Grading and Gravelling Equipment based) under 22% RMLF for the financial year 2017/18.
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date of Pre tender site visit |
|
1 |
U_G93434 RV.LUSUMU- NYAPORA-MMS H/ CENTRE |
KeRRA/011/3 9/KAK/2-45- 2017/18 -206 |
4,500,116.23 |
ALL |
8th August 2018 |
|
2 |
U_G93566 RV.LUSUMU- IMANGA |
KeRRA/011/3 9/KAK/2-45- 2017/18 -207 |
4,000,228.83 |
ALL |
|
|
3 |
U_93567 IMANGA- MUSANDA |
KeRRA/011/3 9/KAK/2-45- 2017/18 -208 |
5,000,037.52 |
WOMEN |
|
|
4 |
S6211 IMANGA- BUCHIFI-BUTOBE- NYAPETA-R.LUSUMU |
KeRRA/011/3 9/KAK/2-45- 2017/18 -209 |
4,700,219.46 |
YOUTH |
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Kakamega Region
22% RMLF FY 2018/2019
Date: 23rd January, 2019
ADDENDUM NO.1
Reference is made to the advertisement dated 8th January, 2019 for tenders under 22% RMLF FY 2018-2019. Kenya Rural Roads Authority (Kakamega) wishes to inform all interested bidders of clarifications in tender for 22% RMLF 2018-2019 in Matungu constituency with the following details;
|
No |
Constituency |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
|
1 |
Matungu |
G93775 Makunda- Kwa fisi |
2,200,512.28 |
ALL |
Please Note the correct Tender document and Bills of quantities has been uploaded. The new date of opening for the above tender has been changed from Friday 25th January 2019 to Friday, 1st February, 2019.
The date of opening for the other tenders in the constituency remains unchanged and will be opened on 25th January 2019 as earlier advertised.
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 8th January, 2019
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under 22% RMLF for the financial year 2018/2019.
- Lurambi Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
P64 Sichirai Market-Mulunyu-Mulele |
2,457,083.37 |
PWD |
16th Jan 2019 |
|
|
2 |
G92392 Eshisunguruli-Elufwafwa-Indangalasia Sch. |
3,387,399.09 |
ALL |
||
|
3 |
G92559 Shikhambi (New Jerusalem Church)-Mungulu |
3,586,630.96 |
WOMEN |
||
|
4 |
G92537 PAG Mukhuyu- Mumbinga |
2,091,283.53 |
ALL |
||
|
5 |
G92626 Mumukhuyu- Emachina-Matende Junction |
2,301,609.04 |
ALL |
||
|
6 |
E9132 Emahondo-Shimanyiro Junction |
2,328,362.73 |
ALL |
||
|
7 |
G92628 Indangasia Sch-Ebungaya Sch-Hadindi |
4,003,730.76 |
ALL |
- Malava Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
C68 Chimoi-Nandi County Boundary |
2,615,104.27 |
ALL |
17th Jan 2019 |
|
|
2 |
F9077 Tande- Namagara |
5,093,232.36 |
YOUTH |
||
|
3 |
E9145 Malava-Malichi |
5,248,364.61 |
ALL |
||
|
4 |
G92380 Mukhuyu-Shivakala |
2,298,120.16 |
ALL |
||
|
5 |
G92153 Chemuche Junct-Namatala Sch |
2,612,323.74 |
ALL |
||
|
6 |
G92154 Harambee-Junct-Fubuye |
2,389,054.73 |
WOMEN |
- Lugari Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
F9064 Mugunga-Majengo |
3,157,246.38 |
ALL |
18th Jan 2019 |
|
|
2 |
C650 Lumakanda-Stendkisa |
3,283,316.70 |
ALL |
||
|
3 |
F9063 Manyonyi ECD-Mlimani |
2,342,786.28 |
ALL |
||
|
4 |
G91795 Chekalini-Khalid-Muki |
3,095,689.45 |
WOMEN |
||
|
5 |
91783 Ofula-Maturu-Mayoyo Catholic Church |
2,243,302.42 |
YOUTH |
||
|
6 |
G91770 Kaburengu-Makhere-Chebyusi |
1,678,330.21 |
YOUTH |
||
|
7 |
E9103 Chekalini-D282 Junct |
2,619,689.53 |
ALL |
||
|
8 |
G91978 Makutano -Sibande |
2,835,681.60 |
ALL |
- Likuyani Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
E9117 Ex Dc - Nyortis - Mtoni Police – Lugulu Road |
2,795445.67 |
YOUTH |
18th Jan 2019 |
|
|
2 |
C623 Kona Mbaya - Muruli - Matunda |
3,596,688.48 |
ALL |
||
|
3 |
D1554 Muriola - Likuyani - Brigadier Musonye B14 |
3,577,574.68 |
ALL |
||
|
4 |
D1771 Farfaro - Soysambu - L6215 Junct. |
3,200,520.95 |
ALL |
||
|
5 |
D1780 Headquater - Mbururu - Riverside |
3,286,253.05 |
ALL |
||
|
6 |
G91944 Lusweti - Drift - Mirembe Centre |
3,699,081.27 |
ALL |
- Navakholo Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
G92269 Sivilie Junct- Lutaso |
3,089,786.66 |
YOUTH |
15th Jan 2019 |
|
|
2 |
D1777 Kharanda-Nakochi-Malaha |
4,032,660.07 |
ALL |
||
|
3 |
G92443 Viriko-Mungaha-Sinoi |
5,296,862.84 |
ALL |
||
|
4 |
G92526 Mishuri-Matia-Sumea |
2,913,881.68 |
WOMEN |
||
|
5 |
G92419 Lwakhupa-Sirigoi-Simuli |
4,922,865.97 |
ALL |
- Butere Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
F9090 Nyenyesi-Imanga |
1,910,341.52 |
ALL |
15th Jan 2019 |
|
|
2 |
E9196 Butere MKT-Mahondo-Mukoye |
2,561,537.12 |
ALL |
||
|
3 |
E9195 Manyala-Lana |
2,273,493.15 |
ALL |
||
|
4 |
G93446 Manyulia-Shikunga |
1,602,273.35 |
ALL |
||
|
5 |
G93435 Shiatsala-Masaba |
1,755,309.25 |
ALL |
||
|
6 |
E9219 Shikunga-Shihasa |
2,143,303.60 |
ALL |
||
|
7 |
G93489 Mahondo-Ruwe |
1,640,193.05 |
ALL |
||
|
8 |
G93495 Milambo-Butere |
1,593,848.49 |
WOMEN |
||
|
9 |
G93423 Bukura-Lukoye-Khwisero |
2,418,357.72 |
YOUTH |
||
|
10 |
G93482 Mwinaya-Iranda |
2,357,627.17 |
WOMEN |
- Khwisero Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
C790 Anyiko- Khumutibo-Dudi |
1,258,583.04 |
ALL |
16th Jan 2019 |
|
|
2 |
C790 (CB Siaya) Got Regea-Dudi |
652,999.47 |
ALL |
||
|
3 |
G62142 Ekambuli-St.John |
3,371,785.80 |
WOMEN |
||
|
4 |
G93392 Ekambuli Sec -Khumusalaba |
3,786,545.62 |
YOUTH |
||
|
5 |
G93430 Akalongo-Ebukutenga |
1,723,383.33 |
ALL |
||
|
5 |
G93427 Emwaniro-Mulubale |
3,501,749.90 |
ALL |
||
|
6 |
G93419 Mukhasibwe-Shirembe |
5,956,871.34 |
ALL |
- Matungu Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
E9205 Junct Khulwanda-Watoya |
4,368,051.67 |
ALL |
17th Jan 2019 |
|
|
2 |
C779 Mayoni –Shikhonesi-Panyako |
4,110,859.87 |
ALL |
||
|
3 |
G93765 Makale-Ebukosya |
1,578,288.90 |
YOUTH |
||
|
4 |
G93768 Shiala-Shiukifu-Shiumbwe |
3,720,042,56 |
WOMEN |
||
|
5 |
G93754 Busombi-Lunyiko |
2,081,629.85 |
YOUTH |
||
|
6 |
F9091 Namayakalo-Munami |
2,347,233.57 |
ALL |
||
|
7 |
G93775 Makunda- Kwa Fisi |
2,050,512.23 |
ALL |
- Ikolomani Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
G92850 Duka Moja - Shanjetso |
3,813,271.30 |
YOUTH |
15th Jan 2019 |
|
|
2 |
G92806 Imalakama - Q25 |
3,645,214.50 |
ALL |
||
|
3 |
G92853 Makhokho - Shavihiga |
4,886,298.74 |
ALL |
||
|
4 |
G92831 Madivini - Kilingili |
5,198,043.72 |
ALL |
||
|
5 |
G92798 Shikunga - R. Yala |
2,748,335.54 |
WOMEN |
- Mumias East Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
E9211 Bumini - Eluche Sch./Junct |
2,140,550.42 |
ALL |
17th Jan 2019 |
|
|
2 |
G93690 Malaha - Khabondi - Nucleus |
3,213,743.72 |
ALL |
||
|
3 |
F9094 Shianda - R. Lusumu - Maraba - Emutetemo - Ikli - Mutono - R. Lusumu |
3,886,731.18 |
YOUTH |
||
|
4 |
G93541 Shitoto Junct. - Lwasambi - Khunyiri - Lubinu |
2,376,581.63 |
WOMEN |
||
|
5 |
G93605 Ebwaliro – Chief Camp – Shikulu – Khaunga |
5,066,030.63 |
ALL |
||
|
6 |
G93550 Emakhwale Pri. Sch - Mwitoti - Shimuli - Mwitoti |
3,572,803.17 |
ALL |
- Shinyalu Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
D1594 Sechono - Matsu |
5,011,423.04 |
ALL |
16th Jan 2019 |
|
|
2 |
G92742 Shinyalu - Mwilitsa |
5,107,811.06 |
PWD |
||
|
3 |
G92709 Ileho Pri. - Vikoshe - Mukhuru |
5,053,309.65 |
ALL |
||
|
4 |
G92707 Kisia Mkt - Mukhuru Pri. |
5,084,452.31 |
ALL |
Mandatory Requirements
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Copy of certificate of Incorporation
- Certified Copy Registration with NCA 8 and below with a valid practicing licence.
- Certified Valid Tax Compliance Verified from KRA website.
- Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the Directors
- Certified copy VAT & PIN Registration
- Proof of Certificate of Registration in a target group (AGPO) issued by Treasury where applicable and verified from PPOA website
- Bidders shall sequentially serialize all pages of each tender submitted
- Tender forms – Clearly filled, signed and stamped.
- MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above
by 9.00 am. All contractors are required to assemble at the respective KeRRA Offices at 9.00 am. Contractors are requested to make their own transport arrangements.
Other Requirements
As specified in the respective tender document covering the following:-
- Proof of similar previous experience
- Proof of ownership Equipment or current lease agreement of such Equipment
- Certified bank statements for the last 3-6 Months.
A complete set of tender documents will be obtained by interested Bidders by downloading from our KeRRA website at www.tenders.kerra.go.ke for free.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:
The Regional Manager,
Kenya Rural Roads Authority
P.O.Box 477- 50100 Kakamega
The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 25th January, 2019 at 10 am. Tenders will be opened immediately at the same venue in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 20th January, 2023
The Kenya Rural Roads Authority (KeRRA) is a State Corporati on established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for 10% RMLF for FY 2022-2023,22 % Savings for FY 2021-2022.
|
No |
Tender No |
Road Name |
Preference & Reservation |
|
1 |
C622 Sipande Junct- Kogo- Rv. Nzoia Road |
ALL |
|
|
2 |
C623 Kona Mbaya- Rv. Nzoia Road |
ALL |
|
|
3 |
E9118 Matunda-Kongoni-Nangili Road |
YOUTH |
|
|
4 |
C622 Turbo- Sipande Junct Road |
ALL |
|
|
5 |
C650 Lumakanda- Stendikisa Road |
ALL |
|
|
6 |
C788 Lwandeti - Lugari – Nyange Road |
WOMEN |
|
|
7 |
G92606 Bumini- Isongo Road |
ALL |
|
|
8 |
S6211Ekamashia-Indangalasia- Eshikufu Road |
ALL |
|
|
9 |
S6219A Eluche Jnct- Bumini Road |
PWD |
|
|
10 |
UK37_098 Mushinaka- Mwidelenja- Mwikalikha Road |
ALL |
|
|
11 |
UK37_099 Mubahati- Othieka- Emwiru Road |
ALL |
|
|
12 |
UK37_100 Omusebe- Luyo- Cheche Road |
ALL |
|
|
13 |
UK37_102 Khumpaka- Mwisena Road |
ALL |
|
|
14 |
UK37_044 Nyamamu Junct- Ebukhoba Cofa Road |
YOUTH |
|
|
15 |
C782 (Cb Bungoma) River Sio – Matungu Road |
ALL |
|
|
16 |
C789 Rv. Khalaba- Musamba Road |
ALL |
|
|
17 |
G93773 Namberekea- Mirere Road |
WOMEN |
|
|
18 |
C780 Kambiri-Ikoli Road |
YOUTH |
|
|
19 |
D1769 Lwanda- Lubao Road |
ALL |
|
|
20 |
D267 Ivakale Mkt- R. Isiukhu- Buyangu Road |
ALL |
|
|
21 |
E9130 Malimili -Musoli Road |
ALL |
|
|
22 |
G92665 Masiyienze -Shikondi-Lirhembe Road |
WOMEN |
|
|
23 |
G92803 Shivagala -Ichina Road |
ALL |
|
|
24 |
F9090 Nyenyesi-Imanga Road |
PWD |
|
|
25 |
G93506 Mbakaya Rv.- Mutoma Road |
WOMEN |
|
|
26 |
G93582 Milambo-Imanga Road |
ALL |
|
|
27 |
Uk37_039 Emukoya-Musango Loops Road |
PWD |
|
|
28 |
Uk37_040 Lwakhupa Junct-Mureko Police Post Road |
ALL |
|
|
29 |
Uk37_087 Shinyulu-Shikunga Road |
ALL |
|
|
30 |
G92588 Ejinja Kona -Munzeywe Road |
ALL |
|
|
31 |
G92628 Ebungaya -Indangalasia Road |
PWD |
|
|
32 |
G92636 Small and Lovely Bush -Madebeni Road |
ALL |
|
|
33 |
C785 Samitisi -Malava Road |
WOMEN |
|
|
34 |
G92153 Shipala-Tande(Butali) Road |
ALL |
|
|
35 |
G92381 Timbito-Matsakha Road |
ALL |
|
|
36 |
G91456 Ack Kharanda -R. Nzoia Road |
ALL |
|
|
37 |
G92514 Eburenga-Naluchira Road |
ALL |
|
|
38 |
G92269 Sivilie Junct -Lutaso Road |
YOUTH |
|
|
39 |
Uk37_070 Alumako-Kwa Musindalo-Eshikulu-Kwa Scola-Usiu Road |
ALL |
|
|
40 |
Uk37_071 Nyapeta-Ebuchereshera Ack -Emaungu Jnct Road |
YOUTH |
|
|
41 |
Uk37_072 Emuberi Pri. _ Emulaka Pri Jnct -Khonori Khumatemo-Buchifi/Buchitu Jnct Road |
ALL |
|
|
42 |
UK37_056 Nambacha-Kwandunya Road. |
YOUTH |
|
|
43 |
UK37_102 Busombi -Rv.Namamba Road . |
ALL |
|
|
44 |
D1770 Chivorani-Kisia Market Road. |
PWD |
|
|
45 |
S6216 Kmtc -Mwireche Road. |
ALL |
|
|
46 |
G92656 Shisele -Shiseso Health Centre Road. |
ALL |
|
|
47 |
G62142 St. Johns-Emungabo Road |
PWD |
|
|
48 |
E9126 Misiko -Godown -Maua Pri Road. |
YOUTH |
|
|
49 |
F9064 Majengo-Mugunga Road |
ALL |
|
|
50 |
G92380 Lugusi-Munyanya Road. |
ALL |
|
|
51 |
C783 Centre- Shimanyiro Road |
WOMEN |
|
|
52 |
G93528 Shibanga-Muluwa Road |
PWD |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certificate of Incorporation
- Copies of PIN and VAT Registration Certificate
- Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
- Valid Registration certificate with National Construction Authority certificate for Road works
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA) for Road works
- All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
- Valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- Provide certified AGPO certificate of registration for the respective category
- Prices quoted must remain valid for 140 days from the date of opening
- Director (s) bidding under different companies for the same tender will be disqualified
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge will be obtained as from 23rd January 2023
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kakamega Region)
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before 7th February 2023 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
ENG. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 27th August, 2019
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under various funding sources.
|
No |
Road Name |
Tender No |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
G93402 EMAKO - EKONJERO |
YOUTH |
3rd September 2019 Regional Office |
|
|
2 |
F9090 LUBINU - LUSHEYA -EKAMASHIA - INDANGALASIA |
ALL |
3rd September 2019 Regional Office |
|
|
3 |
F9077 TANDE - NAMAGARA |
ALL |
3rd September 2019 Regional Office |
|
|
4 |
E9152SHIBUYE - IKWIRENYI -ILORO - SHABWALI |
ALL |
3rd September 2019 Regional Office |
|
|
5 |
C790 ANYIKO - KHUMUTIBO - DUDI |
YOUTH |
3rd September 2019 Regional Office |
|
|
6 |
G93419 MUKHASIBWE - SHIREMBE |
WOMEN |
3rd September 2019 Regional Office |
|
|
7 |
G62142 EKAMBULI - ST. JOHN |
ALL |
3rd September 2019 Regional Office |
|
|
8 |
G92808 ISULU - BUNJELI |
ALL |
3rd September 2019 Regional Office |
|
|
9 |
G93736 MUSAMBA - BUSOMBI |
WOMEN |
4th September 2019 Regional Office |
|
|
10 |
G92419 LWAKHUPA - EMULAKA |
ALL |
4th September 2019 Regional Office |
|
|
11 |
D1772 NALUCHIRA - ESHIONGO |
ALL |
4th September 2019 Regional Office |
|
|
12 |
G92636 MUTAHO - EMATETIE |
ALL |
3rd September 2019 Regional Office |
|
|
13 |
C623 RIVER NZOIA - WABUGE SAISI |
YOUTH |
4th September 2019 Regional Office |
|
|
14 |
C623 KONAMBAYA - E9123 WABUGE SAISI |
ALL |
4th September 2019 Regional Office |
Mandatory Requirements
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Registration with National Construction Authority (NCA) 8 and above valid at the date of tender of submission
- Copy of Certificate of Incorporation certified by commissioner of oaths
- Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
- Copy of Valid Current Tax compliance certificate
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- List of ongoing projects and their monetary value
- All tenderers MUST SERIALIZE all the pages of bid documents submitted
- Authority to seek references from the Tenderer ‟s bankers
- Copies of certificates of registration and principal place of business
- Total monetary value of construction work performed for each of the last three years
- Experience of at least two contracts in works of similar nature and size completed for the last five years, and clients who may be contacted for further information on these contracts
- At least two (2) major items of construction equipment owned or leased;
- Audited accounts or financial statements for the last 3 years,
- Current litigation information
- All the tenderers to provide current CR 12 (valid for the last 12 months)
- For AGPO Tenders the following should be provided with the bid, certificate for small works and Engineering and ID or National passport of the directors
- Must participate in the Mandatory pre tender site visit. Any representative shall be required to submit letter of authorization by company Director.
Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:
The Deputy Director Roads,
Kenya Rural Roads Authority
P.O. Box 477- 50100 Kakamega
The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 9th September, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.
Eng. P.P Mbaabu
DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 16th April, 2019
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under 10% RMLF in the financial year 20172018.
|
No |
Constituency |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
Downloads |
|
1 |
Butere |
E1252B Junct.(C33) Nyenyesi - Junct D261 |
KeRRA/011/39/KAK /2/45/2017-18-211 |
4,140,567.39 |
ALL |
23rd April, 2019 KeRRA Kakamega Regional office 9.00am |
Download |
|
2 |
Butere |
U_G93536 Lunza - Mwale -Ibokolo |
KeRRA/011/39/KAK /2/45/2017-18-212 |
4,677,476.55 |
ALL |
Download | |
|
3 |
Ikolomani |
U_G93513 Isulu - Shiseso |
KeRRA/011/39/KAK /2/45/2017-18-213 |
4,533,118.37 |
YOUTH |
Download | |
|
4 |
Ikolomani |
UPR12 Mutaho - Ematetia |
KeRRA/011/39/KAK /2/45/2017-18-214 |
4,513,298.6 |
ALL |
Download | |
|
5 |
Matungu |
URF11 Ejinja - Namalasire |
KeRRA/011/39/KAK /2/45/2017-18-215 |
4,509,390.77 |
PWD |
Download | |
|
6 |
Matungu |
URF20 RV. Khalaba - Chanda |
KeRRA/011/39/KAK /2/45/2017-18-216 |
4635011.66 |
ALL |
Download | |
|
7 |
Likuyani |
D283 Matunda - Tumaini Mkt- Fararo |
KeRRA/011/39/KAK /2/45/2017-18-217 |
4,506,399.98 |
YOUTH |
24th April, 2019 KeRRA Kakamega Regional office 9.00am |
Download |
|
8 |
Likuyani |
D284 Turbo-Kogo - Brigadier |
KeRRA/011/39/KAK /2/45/2017-18-218 |
4,516,355.12 |
ALL |
Download | |
|
9 |
Lurambi |
Shikangania- Indangalasia |
KeRRA/011/39/KAK /2/45/2017-18-219 |
4,913,382.00 |
WOMEN |
Download | |
|
10 |
Lurambi |
R21B Iyala River - Lyanungu |
KeRRA/011/39/KAK /2/45/2017-18-220 |
4,172,797.00 |
ALL |
Download |
1
Mandatory Requirements
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certificate of Incorporation
- Certified Copy Registration with NCA 8 and below with a valid practicing licence.
- Tax Compliance Verified from KRA website.
- Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the
Directors
- VAT & PIN Registration
- Valid Certificate of Registration for the special group ( small works & Engineering) from the National Treasury to be verified from AGPO Website
- Bidders shall sequentially serialize all pages of each tender submitted
- ALL Tender forms – Dully filled, signed and stamped.
- Certified Business permit
- MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above by 10.00 am. All contractors are required to assemble at the respective KeRRA Offices by
9.45 am. Contractors are requested to make their own transport arrangements.
Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:
The Deputy Director Roads,
Kenya Rural Roads Authority
P.O.Box 477- 50100 Kakamega
The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 30thApril, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.
Eng. P.P Mbaabu
DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 12th April, 2019
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under GOK Funding in the financial year 2018-2019.
|
No |
Constituency |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Downloads |
Date & Meeting point for Pre tender site visit |
|
1 |
Ikolomani |
G92648 Akatsa-Shimanyiro Road |
KeRRA/011/39/KA K/2/45/2018/19- 405 |
4,809,465.79 |
Download |
16th April, 2019 KeRRA Kakamega Regional office 9.00am |
|
|
2 |
Mumias East |
E9211 Bumini-Eluche Sch Junc Road |
KeRRA/011/39/KA K/2/45/2018/19- 406 |
4,751,812.74 |
Download | ||
|
3 |
Khwisero |
U_G92792 Ematete- Mundoli-Musalaba Road |
KeRRA/011/39/KA K/2/45/2018/19- 407 |
4,807,576.26 |
Download | ||
|
4 |
Butere |
E9196 Butere MktMahondo Road |
KeRRA/011/39/KA K/2/45/2018/19- 408 |
4,798,703.55 |
Download | ||
|
5 |
Butere |
UCL Emukoya-Musango Road |
KeRRA/011/39/KA K/2/45/2018/19- 409 |
4,828,830.17 |
Download | ||
|
6 |
Lugari |
E307 Kogo Centre-Ture Road |
KeRRA/011/39/KA K/2/45/2018/19- 410 |
4,804,807.60 |
Download |
17th April, 2019 KeRRA Kakamega Regional office 9.00am |
|
|
7 |
Lugari |
U_G91948 Jonah Junc- Lukusi Pri. Road |
KeRRA/011/39/KA K/2/45/2018/19- 411 |
4,799,929.46 |
Download | ||
|
8 |
Lurambi |
U_G92791 ShikambiMunguli Road |
KeRRA/011/39/KA K/2/45/2018/19- 412 |
4,982,086.22 |
Download |
1
Mandatory Requirements
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certificate of Incorporation
- Certified Copy Registration with NCA 8 and below with a valid practicing licence.
- Tax Compliance Verified from KRA website.
- Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the
Directors
- VAT & PIN Registration
- Valid Certificate of Registration for the special group ( small works & Engineering) from the National Treasury to be verified from AGPO Website
- Bidders shall sequentially serialize all pages of each tender submitted
- ALL Tender forms – Dully filled, signed and stamped.
- Certified Business permit
- MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above by 10.00 am. All contractors are required to assemble at the respective KeRRA Offices by
9.45 am. Contractors are requested to make their own transport arrangements.
Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:
The Deputy Director Roads,
Kenya Rural Roads Authority
P.O.Box 477- 50100 Kakamega
The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 26th April, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.
Eng. P.P Mbaabu
DEPUTY DIRECTOR ROADS
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Kakamega Region
22% RMLF FY 2018/2019 -MUMIAS WEST CONSTITUENCY
Date: 5th April, 2019
ADDENDUM NO.1
Reference is made to the advertisement dated 26th March, 2019 for tenders under 22% RMLF (Mumias West Constituency) FY 2018-2019.
Kenya Rural Roads Authority (Kakamega) wishes to inform all interested bidders of changes in Road project targeted category as indicated below;
|
No |
Constituency |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
New Date & meeting point of site visit |
|
1 |
Mumias West |
UG93578 Ahonginjo Corner-Ebubala Box Culvert(Musa Bridge) |
KeRRA/011/39/KAK/2/45/2018-19-395 |
4,801,394.00 |
ALL |
9th April, 2019 KeRRA Mumias constituency at 9am. |
|
2 |
Mumias West |
G93660 Buhuru Kwa Befa-Emulaka Pri. School-R.Emulaka |
KeRRA/011/39/KAK/2/45/2018-19-396 |
5,750,659.58 |
WOMEN |
The new date of opening for the above tenders has been changed from Friday 9th April, 2019 to Friday, 12th April, 2019.
The date of opening for the other tenders remains unchanged and will be opened on 9th April, 2019 as earlier advertised.
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 26th March, 2019
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under 22% RMLF in the following financial years.
- 22% RMLF 2018-19 Mumias West Constituency
|
No |
Road Name |
Tender No CLICK LINK TO DOWNLOAD |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
G93578 Ahonginjo Corner - Ebubala Box Culvert(Musa Bridge) |
4,801,394.00 |
WOMEN |
1st April,2019 KeRRA Mumias constituency office 9.00am |
|
|
2 |
G93660 Buhuru Kwa Pefa - Emulaka Pri. Sch. - R. Emulaka |
5,750,659.58 |
YOUTH |
||
|
3 |
G93668 Pefa Rock Junct. - Elukala Pri. Sch. (Elukala Box Culvert) |
4,359,515.20 |
ALL |
||
|
4 |
G93707 Khungwani Junct. - Khumutetemo River - Buchifi |
5,750,659.58 |
ALL |
22% RMLF 2017-18 Mumias West Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1. |
C791 Buhuru-Musanda-Buriya-Lukongo-Ywaya |
2,261,409.00 |
ALL |
1st April,2019 KeRRA Mumias constituency office 9.00am |
- 22% RMLF-SAVINGS 2017-2018 Likuyani Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1. |
G91898 Nangili - L6216 Sango - Number One |
2,404,738.05 |
YOUTH |
2nd April,2019 KeRRA Constituency Office Likuyani at 10.00am |
- 22% RMLF-SAVINGS 2017-2018 Navakholo Constituency
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
D1777 Kharanda - Nakochi - Malaha |
1,092,309.11 |
ALL |
2nd April,2019 KeRRA Regional Office at 10.00am |
Tender Notice Download here!
22% RMLF 2017/18 (Ikolomani constituency)
|
No |
Road Name |
Tender No |
Budgeted |
Eligibility |
Date & Meeting |
Documents |
|
1 |
U_G92790 |
KeRRA/11/39/KA |
5,000,812.59 |
ALL |
15th October 2018 at |
|
|
2 |
UPR23 |
KeRRA/11/39/KA |
4,996,236.85 |
YOUTH |
- 10% SAVINGS BY CS 2017/18 FINACIAL YEAR
|
No |
Road Name |
Tender No |
Budgeted |
Eligibility |
Date & Meeting |
Document |
|
1 |
U_G93386 |
KeRRA/11/39/KA |
1,301967.80 |
WOMEN |
15th October 2018 at |
|
|
2 |
U_G93387 |
KeRRA/11/39/KA |
1,301967.80 |
YOUTH |
10% BY CS ALLOCATION 2018/19 FINACIAL YEAR
|
No |
Road Name |
Tender No |
Budgeted |
Eligibility |
Date & Meeting |
Documents |
|
1 |
U_G93388 |
KeRRA/11/39/KA |
3,448,811.43 |
ALL |
15th October 2018 at |
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 27th March, 2019
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under CS Allocation in the following financial year 2018-2019.
|
No |
Road Name |
Constituency |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
Downloads |
|
1 |
E9152 SHIBUYE - IKWIRENYI - ILORO - SHABWALI |
Shinyalu |
KeRRA/011/39/KAK/2/45/2018-19-413 |
4,783,971.61 |
ALL |
1st April, 2019 KeRRA Kakamega Regional office 9.00am |
Download |
|
2 |
E9155 VIRHEMBE - SHAMILOLI |
Shinyalu |
KeRRA/011/39/KAK/2/45/2018-19-414 |
4,789,476.84 |
YOUTH |
Download | |
|
3 |
C783 SHIMANYIRO - IKONYERO |
Lurambi |
KeRRA/011/39/KAK/2/45/2018-19-415 |
5,784,959.72 |
ALL |
Download | |
|
4 |
G92358 HADINDI - INDANGALASIA SCHOOL |
Lurambi |
KeRRA/011/39/KAK/2/45/2018-19-416 |
5,740,416.35 |
WOMEN |
Download |
Mandatory Requirements
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certificate of Incorporation
- Certified Copy Registration with NCA 8 and below with a valid practicing licence.
- Tax Compliance Verified from KRA website.
- Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the Directors
- VAT & PIN Registration
- Valid Certificate of Registration for the special group ( small works & Engineering) from the National Treasury to be verified from AGPO Website
- Bidders shall sequentially serialize all pages of each tender submitted
- ALL Tender forms – Dully filled, signed and stamped.
- MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above
by 10.00 am. All contractors are required to assemble at the respective KeRRA Offices by 9.45 am. Contractors are requested to make their own transport arrangements.
Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:
The Deputy Director Roads,
Kenya Rural Roads Authority
P.O.Box 477- 50100 Kakamega
The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 10th April, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.
Eng. P.P Mbaabu
DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY KAKAMEGA REGION
Kakamega Region
10% RMLF FY 2018/2019
Date: 1st March, 2019
Reference is made to the Addendum Notice dated 13th February, 2019 for tenders under 10% Mumias West, RMLF FY 2018-2019.
Kenya Rural Roads Authority (Kakamega) wishes to inform all interested bidders that the above addendum notice indicated the Roads in Mumias East Constituency instead of Mumias West Constituency. The correct Road Names and Tender Numbers are as follows;
|
No |
Road Name |
Tender No CLICK LINK TO DOWNLOAD |
Budgeted Amount |
Eligibility |
Date & meeting point for pre Tender site visit |
|
1 |
D1173 IMANGA- MUSANDA- BUCHIRINYA-CB SIAYA |
5,184,208.4 |
WOMEN |
5th March 2019 KeRRA CRO’s Office - Mumias |
|
|
2 |
E9202 MUMIAS H/CENTRE-NYAPORA- IMANGA-BUTOBE- NYAPETA-IMANGA- BUTOBE-NYAPETA |
4,047,699.81 |
ALL |
Please Note the new date for pre tender site visit as indicated above.
The opening for the above tenders has been changed from Monday 4th March, 2019 to Monday,
11th March, 2019.
INVITATION TO TENDER Date: 8th February, 2019
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under 10% funding for financial years 2017-2018 and 2018/2019 as follows;
- KHWISERO CONSTITUENCY 10% RMLF 2017-2018
|
No |
Road Name |
Tender No Click link to Download |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
U_G92862 EMARUKU - MUSHIKONGOLO |
3,129,828.65 |
YOUTH |
11th February,2019 KeRRA Regional Office |
|
|
2 |
U_G93012 MUNDOLI - EMATETE |
2,288,643.91 |
ALL |
||
|
3 |
U_G93016 KHUSHIKU - ESHITIMBA |
3,281,585.63 |
ALL |
- KHWISERO CONSTITUENCY 10% RMLF 2018-2019
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
G93391 IBINDA - EMASI - SHIONGO |
3,522,387.08 |
ALL |
11th February,2019 KeRRA Regional Office |
|
|
2 |
E9216 EMWIRU – MUSHIANZE |
2,104,889.46 |
ALL |
||
|
3 |
G93400 MUNJESHI - ELWANGALE |
3,534,571.30 |
WOMEN |
- LUGARI CONSTITUENCY 10% RMLF 2018-2019
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
C619 ENDEBES – SIKHENDU – TURBO – KAIBOI – CHEPTIRET |
4,437,165.35 |
WOMEN |
12th February, 2019 Lugari KeRRA Office |
|
|
2 |
D1767 MAUTUMA – MBAGARA – MUGUNGA - SIBANDE |
4,724,271.52 |
ALL |
- MALAVA CONSTITUENCY 10% RMLF 2018-2019
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
F9077 TANDE - NAMAGARA |
2,595,230.19 |
ALL |
13th February, 2019 KeRRA Regional office |
|
|
2 |
C638 CHIMOI - NANDI COUNTY BOUNDARY |
3,358,536.01 |
ALL |
||
|
3 |
E9145 MALAVA - MALICHI |
3,207,955.59 |
WOMEN |
- MUMIAS EAST CONSTITUENCY 10% RMLF 2018-2019
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
S6217 ELUCHE JUNCT. - ELUCHE SCH. - MUNGANGA -BUMINI |
4,169,180.33 |
YOUTH |
13th February, 2019 KeRRA Mumias office |
|
|
2 |
U_G93030 MOSQUE - MAHOLA - NUCLEUS - EMAKHWALE |
4,531,222.63 |
ALL |
||
| MUMIAS EAST CONSTITUENCY 10% RMLF 2017-2018 | |||||
|
3 |
G93690 MALAHA – KHABONDI – NUCLEUS |
4,999,467.37 |
WOMEN |
||
|
4 |
F9094 SHIANDA – R. LUSUMU – MARABA - EMUTETEMO |
4,161,780.74 |
ALL |
||
- MUMIAS WEST CONSTITUENCY 10% RMLF 2018-2019
ADDENDUM NO 1
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
D1773 IMANGA - MUSANDA - BUCHIRINYA - CB SIAYA |
5,149,333.00 |
ALL |
13th February, 2019 KeRRA Mumias office |
|
|
2 |
E9202 MUMIAS H/CENTRE - NYAPORA - IMANGA - BUTOBE -NYAPETA |
4,012,567.73 |
WOMEN |
- MUMIAS WEST CONSTITUENCY 10% BY MINISTER 2018-2019
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
E9197 BUNGASI - BUYUNDO - BUMALA PRI. SCH. - ACK GULU |
5,700,583.24 |
ALL |
13th February, 2019 KeRRA Mumias office |
- SHINYALU CONSTITUENCY 10% RMLF 2018-2019
|
No |
Road Name |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
1 |
D1769 LWANDA - LUBAO |
4,578,270.73 |
YOUTH |
11th February,2019 KeRRA Regional Office |
|
|
2 |
F9079 SHIHULI –R. YALA |
4,583,682.79 |
ALL |
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
Date: 17th August 2020
ADDENDUM NOTICE NO.1
Reference is made to the advertisement notice dated 10th August 2020 for tenders under various funding sources in the Financial year 2019-2020.
Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tenders;
|
No |
Constituency |
Tender Number |
Road Name |
Eligibility |
|
1 |
Likuyani |
KeRRA/011/39/KAK/GOK/2/55/2019-20-665 |
C619 Turbo- Shihendu |
ALL |
|
2 |
Lugari |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 641 |
C788 Lwandeti - Nyange - R. Nzoia B |
ALL |
|
3 |
Lurambi |
KeRRA/011/39/KAK/22% /2/55/2019/20- 523 |
G92559 Mumuyukwe - Emurumba Road |
ALL |
NB.
- The above Tender No.KeRRA/011/39/KAK/GOK/2/55/2019-20-665 - C619 Turbo- Shihendu is located in Lugari and NOT Likuyani constituency as indicated in the tender advert.
- The Tender No. KeRRA/011/39/KAK/GOK/2/55/2019/20- 641 - C788 Lwandeti - Nyange - R. Nzoia B in the tender advert has been ammended to read as follows; C788 Lwandeti - Nyange - R. Nzoia (Mukhonde-Kavusi- -Mabuye- Lwandeti section).
- The Tender No. KeRRA/011/39/KAK/22%/2/55/2019/20-523 captured as G92559 Mumukhuyu- Shisendo has been corrected to read as follows: G92559 Mumuyukwe - Emurumba Road.
All other Tender details remain the same as earlier stated.
Eng. C. M. MUKUVA
DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 3rd February, 2023
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for 10% CS FY 2022-2023 and savings from various Funding sources FY 2021-2022.
|
No |
Tender No |
Road Name |
Preference & Reservation |
|
1 |
D1766 StendMboga -Emukaba-Rv. Sasala Road |
ALL |
|
|
2 |
G92738 Shibuye-Shingoto-Mwilitsa Road |
ALL |
|
|
3 |
G92858 Ivonda-Ivole-Imuliru-Naliava Road |
ALL |
|
|
4 |
G92718 Shabwali-Shamakhubu Road |
PWD |
|
|
5 |
UK37_Jason Opiro-Namavaka-Burangasi Road |
YOUTH |
|
|
6 |
UK37_049 Chief Matayo-Burangasi-Sisa Road |
WOMEN |
|
|
7 |
UK37_061 Lweru-Bungasi Road |
ALL |
|
|
8 |
UK37_081 Shiatoto-Namtsuru-Lushey Road |
ALL |
|
|
9 |
UK37_105 Lusheya-Ingusi-Eshikangu Road |
PWD |
|
|
10 |
Uk37_106 Emulembwa -Khulutsa Road |
ALL |
|
|
11 |
Uk37_103 Nucleus-Musango Pri-Eshibanze Road |
ALL |
|
|
12 |
G62142 St. Johns -Eshikokho Road |
YOUTH |
|
|
13 |
E9218 Bulanda-Bumamu Road |
PWD |
|
|
14 |
E9154 Shamakhubu-Shamiloli Road |
YOUTH |
|
|
15 |
G92656 Mukangu-Shisele Junction Road |
WOMEN |
|
|
16 |
G92559 Muyukwe- Matende Road |
ALL |
|
|
17 |
G92444 Olwiki-Kisembe Dispensary Road |
PWD |
|
|
18 |
E9120 Mbururu-Matisi Road |
WOMEN |
|
|
19 |
D1767 Makutano-Sipande Road |
ALL |
|
|
20 |
G92161 Salvation Army-Namatala-Chemuche Road |
ALL |
|
|
21 |
Uk37_104 Ebubole-Foot Bridge Road |
ALL |
|
|
22 |
G92444 Olwiki-Kisembe Dispensary-Mukono Road |
ALL |
Pre-tender Site Visit for the above tenders shall be carried out as scheduled below;
|
Date |
Constituency |
Meeting Point and Time |
|
Wednesday 8th February 2023 |
Likuyani /Lugari
|
Lugari-KeRRA Office at 8.30 am |
|
Navakholo/Malava |
CDF Office Malava at 8am |
|
|
Thursday 9th February 2023 |
Matungu/Mumias West/Mumias East |
Mumias- KeRRA Office at 8am
|
|
Butere/Khwisero |
Butere-KeRRA Office at 8am |
|
|
Friday 10th February 2023 |
Ikolomani/Shinyalu Lurambi |
Kakamega, KeRRA office at 8 am |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certificate of Incorporation
- Copies of PIN and VAT Registration Certificate
- Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
- Valid Registration certificate with National Construction Authority certificate for Road works
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA) for Road works
- All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
- Valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- Provide certified AGPO certificate of registration for the respective category
- Prices quoted must remain valid for 140 days from the date of opening
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender,under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender will be disqualified
- There will be Mandatory Pre-Tender Site Visit.
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kakamega Region)
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before 16th February 2023 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
ENG. EDWIN CHESEREK
REGIONAL DIRECTOR
KAKAMEGA REGION
INVITATION TO TENDER
Date: 22nd May, 2020
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 the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding in the financial year 2019-2020.
- 10% RMLF 2019-2020
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
1 |
C785 Samitisi – Malava |
Malava |
ALL |
|
|
2 |
E9202 Anamanda Box Culvert |
Mumias west |
ALL |
|
|
3 |
C782 Matungu- Jnct. Khulwanda |
Matungu |
WOMEN |
|
|
4 |
C782 Jnct. Khulwanda- Rv. Sio |
Matungu |
ALL |
|
|
5 |
E1270 Luanda- Lubao |
Shinyalu |
ALL |
|
|
6 |
G93401Inanga- Mpaka |
Khwisero |
YOUTH |
|
|
7 |
G93400 Ekatsombero- Munjeshi |
Khwisero |
ALL |
|
|
8 |
E1273 Nambacha- Navakholo |
Navakholo |
PWD |
|
|
9 |
D1772 Naluchira- Eshiongo |
Navakholo |
ALL |
|
|
10 |
E9130 Malimili- Musoli
|
Ikolomani |
ALL |
|
|
11 |
E9130 Musoli- Malimili |
Ikolomani |
PWD |
|
|
12 |
E299 Lunza- Shihasa |
Butere |
WOMEN |
|
|
13 |
E1162 Manyala- Lana
|
Butere |
ALL |
|
|
14 |
G93690 Malaha- Khabondi Nucleus |
Mumias East |
ALL |
|
|
15 |
G93540 Shitoto- Lwasambi Khunyiri- Lubiru |
Mumias East |
ALL |
|
|
16 |
C623 R. Nzoia - Konambaya - Matunda - Muruli – Nangili |
Likuyani |
ALL |
|
|
17 |
C622 Kiminini – Turbo |
Likuyani |
WOMEN |
|
|
18 |
C619 Turbo- Shihendu |
Lugari |
YOUTH |
|
|
19 |
D1769 Mfutu-Friends-Ecd Lumama |
Lugari |
ALL |
|
|
20 |
G92537 Mukhuyu Pag- Mumbinga |
Lurambi |
ALL |
|
|
21 |
G92537 Conner Stone- Emusanda H/C |
Lurambi |
ALL |
|
|
22 |
G93649 Eshihaka- Mulwakupa Box Culvert |
Mumias West |
ALL |
- GOK Funds 2019-2020
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
1 |
E9206 Namalenje- Mukhweya |
Matungu |
WOMEN |
|
|
2 |
G93772 Ratego- Mirere |
Matungu |
ALL |
|
|
3 |
G93392 Ekambuli- Khumusalaba |
Khwisero |
ALL |
|
|
4 |
G92285 Mukhula- Obare |
Navakholo |
WOMEN |
|
|
5 |
C786 Buheri- R. Sivilie |
Navakholo |
ALL |
|
|
6 |
E9218 Bulanda- Bumamu |
Butere |
PWD |
|
|
7 |
C650 A104 Lumakanda(Kipkaren)- Lumama(Sitendi-Kisa) |
Lugari |
ALL |
|
|
8 |
D1767|E9102 Mukunga- Sibande /Lwandeti-Manda |
Lugari |
ALL |
|
|
9 |
G91765 Matete- Chepsai- Muhalanya- Buhai |
Lugari |
ALL |
|
|
10 |
G93705 Matawa- Buchifi- Otiato |
Mumias West |
ALL |
|
|
11 |
K1 Mumias- Matawa |
Mumias West |
YOUTH |
|
|
12 |
K1 Matawa- Indangalasia |
Mumias West |
ALL |
- 22% RMLF 2019-2020
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
1 |
G92634 Mutaho- Ematetie Junction |
Ikolomani |
ALL |
|
|
2 |
E9202 Imanga Jnct- Buchifi Schs- Butobe Rv- Nyapeta- Otiato |
Mumias West |
WOMEN |
|
|
3 |
G93493Musanda Jnct. - Eshihaka Pri – Mulwakupa Road |
Mumias West |
ALL |
|
|
4 |
G93660 Elukala- Emusenyere- CDF- Swamp Road |
Mumias West |
ALL |
|
|
5 |
D1773 Jnct. Lukongo- Buchirinja Box Culvert- Musanda Road |
Mumias West |
ALL |
|
|
6 |
G93649 Khungwani, Emulaka, Buriya- Ruwe- Bumala Road |
Mumias West |
PWD |
- 10% & GOK savings 2019-2020
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
1 |
F9077 Tande Junction -Shipala |
Malava |
YOUTH |
|
|
2 |
G92443 Viriko - Mungaha - Sinoi |
Navakholo |
ALL |
INSTRUCTIONS TO TENDERERS
- ONLY bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various Tenders are as stipulated in Tender Documents
- Bidders participating under Y, W&PWD need not be prequalified.
- Tenderers are required to apply VAT as provided in the tender document (BOQ) but payments shall be made at 14% VAT.
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Registration with National Construction Authority (NCA) 7 and above valid at the date of tender of submission
- Copy of Certificate of Incorporation certified by commissioner of oaths
- Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
- Copy of Valid Current Tax compliance certificate
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- List of ongoing projects and their monetary value
- All tenderers MUST SERIALIZE all the pages of bid documents submitted
- Authority to seek references from the Tenderer’s bankers
- Copies of valid business permit issued within the current year
- Total monetary value of construction work performed for each of the last three years
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- Provide Current litigation information
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- A bidder may bid more than one tender BUT will only be considered for Two contracts in different constituencies in the region.
- Prices quoted must remain valid for 120 days from the date of opening
- Due to covid -19 pandemic and consequently the presidential directive issued, there shall be no group pre tender site visits. However, Bidders are advised to make their own arrangements (adhering to this directive any other subsequent directives) to visit the sites before quoting and ensure the certificate is dully signed .
Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free as from close of business Wednesday, 27th May 2020.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Deputy Director,
Kenya Rural Roads Authority-Kakamega Region
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before Monday 8th June, 2020 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. C.M MUKUVA
DEPUTY DIRECTOR ROADS
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 10th August, 2020
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding in the financial year 2019-2020.
- GOK DEVELOPMENT FUNDS 2019-2020
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
|
1 |
E9206 Namalenje- Mukhweya |
Matungu |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 621 |
ALL |
download |
|
2 |
G93772 Ratego- Mirere |
Matungu |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 622 |
ALL |
download |
|
3 |
C783 Akatsa - Shimanyiro |
Ikolomani |
KeRRA/011/39/KAK/GIK/2/55/2019/20- 627 |
ALL |
download |
|
4 |
G92820 Mumbetsa- Imuliru- Akatsa- Q25 |
Ikolomani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 628 |
ALL |
download |
|
5 |
G92850lirhembe- Iguhu |
Ikolomani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 629 |
YOUTH |
download |
|
6 |
G92834 Duka Moja- Shanjetso- Shisejeri |
Ikolomani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 630 |
ALL |
download |
|
7 |
G92665lirhembe- Shikondi- Masiyenze |
Ikolomani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 631 |
WOMEN |
download |
|
8 |
E9218 Bulanda- Bumamu B |
Butere |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 634 |
ALL |
download |
|
9 |
G92285mukhula- Obare B |
Navakholo |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 635 |
YOUTH |
download |
|
10 |
G93392 Ekambuli- Khumusalaba B |
Khwisero |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 638 |
ALL |
download |
|
11 |
G62142 Ekambuli- Shirembe Jnct C31 |
Khwisero |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 639 |
YOUTH |
download |
|
12 |
C788 Lwandeti - Nyange - R. Nzoia B |
Lugari |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 641 |
ALL |
download |
|
13 |
F9063 Musembe ECD Upendo- Joyland |
Lugari |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 642 |
ALL |
download |
|
14 |
F9063 Mlimani Ivona- Angate- Manyonyi |
Lugari |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 643 |
WOMEN |
download |
|
15 |
D1767 Makutano- Sibande |
Lugari |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 644 |
ALL |
download |
|
16 |
C786 Kharanda- Bujangu |
Navakholo |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 646 |
ALL |
download |
|
17 |
G93661 Buhuru- Bukaya- Lukongo |
Mumias West |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 648 |
YOUTH |
download |
|
18 |
G93647 Lukongo- Bungasi- Ugana River |
Mumias West |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 649 |
ALL |
download |
|
19 |
D1773 Musanda- Lukongo Ngopmisengni |
Mumias West |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 650 |
ALL |
download |
|
20 |
G91975 Mois Bridge Tulienge-Muthaiga Kilimani |
Likuyani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 653 |
WOMEN |
download |
|
21 |
E9118 Muniowa- Maua-Matunda And Fafarul Matunda |
Likuyani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 654 |
ALL |
download |
|
22 |
G93664 Etenje Jnct- Emangala ACK- Iyabo P.Sch |
Mumias West |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 655 |
ALL |
download |
|
23 |
F9068 Isulu- Shikumu |
Ikolomani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 659 |
ALL |
download |
|
24 |
E9128 Malinya- Shikumu |
Ikolomani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 661 |
ALL |
download |
|
25 |
G92848 Gimingini- River Yala |
Ikolomani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 662 |
YOUTH |
download |
|
26 |
C619 Turbo- Shihendu |
Likuyani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 665 |
ALL |
download |
|
27 |
D1552 Likuyani- Turbo |
Likuyani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 666 |
PWD |
download |
- 22% RMLF & SAVINGS 2019-2020
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
|
1 |
G92559mumukhuyu- Shisendo |
Lurambi |
KeRRA/011/39/KAK/22% /2/55/2019/20- 523 |
ALL |
download |
|
2 |
G93764 Mayoni- Makunda Muslim |
Matungu |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 623 |
WOMEN |
download |
|
3 |
G92838 Shanjetso- Shijiko |
Ikolomani |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 626 |
PWD |
download |
|
4 |
G93464shiraha- Mwilala |
Butere |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 632 |
ALL |
download |
|
5 |
G93495 Milambo - Butere |
Butere |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 633 |
ALL |
download |
|
6 |
G92645 Eshisiru- Mabanga |
Lurambi |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 637 |
ALL |
download |
|
7 |
C785 Samitisi - Malava |
Malava |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 640 |
YOUTH |
download |
|
8 |
G92419 Lwakupa Ecd -Simuli |
Navakholo |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 647 |
ALL |
download |
|
9 |
C619 Lwandeti- River Nzoia |
Lugari |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 652 |
ALL |
download |
|
10 |
T6204 Chirovani- Vikoshe- Mukhuru |
Shinyalu |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 656 |
ALL |
download |
|
11 |
G93693 Kmtc- Mwireche- Shikulu |
Mumias East |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 657 |
ALL |
download |
|
12 |
G93633 Mwikalekha- Mushianze |
Khwisero |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 663 |
ALL |
download |
|
13 |
E9123 Sirende- River Nzoia |
Likuyani |
KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 667 |
YOUTH |
download |
- 10% CS ALLOCATION & SAVINGS 2019-2020
|
No |
Road Name |
Constituency |
Tender No |
Eligibility |
|
|
1 |
E9205 Ejinja- Jnct- Khulwanda |
Matungu |
KeRRA/011/39/KAK/10% CS/2/55/2019/20- 619 |
YOUTH |
download |
|
2 |
G93776 Lunganyiro- Mukunyuku Pri |
Matungu |
KeRRA/011/39/KAK/10% CS/2/55/2019/20- 620 |
ALL |
download |
|
3 |
G92154harambee Junct - Fubuye |
Malava |
KeRRA/011/39/KAK/10% CS /2/55/2019/20- 624 |
ALL |
download |
|
4 |
F9077 Okumu- Shamoni |
Malava |
KeRRA/011/39/KAK/10% CS /2/55/2019/20- 625 |
YOUTH |
download |
|
5 |
C787 Khushikhulu- Okunyanyi |
Khwisero |
KeRRA/011/39/KAK/10% savings/2/55/2019/20- 636 |
PWD |
download |
|
6 |
E9119 SoyFriends - Nangili |
Likuyani |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 645 |
ALL |
download |
|
7 |
G93660 Buhuru Kwa PEFA- Emulaka(Rock- Ihonje) |
Mumias West |
KeRRA/011/39/KAK/GOK/2/55/2019/20- 651 |
ALL |
download |
|
8 |
F9068 Shisele ECD- Isulu |
Ikolomani |
KeRRA/011/39/KAK/10% CS /2/55/2019/20- 658 |
WOMEN |
download |
|
9 |
E9127 Malinya- Lusui |
Ikolomani |
KeRRA/011/39/KAK/10% CS/2/55/2019/20- 660 |
ALL |
download |
|
10 |
G91890 Arap Kogo- Lukusi |
Likuyani |
KeRRA/011/39/KAK/10% CS /2/55/2019/20- 664 |
ALL |
download |
|
11 |
G92626 Mumukhuyu - Matende Junction |
Lurambi |
KeRRA/011/39/KAK/10% savings /2/55/2019/20- 668 |
WOMEN |
download |
|
12 |
G92628 Indangalasia Sch- Hadindi |
Lurambi |
KeRRA/011/39/KAK/10% savings /2/55/2019/20- 669 |
YOUTH |
download |
INSTRUCTIONS TO TENDERERS
- ONLY bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various Tenders are as stipulated in Tender Documents
- Bidders participating under Y, W&PWD need not be prequalified.
- Tenderers are required to apply VAT as provided in the tender document (BOQ) but payments shall be made at 14% VAT.
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Registration with National Construction Authority (NCA) 7 and above valid at the date of tender of submission
- Copy of Certificate of Incorporation certified by commissioner of oaths
- Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
- Copy of Valid Current Tax compliance certificate
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- List of ongoing projects and their monetary value
- All tenderers MUST SERIALIZE all the pages of bid documents submitted
- Authority to seek references from the Tenderer’s bankers
- Copies of valid business permit issued within the current year
- Total monetary value of construction work performed for each of the last three years
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- Provide Current litigation information
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- A bidder may bid more than one tender BUT will only be considered for Two contracts in different constituencies in the region.
- Prices quoted must remain valid for 120 days from the date of opening
- Due to covid -19 pandemic and consequently the presidential directive issued, there shall be no group pre tender site visits. However, Bidders are advised to make their own arrangements (adhering to this directive any other subsequent directives) to visit the sites before quoting and ensure the certificate is dully signed.
Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free as from close of business Thursday, 13th August 2020.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Deputy Director,
Kenya Rural Roads Authority-Kakamega Region
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before Tuesday, 27th August 2020. at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. C.M MUKUVA
DEPUTY DIRECTOR ROADS
29th August 2023
TENDER NOTICE
INVITATION TO TENDER FOR MINOR ROAD WORKS/SPOT IMPROVEMENTWORKS
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
KeRRA - Kakamega Region invites bids from eligible registered contractors under Category C (FY 2021-2023) for Spot Improvement of Road works (Grading and Gravelling Equipment based) under GOK fund for the FY 2022-2023.
|
No |
Tender No |
Road Name |
Reservation |
|
1 |
G93432 DUDI MKT-SHIROTSA ROAD |
OPEN |
|
|
2 |
E9217 DUDI KWISERO MKT-ESHIBINGA ROAD |
OPEN |
|
|
3 |
G93403 MUNDEKU- MULWANDA-KWISERO ROAD |
OPEN |
|
|
4 |
G93433 OBWARA JUNCT-DUDI ROAD |
WOMEN |
|
|
5 |
G93390 ESHIBINGA-EMAKUCHE-EMULALWA ROAD |
OPEN |
|
|
6 |
G93419 KHWISERO DUDI-MUNDEKU BUTERE ROAD |
YOUTH |
|
|
7 |
UK37_001 EMANYULIA MKT- EMUTESA ROAD |
WOMEN |
|
|
8 |
E9150 SHINYALU-ITENYI-MURHANDA ROAD |
ALL |
|
|
9 |
E9127 MALINYA- LUSUI ROAD |
PWD |
|
|
10 |
G92831 MADIVINI-IREMELE ROAD |
OPEN |
|
|
11 |
G92834DUKA MOJA- SHANJETSO- SHISEJERI ROAD |
OPEN |
|
|
12 |
D1785 SABANE-IGUYIO(SHIVEYE CATHOLIC CHURCH-CHAVOGERE-INDETE MUPAKA ROAD |
WOMEN |
|
|
13 |
G92783 MUSENO-MPAKA (SABANE-IGUYO LINK ROAD |
PWD |
|
|
14 |
UK37_017 SHIKUNGA-RIVER YALA(ISULU-LUKANJI) ROAD |
YOUTH |
|
|
15 |
E9128 IKHULILI-EREGI(MALINYA-EREGI) ROAD |
OPEN |
|
|
16 |
G92855 MALINYA-LUSUI(MAKHOKHO-SHITOLI-SHIKOKHO) ROAD |
OPEN |
|
|
17 |
G92850 MULUNDU-MASIYENZE (LIRHEMBE-IGUHU) ROAD |
YOUTH |
|
|
18 |
G92853 MUSENO MPAKA( MUNGAVILA- MASIYENZE MAKHOKHO) ROAD |
OPEN |
|
|
19 |
G92819 SHIKUNGA-RIVER YALA (SHIUNGA-SHIKUNGA-SHIKUMU PRI JUNCT) ROAD |
PWD |
|
|
20 |
F9069 DUKA MOJA-SHIUNZU ROAD |
WOMEN |
|
|
21 |
G92626 RAMBIRA YOUTH ROAD |
OPEN |
|
|
22 |
G93532 ESHIRU-MABANGA ROAD |
YOUTH |
|
|
23 |
G93532 ESHIBINGA-LUBINU ROAD |
OPEN |
|
|
24 |
C937 BURIYA PRI-LUSHEYA PRI-LUKONGO BRIDGE ROAD |
OPEN |
|
|
25 |
UK37_022 EMUKHUWA JNCT-BUCHIRINYA PRI-MUSANDA-EFIRATSI ROAD |
OPEN |
|
|
26 |
BUCHIRINYA BRIDGE-ST FLORA-SUNDUSIA-UKALAMA BRIDGE ROAD |
PWD |
|
|
27 |
E9200 IMANGA-OTIATO MKT- WANG NYANG- EMUKHUWA ROAD |
OPEN |
|
|
28 |
E9197 BUHURU-BUKAYA-LUKONGO-BUNGASI-UGANA BRIDGE ROAD |
WOMEN |
|
|
29 |
UK37_023 BUYUNDO-BUNGASI ROAD |
OPEN |
|
|
30 |
UK37_021 NAMBACHA- MULOWESI- NAVAKHOLO SEC SCH. ROAD |
YOUTH |
|
|
31 |
G92276 AMURABI-BUJANGU-SIDIKHO FALLS ROAD |
OPEN |
|
|
32 |
G92419 LWAKHUPA-MATOYI-EMULAKHA |
PWD |
|
|
33 |
G92428 SISOKHE-WEPE-KAMULI PRIMARY ROAD |
OPEN |
|
|
34 |
C786 LUSUMU-SIYOMBE-MUREGU(BUHERI-SIYOMBE-MUREGU) ROAD |
OPEN |
|
|
35 |
UK37_040 SIRIGOI-SEME-LWAKHUPA ROAD |
OPEN |
|
|
36 |
G92276 CHEBUYUSI-NAULU ROAD |
YOUTH |
|
|
37 |
D1766 RV.LUSUMU-NAMIRAMA-MUREGU ROAD |
WOMEN |
|
|
38 |
G92268 EFUMBI-MAJENGO ROAD |
PWD |
|
|
39 |
G92268 EFUMBI-MAJENGO-LUTASO(MAJENGO-LUTASO) ROAD |
PWD |
|
|
40 |
UK37_019 CHIEF WEKULO- RV. LUSIAKA SIHANIKHA ROAD |
YOUTH |
|
|
41 |
G92268 EFUMBI-MUHUYI ROAD |
OPEN |
|
|
42 |
D1549 SIKHENDU-KONOIN(TURBO-LIKUYANI) ROAD |
OPEN |
|
|
43 |
F9064 MAJENGO-MUGUNGA-MUNGE ROAD |
YOUTH |
|
|
44 |
E9115 SANGO MARKET-ST FRANCIS- RV NZOIA ROAD |
WOMEN |
|
|
45 |
E9126 MACHINE-ST PETERS-SOWETO ROAD |
PWD |
|
|
46 |
G91898 SATELITE-MUTEMBEI-SOKOMOKO ROAD |
OPEN |
|
|
47 |
D1554 MUSALABA-LUMINO ROAD |
OPEN |
|
|
48 |
G91890 KOGO-WEKWELA ROAD |
YOUTH |
|
|
49 |
G91893 SANGO- KOGO ROAD |
WOMEN |
|
|
50 |
D1554 MUSALABA-LUMINO(MUSALABA-IVUGWE-LIKUYANI) ROAD |
PWD |
|
|
51 |
E9125 ST PETERS-SOWETO ROAD |
OPEN |
|
|
52 |
E9115 MUTEMBEI-SOKOMOKO ROAD |
OPEN |
|
|
53 |
E9115 LUKUSI-SANGO ROAD |
WOMEN |
|
|
54 |
G93738 NUCLEAR-RV NAMAMBA ROAD |
OPEN |
|
|
55 |
SPOT IMPROVEMENT OF G93714 JNCT. OGALO- INDANGALASIA ROAD |
OPEN |
|
|
56 |
G93768 KOYONZO-MIRERE ROAD |
WOMEN |
|
|
57 |
UK37_033 EKAMBARA-WANYUNDI-EMAKALE ROAD |
YOUTH |
|
|
58 |
S6204J1 HARAMBEE- NAMASANDA- KHOLERA SEC ROAD |
OPEN |
INSTRUCTION TO BIDDERS
- Bidders who are registered in the respective Constituencies and in Road works category C may Tender
- Tenderers bidding under Y, W &PWD need not to be prequalified
- The scope of works for various Tenders are as stipulated in the Tender Document
- Pre Tender site visits are Mandatory. Interested Bidders are requested to liase with the respective Road Officers to visit the Road between 4th -6th September, 2023. Registration and issuance of pre tender site visit certificate will take place at the same time.
Note: No person shall be allowed to sign for more than one Company.
- Other Qualification requirements are as outlined in the Tender Document and company requirements
- Bidders are requested to continually check KeRRA website www.kerra.go.ke and public procurement information portal (PPIP) www.tenders.go.ke for any clarification that may arise before submission date
Interested eligible bidders can download the Tender documents from Kenya Rural Roads Authority (KeRRA) Website; www.kerra.go.ke and at public procurement information portal (PPIP) www.tenders.go.ke free of charge.
Completed and duly filled tender documents in plain sealed envelopes marked with respective Tender Number, Project Name and Constituency should be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kakamega Region)
P.O. Box 477- 50100
KAKAMEGA
All filled and sealed Tenders MUST be submitted not later than 10.00 am on or before 11th September 2023 and deposited in the Tender Boxes (Specified for respective tenders) located at the Regional Directors Office Kakamega. Bids submitted after this prescribed time shall be rejected.
ENG. EDWIN CHESEREK
REGIONAL DIRECTOR
INVITATION TO TENDER - Download here Date: 6th July, 2022
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for FY 2021-2022 under GOK Public Participation Funding.
|
No |
Tender No |
Road Name |
Preference & Reservations |
|
1 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 160 |
ALL |
|
|
2 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 161 |
WOMEN |
|
|
3 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 162 |
ALL |
|
|
4 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 163 |
PWD |
|
|
5 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 164 |
ALL |
|
|
6 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 165 |
WOMEN |
|
|
7 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 166 |
YOUTH |
|
|
8 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 167 |
ALL |
|
|
9 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 168 |
WOMEN |
|
|
10 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 171 |
ALL |
|
|
11 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 172 |
ALL |
|
12 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 173 |
YOUTH |
|
|
13 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 174 |
ALL |
|
|
14 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 175 |
PWD |
|
|
15 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 176 |
WOMEN |
|
|
16 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 177 |
PWD |
|
|
17 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 178 |
ALL |
|
|
18 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 179 |
ALL |
|
|
19 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 180 |
WOMEN |
|
|
20 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 181 |
ALL |
|
|
21 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 182 |
ALL |
|
|
22 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 183 |
PWD |
|
|
23 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 184 |
ALL |
|
|
24 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 185 |
YOUTH |
|
|
25 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 186 |
WOMEN |
|
|
26 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 187 |
YOUTH |
|
|
27 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 188 |
ALL |
|
|
28 |
KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 189 |
ALL |
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 14th September, 2018
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads
KeRRA –Kakamega Region invites tenders from contractors prequalified in the respective constituencies for routine maintenance and spot improvement works (Grading and Gravelling Equipment based) under AIA funding for the financial year 2017/18
|
No |
Road Name |
Constituency |
Tender No |
Budgeted Amount |
Eligibility |
Date & Meeting point for Pre tender site visit |
|
| MAIN ADVERT | Download | ||||||
|
1 |
S6208 LUNGANYIRO-JUNCT.C30 (MUKUNYUKI SCH) |
Matungu |
KeRRA/11/39/KAK/2-45-2017/18 -202 |
5,000,116.04 |
ALL |
20th September 2018 at KeRRA Office- Mumias |
download |
|
2 |
U_G93389 MUSALABA-LUSWETI-LUMINO |
Likuyani |
KeRRA/11/39/KAK/2-45-2017/18 -203 |
5,000,490.93 |
ALL |
21st September 2018 at KeRRA Office- Likuyani |
download |
|
3 |
U_G93390 RV. KHALABA-BUSOMBI |
Matungu |
KeRRA/11/39/KAK/2-45-2017/18 -204 |
5,000,795.90 |
WOMEN |
20th September 2018 at KeRRA Office- Mumias |
Download |
|
4 |
U_G93464 BUJANGO-MAKHUKHUNI |
Navakholo |
KeRRA/11/39/KAK/2-45-2017/18 -205 |
5,001,007.72 |
YOUTH |
21st September 2018 at KeRRA Office- Kakamega regional office |
Download |
Mandatory Requirements
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Copy of certificate of Incorporation
- Certified Copy Registration with NCA 8 and below with a valid practicing licence.
- Certified Valid Tax Compliance Verified from KRA website.
- Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the Directors
- Certified copy VAT & PIN Registration
- Proof of Certificate of Registration in a target group (AGPO) issued by the Ministry of Finance where applicable and verified from PPOA website
- Bidders shall sequentially serialize all pages of each tender submitted
- Tender forms – Clearly filled, signed and stamped.
- MANDATORY Pre-Tender Site visit shall be conducted on 20th September, 2018 as from 9.00 am. All contractors are required to assemble at the respective KeRRA Offices at 9.00 am. Contractors are requested to make their own transport arrangements.
Other Requirements
As specified in the respective tender document covering the following:-
- Proof of similar previous experience
- Proof of ownership Equipment or current lease agreement of such Equipment
- Certified bank statements for the last 3-6 Months.
A complete set of tender documents will be obtained by interested Bidders by downloading from our KeRRA website at www.tenders.kerra.go.ke for free as from 18th September, 2018.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:
The Regional Manager,
Kenya Rural Roads Authority
P.O.Box 477- 50100 Kakamega
The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 28th September, 2018 at 10 am. Tenders will be opened immediately at the same venue in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.
Eng. P.P. Mbaabu
REGIONAL MANAGER
KENYA RURAL ROADS AUTHORITY
KAKAMEGA REGION
INVITATION TO TENDER Date: 8th October, 2021
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under 22% RMLF fund FY 2021-2022.
|
No |
Road Name |
Constituency |
Tender No |
Category |
Engineers Estimate |
|
|
1 |
E9145 Malava- Malichi Road |
MALAVA |
KeRRA/008/39/KAK/10% RMLF/2-55-21|22-003 |
ALL |
3,942,147.67 |
download |
|
2 |
F9077|F9077 Tande - Namagara |
MALAVA |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-004 |
ALL |
4,260,600.61 |
download |
|
3 |
C638 Chimoi - Manda (Cb Nandi) Road |
MALAVA |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-005 |
YOUTH |
3,596,959.51 |
download |
|
4 |
G92154Harambee Junct – Fubuye Road |
MALAVA |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-006 |
ALL |
4,491,338.03 |
download |
|
5 |
UNCL 4_Kakamega Mukhuyu- Shivakala Road |
MALAVA |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-007 |
ALL |
4,411,287.30 |
download |
|
6 |
G92161 Mukavakava- Salvation Army Jnct Road |
MALAVA |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-008 |
WOMEN |
3,756,998.37 |
download |
|
7 |
T6204 Ileho Pri.- Vikoshe- Chivorani Road |
SHINYALU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-011 |
WOMEN |
3,937,300.50 |
download |
|
8 |
E9154 Shamakhubu- Shamiloli Road |
SHINYALU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-012 |
ALL |
4,759,246.96 |
download |
|
9 |
D1770 Chivorani- Kisia Market Road |
SHINYALU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-013 |
YOUTH |
4,283,457.52 |
download |
|
10 |
UNCL_29 KAKAMEGA shilolavakhali- River Mukhuvitsa Road |
SHINYALU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-014 |
ALL |
5,283,686.74 |
download |
|
11 |
G92707Shagungu Secondary School- Shianda Road |
SHINYALU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-015 |
PWD |
2,451,606.03 |
download |
|
12 |
UNCL_28 KAKAMEGA Muraka- Mukhonje Junct Road |
SHINYALU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-016 |
ALL |
3,604,034.73 |
download |
|
13 |
UNCL_25 KAKAMEGA Shisele Junct- Kifingo- Mumbetsa Road |
IKOLOMANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-017 |
PWD |
3,327,369.06 |
download |
|
14 |
UNCL_26 KAKAMEGA Shiseso- Ikhumbula- Ichina |
IKOLOMANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-018 |
ALL |
3,579,,423.78 |
download |
|
15 |
UNCL_27 KAKAMEGA Shikumu Primary- Shiunga |
IKOLOMANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-019 |
ALL |
5,397,482.52 |
download |
|
16 |
G92822 Shikumu- Kilingili (Box Culvert) |
IKOLOMANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-020 |
ALL |
6,046,133.22 |
download |
|
17 |
G92834 Duka Moja- Shanjetso(Box Culvert) |
IKOLOMANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-021 |
ALL |
5,969,005.98 |
download |
|
18 |
G93464 Shiraha- Mwilala- Shivimbi- Butunyi |
BUTERE |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-028 |
YOUTH |
2,540,457.18 |
download |
|
19 |
G93451 Shihasa- Lukohe- Eshisango |
BUTERE |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-029 |
ALL |
6,579,054.78 |
download |
|
20 |
UNCL_19 KAKAMEGA Iranda- Emutondo |
BUTERE |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-030 |
WOMEN |
3,949,302.63 |
download |
|
21 |
UNCL_20 KAKAMEGA Buruburu- Shibanga- Shibale |
BUTERE |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-031 |
ALL |
5,643,533.30 |
download |
|
22 |
UNCL_21 KAKAMEGA Eshikulu- Eshikulusi |
BUTERE |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-032 |
ALL |
2,687,027.56 |
download |
|
23 |
UNCL_22 KAKAMEGA Mwialala- Mureko Ack- Muriaka |
BUTERE |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-033 |
YOUTH |
2,632,841.85 |
download |
|
24 |
UNCL_14 KAKAMEGA Suji Jnct-Mudembe |
KHWISERO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-037 |
WOMEN |
2,832,025.95 |
download |
|
25 |
UNCL_15 KAKAMEGA Namasoli C.O.G- Emutsesa |
KHWISERO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-038 |
ALL |
6,630,764.67 |
download |
|
26 |
G93412 Mulwanda- Mundeku |
KHWISERO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-039 |
YOUTH |
4,795,502.01 |
download |
|
27 |
UNCL_16 KAKAMEGA Mundaha- Ematsuli |
KHWISERO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-040 |
ALL |
3,158,651.66 |
download |
|
28 |
UNCL_17 KAKAMEGA Shitimba- Nandwa Junct |
KHWISERO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-041 |
YOUTH |
3,968,331.58 |
download |
|
29 |
UNCL_18 Kakamegamundoli- Hippo Junct |
KHWISERO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-042 |
ALL |
3,117,055.11 |
download |
|
30 |
G92443Virigi- Mungaha- Sinoi |
NAVAKHOLO |
KeRRA/008/39/KAK/10% RMLF/2-55-21|22-045 |
ALL |
4,754,299.11 |
download |
|
31 |
UNCL 7_KAKAMEGA Matia- Emulama Primary |
NAVAKHOLO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-046 |
WOMEN |
4,381,347.86 |
download |
|
32 |
E1273Nambacha- Navakholo |
NAVAKHOLO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-047 |
YOUTH |
2,601,138.38 |
download |
|
33 |
G92444 Olwiki- Kisembe Dispensary- Mukono |
NAVAKHOLO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-048 |
ALL |
6,259,143.04 |
download |
|
34 |
C786 Buheri - R.Sivilie |
NAVAKHOLO |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-049 |
ALL |
5,549,402.60 |
download |
|
35 |
E9205 Ejinja -Khulwanda- Watoya |
MATUNGU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-052 |
ALL |
5,206,148.40 |
download |
|
36 |
G93746 Matungu- Marinda- Kholera |
MATUNGU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-053 |
YOUTH |
3,120,785.79 |
download |
|
37 |
G93756 St. Pauls Jnct- Sayangwe- Itete Mkt |
MATUNGU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-054 |
WOMEN |
4,125,040.29 |
download |
|
38 |
UNCL_12 KAKAMEGA Shiala- Shikufu- Eshirumbwe |
MATUNGU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-055 |
ALL |
3,620,370.77 |
download |
|
39 |
UNCL_13 KAKAMEGA Ratego- Namutenda |
MATUNGU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-056 |
ALL |
3,239,954.39 |
download |
|
40 |
G93738 Malanga- Nucleus- Makunda |
MATUNGU |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-057 |
ALL |
5,147,098.51 |
download |
|
41 |
G93690 KMTC - Mwireche - Shikulu |
MUMIAS EAST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-060 |
ALL |
5,831,814.55 |
download |
|
42 |
UNCL10_ KAKAMEGA Emabanga Jnct- Emabanga Pri- Nyaporo |
MUMIAS EAST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-061 |
YOUTH |
3,200,736.86 |
download |
|
43 |
URF12A Makunga- Isango- Eshihaka |
MUMIAS EAST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-062 |
WOMEN |
3,109,608.67 |
download |
|
44 |
URF12 Shianda- Shitoto- Maraba- Mutono- R. Lusumu |
MUMIAS EAST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-063 |
ALL |
4,302,738.19 |
download |
|
45 |
URF773 Emakhwale Baptist- Mosque- Ebwaliro |
MUMIAS EAST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-064 |
ALL |
4,38,2341.56 |
download |
|
46 |
UNCL 11_KAKAMEGA Eshikufu- Munyanya- Ebwaliro Pri |
MUMIAS EAST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-065 |
YOUTH |
3,632,129.12 |
download |
|
47 |
UNCL_30 Kakamega-Victor Musoga- Apple Gate Road |
LURAMBI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-066 |
ALL |
7,825.118.49 |
download |
|
48 |
G92625 Shimichini- Eshitoboto Road |
LURAMBI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-067 |
ALL |
4,006,178.58 |
download |
|
49 |
G92641 Emukangu- Elwaminyi Road |
LURAMBI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-068 |
ALL |
4,647,768.09 |
download |
|
50 |
G92620 Shiamboko- Rv. Lusumu Road |
LURAMBI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-069 |
YOUTH |
4,249,569.85 |
download |
|
51 |
G92640 Duka Moja- Emukangu Road |
LURAMBI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-070 |
WOMEN |
3,590,696.42 |
download |
|
52 |
F9064 Mugunga- Munge- Mbagara Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-073 |
WOMEN |
2,071,301.20 |
download |
|
53 |
D1767|D1767 Mahiga- Sipande|Mukunga- Sibande Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-074 |
YOUTH |
1,914,345.76 |
download |
|
54 |
E9106 Njoroge- Majengo Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-075 |
WOMEN |
1,915,807.25 |
download |
|
55 |
G91845 Lumakanda Township- Murgusi Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-076 |
ALL |
3,327,369.36 |
download |
|
56 |
G91851 Ayub Savula School- Soko Mjinga- Mahemasi Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-077 |
ALL |
4,829,212.58 |
download |
|
57 |
G91815 Maguti- Angayu- Musembe Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-078 |
PWD |
1,874,878.36 |
download |
|
58 |
G91787 Mukhuyu- Mwabishi- Mahanga Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-079 |
ALL |
4,729,521.63 |
download |
|
59 |
G91789 Mlimani- Chetambe- Mahanga Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-080 |
YOUTH |
1,933,761.07 |
download |
|
60 |
G91768 Kulumbeni Junct- Munyasia Bridge Road |
LUGARI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-081 |
WOMEN |
1,863.134.41 |
download |
|
61 |
E9117 Nyortis – Lugulu Road |
LIKUYANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-085 |
WOMEN |
4,147,056.45 |
download |
|
62 |
E9124 Moi Township- Railways- Chambu Road |
LIKUYANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-086 |
ALL |
4,828,900.89 |
download |
|
63 |
D1554 St. Veronica Girls- Mirembe Drift Road |
LIKUYANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-087 |
YOUTH |
4,875,403.20 |
download |
|
64 |
E9115 Pearl Academy- St. Francis Primary Road |
LIKUYANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-088 |
ALL |
5,042,760.32 |
download |
|
65 |
G91966 Aligula Sec- Kambi Stone Road |
LIKUYANI |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-089 |
ALL |
4,87,161.94 |
download |
|
66 |
UNCL_31 KAKAMEGA Eshinamwenyuli Junct- Ebubala Area- Ingusi Eshikalame Junct Road |
MUMIAS WEST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-092 |
YOUTH |
3,387,741.20 |
download |
|
67 |
UNCL_35 Kakamega Ebuyenjere Pri- Tingolo Area- Emukhuwa Catholic/Topa Road |
MUMIAS WEST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-093 |
ALL |
5,370,010.32 |
download |
|
68 |
UNCL_33 Kakamega Bukaya Junct- Emulaka Pri- Milimani Catholic- Buchirinya Quarry Road |
MUMIAS WEST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-094 |
YOUTH |
4,676,297.85 |
download |
|
69 |
UNCL_34 Kakamegaibinda- Ebwasi Box Culvert Road |
MUMIAS WEST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-095 |
ALL |
5,465,083.70 |
download |
|
70 |
UNCL_35 Kakamegatingolo- Emukhweso- Emukhuwa Box Culvert Road |
MUMIAS WEST |
KeRRA/008/39/KAK/22% RMLF/2-55-21|22-096 |
ALL |
5,560,239.90 |
download |
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Certificate of Incorporation certified
- Copies of PIN and VAT Registration Certificate
- Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
- Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
- Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
- All tenderers MUST SERIALIZE all the pages of bid documents submitted
- valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
- Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
- A bidder may bid for more than one tender BUT will only be considered for Two (2No) s in different constituencies in the region.
- Prices quoted must remain valid for 140 days from the date of opening
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 14th October 2021.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kakamega Region)
P.O. Box 477- 50100
KAKAMEGA
So as to be received on or before 28th October 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
Eng. EDWIN CHESEREK
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF SAVINGS on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
.1 |
EMSEA- FLOURSPAR |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
2 |
KANGO-KAPTUM ROAD |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
3 |
KAPSOWAR-SANGURUR-KASUBWA
|
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
4 |
KAPYEGO-JN TENDERWA ROAD |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 28TH AUGUST, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 15TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID ROTICH KIBET
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2020-2021 KeRRA has Allocated Special Funds for Routine Maintenance of Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under 10% MINISTER on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ROAD LENGTH (KMs) |
CONSTITUENCY |
FUNDING |
CLOSING DATE & TIME |
CATEGORY |
|
1. |
G81896 |
KIMEREW-KIMNAI |
9 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
WOMEN |
|
|
2. |
G81903 |
SARAMEK-KORONGOI ROAD |
2 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
YOUTH |
|
|
3. |
G81833 |
CHEPTONGEI BRIDGE-KAPSUMAI-KIPKUTE KAMOROK |
3 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
|
|
4 |
G81905 |
MAJIMAZURI-NGWANGORIS-KAPSIGOT A CENTER ROAD |
2 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
YOUTH |
|
|
5 |
G81924 |
CHEMULANY-KAPTALAMWAPKAWA |
3 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PWD |
|
|
6 |
G81910 |
KAPTIGIR-KAPKOCHUR-SOKOYO |
5 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
WOMEN |
|
|
7 |
G81907 |
MOSONGO BOX CULVERT |
5 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
|
|
8 |
G81924 |
KAPSAIT PRIMARY JN-KONGIBSEBA-MURUNG ROAD |
4 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
YOUTH |
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 14TH APRIL, 2022)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 5TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KEIYO MARAKWET REGION GOK TENDERS
In the Financial Year 2021-2022 KeRRA has Allocated Special Funds for Routine Maintenance of Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2021/2022 under GOK on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ROAD LENGTH (KMs) |
CONSTITUENCY |
FUNDING |
CLOSING DATE & TIME |
CATEGORY |
|
1 |
G81955 |
CHORWA-CHEPKOIT |
3 |
MARAKWET EAST |
21/22 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
|
|
2 |
E8062 |
NYARU/KAPSAISAI-KAPALWAT-SENETWO |
3 |
KEIYO SOUTH |
21/22 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
YOUTH |
|
|
3. |
G81869 |
KAPSOWAR-SISIYA-TUNYO ROAD |
9 |
MARAKWET WEST |
21/22 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
|
|
4 |
G81308 |
KAPCHELAL-CHEGILET |
24 |
KEIYO NORTH |
21/22 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PLWD |
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 14TH APRIL, 2022)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 5TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2020-2021 KeRRA Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under SAVINGS on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ENGINEERS ESTIMATES |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
1. |
C635 |
CHEBULBAI-CB UG KONDABILET |
2,950,251.98 |
MARAKWET WEST |
DATE 18TH JULY, 2022 TIME 9.30 AM |
OPEN |
|
|
2. |
C662 |
KAPSOWAR-SANGURUR-KASUBWA |
689,660.86 |
MARAKWET WEST |
DATE 18TH JULY, 2022 TIME 9.30 AM |
PLWD |
|
|
3 |
G81855 |
KAPCHESUSWO-LOCHIN ROAD (TOROKWA-KAPCHESUSWO SECTION) |
2,740,492.64 |
MARAKWET WEST |
DATE 18TH JULY, 2022 TIME 9.30 AM |
YOUTH |
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 4TH JULY, 2022)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH JULY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2021-2022 KeRRA Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2021/2022 under 10% RMLF BY MINISTER on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
.1 |
CHESEGON-KERIO RIVER |
MARAKWET EAST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
2 |
KARENA-SANDARA-KERIO-RIVER |
MARAKWET EAST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
3 |
MURKUTWA-KERIO RIVER |
MARAKWET EAST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
4 |
KeRRA/008/KEMA/ME/039/10%CS-2021/2022-077 |
KABETWO-KERIO RIVER |
MARAKWET EAST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
5 |
KeRRA/008/KEMA/ME/039/10%CS-2021/2022-078 |
KABALTAMET-KERIO RIVER |
MARAKWET EAST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
6 |
KAPKOBIL-KERIO RIVER |
MARAKWET EAST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
7 |
TUNYO-KERIO RIVER |
MARAKWET WEST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 28TH AUGUST, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 6TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID ROTICH KIBET
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Marakwet West Constituency Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF BY MINISTER SAVINGS on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
.1 |
KAPKANYAR JNCT-KAPSAIT ROAD |
MARAKWET WEST |
DATE 6TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 28TH AUGUST, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR, KERRA KEIYO MARAKWET, P.O. Box 213-30700, ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 6TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID ROTICH KIBET
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of KEIYO SOUTH, KEIYO NORTH, MARAKWET WEST & MARAKWET EAST Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 22% RMLF SAVINGS on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
.1 |
MOKWO-KAPKOMOL |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
2 |
CHEMOIBON-KIPTABACH ROAD |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
3 |
KAPTUM-KAPCHELAL ROAD |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
4 |
KAPTAREN-KAPSANIAK-TAMBACH |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
5 |
KAPSILIOT BRIDGE-KAPKOROS SANGURUR ROAD |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
6 |
KAPSOWAR -SANGURUR -KASUBWA ROAD |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
7 |
KIMNAI-SOKOYO |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
8 |
CHEPKOIT-CHORWA ROAD |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
9\ |
LITER-BORORWA ROAD |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 28TH AUGUST, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 15TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID ROTICH KIBET
DEPUTY DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
TENDER NOTICE 30thSeptember, 2021
In the Financial Year 2021-2022 KeRRA has Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2021/2022 on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ROAD LENGTH (KMs) |
CONSTITUENCY |
FUNDING |
CLOSING DATE & TIME |
CATEGORY |
|
1. |
G81311 |
MSEKEKWA-SALABA-KABULWO |
6 |
KEIYO NORTH |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
YOUTH |
|
|
2. |
G81886 |
CHEPKAWAL-TARTAR PRIMARY |
6 |
MARAKWET WEST |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
WOMEN |
|
|
3. |
G81905 |
KAPSAIT JUNCTION-TEMBU-KAP |
5 |
MARAKWET WEST |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
PLWD |
|
|
4 |
E8085 |
CHEBARA-CENTRE-KILIMA-SUMA |
14 |
MARAKWET WEST |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
PREQUALIFIED |
|
|
5 |
G81841 |
ACCESS TO ITEN COUNTY REFERRAL HOSPITAL |
4 |
MARAKWET WEST |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
PREQUALIFIED |
|
|
6 |
G81906 |
KOILEL-KAMURTO-KOLELACH PUB |
7.5 |
MARAKWET WEST |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
YOUTH |
|
|
7 |
G81904 |
LAMAON-NGINIO-TENDEN PUBL |
6 |
MARAKWET WEST |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
WOMEN |
|
|
8 |
G81949 |
KATILIT-MUNGWA-CHEISTO |
10 |
MARAKWET EAST |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
OPEN |
|
|
9 |
C639 |
CHEMOIBON-KAPTABACH |
0.27 |
KEIYO SOUTH |
21/22 AIA |
DATE 26TH OCTOBER,2021 TIME 9.30 AM |
OPEN |
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 8TH October, 2021)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 26TH October, 2021 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet West & Marakwet East Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under GOK DEVELOPMENT FUNDS on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
1 |
KAPYEGO-KARARIA |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
2 |
KATILIT-MUNGWA |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
3 |
MARON-WEWO |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
4 |
MUNGWA-SEWES ROAD |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
5 |
WEWO-KATILIT |
MARAKWET EAST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
6 |
KAMOI-KAPCHEROP |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
7 |
CHEPSIGEN-CHEMUNADA |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
8 |
STOTON-RENGE |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
9 |
KIMAREW-CHEPTULON PRIMARY SCHOOL |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
10 |
CHEBULBAI-METIBELIO |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
11 |
KIMEREW-CHESINGEI-KAPSOGORIA CENTER-CHESINGEI-RENGES SECTION |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
12 |
CHEMULANY-KABEREWO |
MARAKWET WEST |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
13 |
KATALEL-KIPTABUS-SERGOIT |
||||
|
14 |
SINGORE-MTI MOJA BUGAR |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
15 |
SINGORE-BUGAR |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
16 |
MUNO-KIPSOEN-KAPTILIT |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
17 |
KAPSISI-KAMEZA PRIMARY |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
18 |
KAPKOI-KAPTEREN-TAMBACH |
||||
|
19 |
ANIN-RIMOI-CHEGILET |
KEIYO NORTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
20 |
KAPKOI-MOIM CENTRE |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
21 |
KAPSAISAI-SENETWO |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
22 |
TOOT-MATUNGEN-KAPTARAKWA |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
23 |
F8040 KAPKENDA--KIPSAINA ROAD |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
24 |
F8040 KAPKENDA--KIPSAINA ROAD |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
25 |
ROUT11-THROUH KAPTUBEI |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
26 |
TOROK-MATUNGEN-KIPKALWA |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
27 |
ENDO-KABOK-MAWE MBILI |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
28 |
KAPKIPANDE-LELEI-CHEPKORIO |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
29 |
KULWANW-CHEPSOMO-7UP-KOIKOKWO |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
30 |
SERTET-CHEPSAMO-PRI-KERIONGE |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
31 |
KAPKENDA-LELBOINET-KIPKWEN SMALL TOWN |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
32 |
KIPCHILOI-KAPKUT |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
33 |
KALWA-TURESHA |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
PWD |
|
|
34 |
CEPTEM-ENDO |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
35 |
UFANISI-ENDO-KABOR |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
36 |
KAPSOO-ENDO-AIC KAPSOO |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
37 |
KATUMOI-KAPKOSOM-MUNYEK |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
38 |
SEGO-KAPKALELWA |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
WOMEN |
|
|
39 |
MUSKUT-ENDO ROAD |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
YOUTH |
|
|
40 |
ROKOCHO-ENDO |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
|
|
41 |
BIRETWO-KERIO RIVER-WALABEI -NGOSWOBEL |
KEIYO SOUTH |
DATE 15TH SEPTEMBER,2023 TIME 10.00 AM |
OPEN |
Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 28TH AUGUST, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 15TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID ROTICH KIBET
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2020-2021 KeRRA has Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under GOK on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ROAD LENGTH (KMs) |
CONSTITUENCY |
FUNDING |
CLOSING DATE & TIME |
CATEGORY |
|
1. |
E8059 |
TIMOR-KAPKALAN-HZ |
5 |
KEIYO SOUTH |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
WOMEN |
|
|
2. |
F8037 |
KAMWOSOR-KOMBATICH KIPSAOS |
4.25 |
KEIYO SOUTH |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
WOMEN |
|
|
3. |
G81624 |
KIPSAOS-KABIRSUS |
3.82 |
KEIYO SOUTH |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
|
|
4 |
F8044 |
KITI-KIBLUS -MOVOLIA |
4 |
KEIYO NORTH |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
WOMEN |
|
|
5 |
G81390 |
CATTLE DIP-KIPSOEN |
3 |
KEIYO NORTH |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
YOUTH |
|
|
6 |
G81398 |
SAYORI-MUNO-KAPTILIT |
2 |
KEIYO NORTH |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PLWD |
|
|
7 |
C625 |
CBKAMOI J-N E1315 KAPCHEROP ROAD
|
7.59 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PREQUALIFICATION |
|
|
8 |
G81905 |
KACHEROP-MAKUTANO-B15(KIPKINDUL-TEMBU SECTION)
|
2 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
YOUTH |
|
|
9 |
C661 |
BIRETWO-TOT C661(KAPKATA-KIPKENER ACCESS ROAD)
|
8.24 |
MARAKWET WEST |
20/21 |
DATE 5TH MAY, 2022 TIME 9.30 AM |
PLWD |
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 14TH APRIL, 2022)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 5TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2021-2022 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2022/2023 under 22% RMLF on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ENGINEERS ESTIMATES |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
1. |
G81955 |
CHEPKOIT- CHORWA |
7,998,930.37 |
MARAKWET EAST |
DATE 18TH JULY, 2022 TIME 9.30 AM |
YOUTH |
|
|
2. |
E8062 |
NYARU-KAPSAISAI-KAPALWAT(E282CHEKEREN KIPKABUS SECTION) |
7,999,866.20 |
KEIYO SOUTH |
DATE 18TH JULY, 2022 TIME 9.30 AM |
WOMEN |
|
|
3. |
G81308 |
KAPCHELAL-CHEKILETY |
7,999,998.10 |
KEIYO NORTH |
DATE 18TH JULY, 2022 TIME 9.30 AM |
OPEN |
|
|
4 |
G81869 |
KAPSOWAR-SISIYA-TUNYO |
7,998,509.46 |
MARAKWET WEST |
DATE 18TH JULY, 2022 TIME 9.30 AM |
PLWD |
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 4TH JULY, 2022)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH JULY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2020-2021 KeRRA Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under SAVINGS on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ENGINEERS ESTIMATES |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
1. |
C663 |
ACCESS KOCHOLWO-SUB COUNTY HOSPITAL
|
913,412.06 |
KEIYO SOUTH |
DATE 18TH JULY, 2022 TIME 9.30 AM |
WOMEN |
|
|
2. |
E279X |
HZ KAPKALAN-TIMOR |
3,440,833.00 |
KEIYO SOUTH |
DATE 18TH JULY, 2022 TIME 9.30 AM |
OPEN |
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 4TH JULY, 2022)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH JULY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
TENDER NOTICE JANUARY, 2023
DOWNLOAD TENDER NOTICE HERE!!!!
In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
ENGINEERS ESTIMATES |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
DOWNLOAD |
|
1. |
KeRRA/008/KEMA/KS/039/10%-2022/2023-026 |
KUTWOPMOSO-UG BOUNDARY |
4,464,371.93 |
KEIYO SOUTH |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
PLWD |
DOCUMENT |
|
2. |
KeRRA/008/KEMA/KS/039/10%-2022/2023-028 |
EMSEA - FLOURSFAR |
8,440,424.27 |
KEIYO SOUTH |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
OPEN |
DOCUMENT |
|
3. |
KeRRA/008/KEMA/KN/039/10%-2022/2023-029 |
KIBENDO- KANGO |
7,583,817.36 |
KEIYO NORTH |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
OPEN |
DOCUMENT |
|
4 |
KeRRA/008/KEMA/KN/039/10%-2022/2023-031 |
BOUNDARY-MUNO-KAPTILIT |
4,901,986.36 |
KEIYO NORTH |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
WOMEN |
DOCUMENT |
|
5 |
KeRRA/008/KEMA/MW/039/10%-2022/2023-032 |
CHEBULBAI-CB UG KONDABILET
|
6,446,676.87 |
MARAKWET WEST |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
OPEN |
DOCUMENT |
|
6 |
KeRRA/008/KEMA/MW/039/10%-2022/2023-034 |
KAPSOWAR-SISIYA |
6,446,683.86 |
MARAKWET WEST |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
PLWD |
DOCUMENT |
|
7 |
KeRRA/008/KEMA/ME/039/10%-2022/2023-035 |
JN TENDERWA-KAMELEI |
6,201,475.32
|
MARAKWET EAST |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
YOUTH |
DOCUMENT |
|
8 |
KeRRA/008/KEMA/ME/039/10%-2022/2023-037 |
KAPYEGO-TENDERWA |
7,630,922.36
|
MARAKWET EAST |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
OPEN |
DOCUMENT |
Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 30TH JANUARY, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 22ND FEBRUARY, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID KIBET
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
TENDER NOTICE
INVITATION TO TENDER FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD WORKS
6th OCTOBER, 2023
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 the Management, Development, Rehabilitation and Maintenance of Rural Roads.
KeRRA - Keiyo Marakwet Region invites bids from eligible registered contractors under Category C (FY 2023-2025) for Spot Improvement of Road works (Grading and Gravelling Equipment based) under 22% &10% RMLF for the FY 2023-2024.
- 22% RMLF
|
S/NO |
TENDER NO. |
ROAD NAME |
CONSTITUENCY |
CATEGORY |
PRETENDER SITE VISIT DATE |
DOWNLOAD |
|
1 |
KeRRA/008/KEMA/ME/039/22%-023/2024-016 |
MAINA-CHEMWOROR |
MARAKWET EAST |
WOMEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
2 |
KeRRA/008/KEMA/ME/039/22%-023/2024-017 |
CHEPTOBOT-SOKOYO |
MARAKWET EAST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
3 |
KeRRA/008/KEMA/ME/039/22%-023/2024-018 |
KIMNAI-CHEPTOBOT |
MARAKWET EAST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
4 |
KeRRA/008/KEMA/ME/039/22%-023/2024-019 |
SOKOYO-SEGUT |
MARAKWET EAST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
5 |
KeRRA/008/KEMA/ME/039/22%-023/2024-020 |
TANGUL-KAPCHOGE |
MARAKWET EAST |
PLWD |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
6 |
KeRRA/008/KEMA/ME/039/22%-023/2024-021 |
KAPKOBIL-MERWON |
MARAKWET EAST |
YOUTH |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
7 |
KeRRA/008/KEMA/ME/039/22%-023/2024-022 |
CHEPKOIT-CHORWA |
MARAKWET EAST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
8 |
KeRRA/008/KEMA/ME/039/22%-023/2024-023 |
SANGACH-SESELA-BOROSWO |
MARAKWET EAST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
9 |
KeRRA/008/KEMA/ME/039/22%-023/2024-024 |
LITER-BORORWA |
MARAKWET EAST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
10 |
KeRRA/008/KEMA/MW/039/22%-023/2024-025 |
CB KAMOI-KAPCHEROP |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
11 |
KeRRA/008/KEMA/MW/039/22%-023/2024-026 |
CHEBULBAI-KONDABILET |
MARAKWET WEST |
PLWD |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
12 |
KeRRA/008/KEMA/MW/039/22%-023/2024-027 |
KAPSILIOT (bridge) –KAPKOROS-SANGURUR |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
13 |
KeRRA/008/KEMA/MW/039/22%-023/2024-028 |
ARROR-TEREN-KERIO RIVER |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
14 |
KeRRA/008/KEMA/MW/039/22%-023/2024-029 |
KAPSOWAR-SANGURUR |
MARAKWET WEST |
WOMEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
15 |
KeRRA/008/KEMA/MW/039/22%-023/2024-030 |
KAPTALAMWA-KERER-KAPSANGAR |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
16 |
KeRRA/008/KEMA/MW/039/22%-023/2024-031 |
KATEE-MATIRA |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
17 |
KeRRA/008/KEMA/MW/039/22%-023/2024-032 |
MATIRA-KATKOK-KOITILIAL |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
18 |
KeRRA/008/KEMA/MW/039/22%-023/2024-033 |
SISIYA-TUNYO |
MARAKWET WEST |
YOUTH |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
19 |
KeRRA/008/KEMA/MW/039/22%-023/2024-034 |
KAMOI-KAPTERIT-BONDE |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
20 |
KeRRA/008/KEMA/KN/039/22%-023/2024-035 |
ANIN-KIBENDO |
KEIYO NORTH |
YOUTH |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
21 |
KeRRA/008/KEMA/KN/039/22%-023/2024-036 |
KAPCHEPKOIMA-ANIN |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
22 |
KeRRA/008/KEMA/KN/039/22%-023/2024-037 |
KANGO-KAPTUM |
KEIYO NORTH |
PLWD |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
23 |
KeRRA/008/KEMA/KN/039/22%-023/2024-038 |
KAPCHELAL-KIPTOIT-KASUBWA |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
24 |
KeRRA/008/KEMA/KN/039/22%-023/2024-039 |
KAPTUM-KAPCHELAL |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
25 |
KeRRA/008/KEMA/KN/039/22%-023/2024-040 |
KOMBASAKONG-SERGOIT |
KEIYO NORTH |
WOMEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
26 |
KeRRA/008/KEMA/KN/039/22%-023/2024-041 |
KAPCHELAL-CHEBIEMIT |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
27 |
KeRRA/008/KEMA/KN/039/22%-023/2024-042 |
ITEN-KAPKESUM-KAPLAMAI |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
28 |
KeRRA/008/KEMA/KN/039/22%-023/2024-043 |
KAPTEREN-KAPSANIAK |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
- 10% RMLF
|
S/NO |
TENDER NO. |
ROAD NAME |
CONSTITUENCY |
CATEGORY |
PRETENDER SITE VISIT DATE |
DOWNLOAD |
|
1 |
KeRRA/008/KEMA/KN/039/10%-023/2024-005 |
BOUNDARY-MUNO-KAPTILIT |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
2 |
KeRRA/008/KEMA/KN/039/10%-023/2024-006 |
SINGORE-KIBENDO |
KEIYO NORTH |
OPEN |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
3 |
KeRRA/008/KEMA/KN/039/10%-023/2024-007 |
KIPCHAWAT-SIMOTWO |
KEIYO NORTH |
PLWD |
11TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
4 |
KeRRA/008/KEMA/KN/039/10%-023/2024-008 |
KIBENDO KANGO |
KEIYO NORTH |
OPEN |
11TH OCTOBER2023 TIME 9.00 A.M |
DOCUMENT |
|
5 |
KeRRA/008/KEMA/MW/039/10%-23/2024-009 |
CHEBULBAI-CB-KONDABILET |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
6 |
KeRRA/008/KEMA/MW/039/10%-23/2024-010 |
KAPSOWAR-SANGURUR-KASUBWA |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
7 |
KeRRA/008/KEMA/MW/039/10%-23/2024-011 |
CHEPTONGEI-KAPSOWAR |
MARAKWET WEST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
8 |
KeRRA/008/KEMA/MW/039/10%-23/2024-012 |
KAPSOWAR-SISIYA |
MARAKWET WEST |
WOMEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
9 |
KeRRA/008/KEMA/ME/039/10%-23/2024-013 |
KAMELEI-JN TENDERWA-KAPSA |
MARAKWET EAST |
OPEN |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
10 |
KeRRA/008/KEMA/ME/039/10%-23/2024-014 |
KAPYEGO-JNTENDERWA |
MARAKWET EAST |
YOUTH |
12TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
|
11 |
KeRRA/008/KEMA/ME/039/10%-23/2024-015 |
KAPYEGO-TANGUL |
MARAKWET EAST |
OPEN |
12 TH OCTOBER 2023 TIME 9.00 A.M |
DOCUMENT |
INSTRUCTION TO BIDDERS
- Bidders who are registered in the respective Constituencies and in Road works category C may Tender
- Tenderers bidding under Y, W &PWD need not to be prequalified
- The scope of works for various Tenders are as stipulated in the Tender Document
- Interested Bidders are requested to make their own arrangement to attend a MANDATORY pretender site visits .Registration and issuance of pre tender site visit certificate will take place at the same time.
- Other Qualification requirements are as outlined in the Tender Document and company requirements
- Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free as from 9th OCTOBER, 2023.
- Bidders are requested to continually check KeRRA website www.kerra.go.ke and public procurement information portal (PPIP) www.tenders.go.ke for any clarification that may arise before submission date.
Completed and duly filled tender documents in plain sealed envelopes marked with respective Tender Number, Project Name and Constituency should be addressed to:
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Tender Documents Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH OCTOBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID ROTICH KIBET
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
TENDER NOTICE MAY, 2022
In the Financial Year 2021-2022 KeRRA has Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2021/2022 under 22% SAVINGS on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD CODE |
ROAD NAME |
ROAD LENGTH (KMs) |
CONSTITUENCY |
FUNDING |
CLOSING DATE & TIME |
CATEGORY |
DOWNLOAD |
|
1. |
KeRRA/008/KEMA/KS/Sav.22%/039/045-2021/2022 |
E8062 |
NYARU-KAMONDIA |
9.5 |
KEIYO SOUTH |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
WOMEN |
DOCUMENT |
|
2. |
KeRRA/008/KEMA/KS/Sav.22%/039/046-2021/2022 |
E8069 |
MOKWO-KAPKOMOL |
9.5 |
KEIYO SOUTH |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
YOUTH |
DOCUMENT |
|
3. |
KeRRA/008/KEMA/KN/Sav.22%/039/047-2021/2022 |
C662 |
ANIN-KIBENDO |
1.1 |
KEIYO NORTH |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
WOMEN |
DOCUMENT |
|
4 |
KeRRA/008/KEMA/KN/Sav.22%/039/048-2021/2022 |
C662 |
KAPCHELAL-KOSUBWA |
3 |
KEIYO NORTH |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
PLWD |
DOCUMENT |
|
5 |
KeRRA/008/KEMA/KN/Sav.22%/039/049-2021/2022 |
G81435 |
KAPTAREN-KAPSANIAK |
5.5 |
KEIYO NORTH |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
YOUTH |
DOCUMENT |
|
6 |
KeRRA/008/KEMA/MW/Sav.22%/039/050-2021/2022 |
C647 |
KAPSILIOT BRIDGE- KAPKOROS-SANGURUR |
10.56 |
MARAKWET WEST |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
DOCUMENT |
|
7 |
KeRRA/008/KEMA/MW/Sav.22%/039/051-2021/2022 |
C662 |
KAPSOWAR- SANGURUR-KASUBWA |
31.52 |
MARAKWET WEST |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
DOCUMENT |
|
8 |
KeRRA/008/KEMA/ME/Sav.22%/039/052-2021/2022 |
G81938 |
TANGUL-KAPCHOGE-(KAPCHOGE PRIMARY) |
5 |
MARAKWET EAST |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
DOCUMENT |
|
9 |
KeRRA/008/KEMA/KN/Sav.22%/039/053-2021/2022 |
G81965 |
LITER-BOROWA |
9 |
MARAKWET EAST |
21/22 |
DATE 18TH MAY, 2022 TIME 9.30 AM |
PREQUALIFIED |
DOCUMENT |
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 6TH MAY, 2022)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
TENDER NOTICE
3RD JANUARY, 2023
DOWNLOAD TENDER NOTICE HERE!!!
In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2022/2023 under 22% RMLF on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
ENGINEERS ESTIMATES |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
PRETENDER DATE |
DOWNLOAD |
|
1. |
KeRRA/008/KEMA/KS/039/22%-2022/2023-001 |
KAPTARAKWA-KAPTAGAT |
5,729,546.15 |
KEIYO SOUTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
WOMEN |
12TH JANUARY,2023 |
DOCUMENT |
|
2. |
KeRRA/008/KEMA/KS/039/22%-2022/2023-002 |
EMSEA - FLOURSFAR |
9,996,966.59 |
KEIYO SOUTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
12TH JANUARY,2023 |
DOCUMENT |
|
3. |
KeRRA/008/KEMA/KS/039/22%-2022/2023-003 |
NYARU - KAMONDIA |
5,389,178.35 |
KEIYO SOUTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
YOUTH |
12TH JANUARY,2023 |
DOCUMENT |
|
4 |
KeRRA/008/KEMA/KS/039/22%-2022/2023-004 |
MOKWO - KAPKOMOL
|
6,584,842.00 |
KEIYO SOUTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
12TH JANUARY,2023 |
DOCUMENT |
|
5 |
KeRRA/008/KEMA/KS/039/22%-2022/2023-005 |
SINGORO - LELBOINET
|
4,899,393.20 |
KEIYO SOUTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
PLWD |
12TH JANUARY,2023 |
DOCUMENT |
|
6 |
KeRRA/008/KEMA/KS/039/22%-2022/2023-006 |
CHEMOIBEN - KIPTABACH
|
9,999,645.47 |
KEIYO SOUTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
12TH JANUARY,2023 |
DOCUMENT |
|
7 |
KeRRA/008/KEMA/KN/039/22%-2022/2023-007 |
ANIN - KIBENDO
|
7,163,768.46 |
KEIYO NORTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
13TH JANUARY,2023 |
DOCUMENT |
|
8 |
KeRRA/008/KEMA/KN/039/22%-2022/2023-008 |
JN C51 KAPCHEPKOIMA-ANIN |
6,163,460.51 |
KEIYO NORTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
YOUTH |
13TH JANUARY,2023 |
DOCUMENT |
|
9 |
KeRRA/008/KEMA/KN/039/22%-2022/2023-009 |
KANGO-KAPTUM |
5,244,858.09 |
KEIYO NORTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
PLWD |
13TH JANUARY,2023 |
DOCUMENT |
|
10 |
KeRRA/008/KEMA/KN/039/22%-2022/2023-010 |
KAPCHELAL-KIPKULOT-KASUBWA |
7,890,097.03 |
KEIYO NORTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
13TH JANUARY,2023 |
DOCUMENT |
|
11 |
KeRRA/008/KEMA/KN/039/22%-2022/2023-011 |
KAPTUM-KAPCHELAL |
7,890,201.41 |
KEIYO NORTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
13TH JANUARY,2023 |
DOCUMENT |
|
12 |
KeRRA/008/KEMA/KN/039/22%-2022/2023-012 |
KAPKOI-KAPTEREN- KAPSANIAK
|
8,245,412.51 |
KEIYO NORTH |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
13TH JANUARY,2023 |
DOCUMENT |
|
13 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-013 |
CB KAMOI-Jn E1315 KAPCHEROP |
5,698,636.26 |
MARAKWET WEST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
WOMEN |
10TH JANUARY,2023 |
DOCUMENT |
|
14 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-014 |
CHEBULBAI-CB UG KONDABILET |
6,473,655.91 |
MARAKWET WEST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
10TH JANUARY,2023 |
DOCUMENT |
|
15 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-015 |
KAPSILIOT (BRIDGE)-KAPKOROS |
6,151,732.48 |
MARAKWET WEST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
YOUTH |
10TH JANUARY,2023 |
DOCUMENT |
|
16 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-016 |
ARROR-TEREN-KERIO RIVER |
2,815,884.18 |
MARAKWET WEST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
PLWD |
10TH JANUARY,2023 |
DOCUMENT |
|
17 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-017 |
KAPSOWAR-SANGURUR-KASUBWA |
6,943,529.78 |
MARAKWET WEST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
10TH JANUARY,2023 |
DOCUMENT |
|
18 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-018 |
KAPSOWAR-SISIYA |
6,518,659.47 |
MARAKWET WEST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
10TH JANUARY,2023 |
DOCUMENT |
|
19 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-019 |
SISIYA-TUNYO |
7,993,709.85 |
MARAKWET WEST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
10TH JANUARY,2023 |
DOCUMENT |
|
20 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-020 |
KIMNAI-SOKOYO RIVER |
7,898,740.97 |
MARAKWET EAST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
11TH JANUARY,2023 |
DOCUMENT |
|
21 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-021 |
KAPYEGO-TANGUL |
6,799,941.00 |
MARAKWET EAST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
YOUTH |
11TH JANUARY,2023 |
DOCUMENT |
|
22 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-022 |
TANGUL-KAPCHOGE |
7,201,912.14 |
MARAKWET EAST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
11TH JANUARY,2023 |
DOCUMENT |
|
23 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-023 |
CHEKOIT-CHORWA |
7,193,917.65 |
MARAKWET EAST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
OPEN |
11TH JANUARY,2023 |
DOCUMENT |
|
24 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-024 |
LITER-BORORWA |
6,901,152.28 |
MARAKWET EAST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
WOMEN |
11TH JANUARY,2023 |
DOCUMENT |
|
25 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-025 |
SOKOYO RIVER-SEGUT |
6,603,902.50 |
MARAKWET EAST |
DATE 24TH JANUARY,2023 TIME 10.00 AM |
PLWD |
11TH JANUARY,2023 |
DOCUMENT |
There will be mandatory pre- tender site visit as per the above schedule from 10th January, 2023 to 13th January,2023. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 3RD JANUARY, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 24TH JANUARY, 2023 at 9.30 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
ADDENDUM NUMBER 1
Wednesday, 18th January, 2023
DOWNLOAD ADDENDUM NO.1 HERE!!!
Reference is made to the tender notice dated, Tuesday, 3rd January, 2023 FY 2022/2023 RMLF. Pursuant to Section 75(1) of the Public Procurement and Asset Disposal Act of 2015, this is to notify all bidders that following the bid documents ONLY have been amended and their closing date has been moved from 24th January, 2023 to 30th January, 2023
In addition to that please note the following
|
S/NO |
TENDER NO. |
ROAD NAME |
ENGINEERS ESTIMATES |
CONSTITUENCY |
AREA OF CORRECTION |
STATUS AFTER CORRECTION |
DOWNLOAD |
|
1 |
KeRRA/008/KEMA/KS/039/22%-2022/2023-004 |
MOKWO - KAPKOMOL
|
6,584,842.00 |
KEIYO SOUTH |
THERE WERE TWO BoQs for item 10 |
ONE HAS BEEN REMOVED |
DOCUMENT |
|
2 |
KeRRA/008/KEMA/KS/039/22%-2022/2023-005 |
SINGORO - LELBOINET
|
4,899,393.20 |
KEIYO SOUTH |
THERE WERE TWO BoQs FOR ITEM 04 |
ONE HAS BEEN REMOVED |
DOCUMENT |
|
3 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-015 |
KAPSILIOT (BRIDGE)-KAPKOROS |
6,151,732.48 |
MARAKWET WEST |
CONTRACT NAME, NUMBER AND AMOUNT WERE INCORRECT ON PAGE 161 OF 165 |
THESE HAVE BEEN CORRECTED |
DOCUMENT |
|
4 |
KeRRA/008/KEMA/MW/039/22%-2022/2023-019 |
SISIYA-TUNYO |
7,993,709.85 |
MARAKWET WEST |
THERE WERE TWO BoQs for item 08 |
ONE HAS BEEN REMOVED |
DOCUMENT |
|
5 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-021 |
KAPYEGO-TANGUL |
6,799,941.00 |
MARAKWET EAST |
THE CONTRACT NAME AND NUMBER WERE INCORRECT ON PAGE ONE (ITT) |
THESE HAVE BEEN CORRECTED |
DOCUMENT |
|
6 |
KeRRA/008/KEMA/ME/039/22%-2022/2023-022 |
TANGUL-KAPCHOGE |
7,201,912.14 |
MARAKWET EAST |
THERE WERE TWO BoQs FOR ITEM 05 |
ONE HAS BEEN REMOVED |
DOCUMENT |
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 30TH JANUARY, 2023 at 9.30 am. Those bid documents that are not affected will be closed and opened on 24th, January, 2023 at 9.30 am as indicated in the initial tender notice. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. EDWIN C. MUTAI,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
THE REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY, KEIYO MARAKWET REGION
Encl.
v
ADDENDUM NO.1 - Download here!
Notice of Invitation to Tender
Keiyo North Constituency – Notice of Invitation Download here!
|
GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY) |
|||||
|
Tender No |
Road Name/Link |
Allocation |
Reservations/Eligible Group to Bid |
Date of Pre Tender site Visit |
|
|
KeRRA/011/KEMA/39/2-33-18/19-016 |
C661(Kaptubei - Kiptoro) |
5,306,103.55 |
Women |
15/11/2018 |
|
|
KeRRA/011/KEMA/39/2-33-18/19-032 |
C662(Kango - Kaptum) |
2,020,000.00 |
Youth |
15/11/2018 |
|
|
KeRRA/011/KEMA/39/2-33-18/19-023 |
C662 (Kibendo - Kango) |
3,700,000.00 |
Persons with Disability |
15/11/2018 |
|
|
GROUP B (OPEN TO ALL BIDDERS) |
|||||
|
KeRRA/011/KEMA/39/2-33-18/19-017 |
C662(Anin - Kibendo) |
3,000,000.00 |
Prequalified Firms in Category C/YWPD |
15/11/2018 |
|
|
KeRRA/011/KEMA/39/2-33-18/19-018 |
C662(JN C51 Kapchepkoima - Anin) |
2,500,000.00 |
Prequalified Firms in Category C/YWPD |
15/11/2018 |
|
|
KeRRA/011/KEMA/39/2-33-18/19-019 |
C662(Kiptoit - Kosubwa) |
3,291,004.99 |
Prequalified Firms in Category C/YWPD |
15/11/2018 |
|
|
KeRRA/011/KEMA/39/2-33-18/19-020 |
C662 (Kapchelal - kiptoit) |
2,439,003.25 |
Prequalified Firms in Category C/YWPD |
15/11/2018 |
|
|
KeRRA/011/KEMA/39/2-33-18/19-021 |
C662 (Kaptum - Kapchelal) |
2,700,000.00 |
Prequalified Firms in Category C/YWPD |
15/11/2018 |
|
|
KeRRA/011/KEMA/39/2-33-18/19-022 |
C661 (Kiptoro - kilos) |
5,961,868.68 |
Prequalified Firms in Category C/YWPD |
15/11/2018 |
|
Keiyo South Constituency - Download here!
|
GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY) |
||||
|
KeRRA/011/KEMA/39/2-33-18/19-029 |
C651 (Kaptagat – Kaptarakwa) |
5,000,000.00 |
Women |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-027 |
C636(Nyaru - Kapkaiyo) |
4,299,854.93 |
Youth |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-028 |
C639(Kamwosor - Flourspar) |
2,500,000.00 |
Persons with Disability |
14/11/2018 |
|
GROUP B (OPEN TO ALL BIDDERS) |
||||
|
KeRRA/011/KEMA/39/2-33-18/19-024 |
C639(Kamwosor - Flourspar) |
2,200,000.00 |
Prequalified Firms in Category C/YWPD |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-026 |
C663(Kipsaos - Kapkaiyo) |
2,461,910.31 |
Prequalified Firms in Category C/YWPD |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-035 |
C661 (Biretwo - Kaptubei) |
2,500,000.00 |
Prequalified Firms in Category C/YWPD |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-025 |
C636(Nyaru - Kapkaiyo) |
5,000,000.00 |
Prequalified Firms in Category C/YWPD |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-030 |
C663 (Kipsaos - Kapkaiyo) |
3,200,000.00 |
Prequalified Firms in Category C/YWPD |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-031 |
C665 (Emsea - Flourspar) |
3,056,092.76 |
Prequalified Firms in Category C/YWPD |
14/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-034 |
C646 (Kutwomuso - Boundary) |
700,000.00 |
Prequalified Firms in Category C/YWPD |
14/11/2018 |
Addendum No. 1- Download here!
Marakwet East Constituency - Download here!
|
GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY) |
||||
|
KeRRA/011/KEMA/39/2-33-18/19-001 |
C661(Chesetan - Tot) |
3,952,031.93 |
Women |
16/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-002 |
C661(Tunyo - Chesetan) |
3,533,882.39 |
Persons with Disability |
16/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-008 |
C597 (JN Tenderwa - Kapyego) |
4,830,900.50 |
Youth |
19/11/2018 |
|
GROUP B (OPEN TO ALL BIDDERS) |
||||
|
KeRRA/011/KEMA/39/2-33-18/19-003 |
C664(Maina – Chesoi- Centre 1) |
3,849,698.58 |
Prequalified Firms in Category A/YWPD |
16/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-004 |
C664(Tuturung - Tirap) |
4,664,627.24 |
Prequalified Firms in Category A/YWPD |
19/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-005 |
C664(Chesoi Centre 1 - Tuturung) |
3,199,751.43 |
Prequalified Firms in Category A/YWPD |
19/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-007 |
C597 (CB Kapsangar( Kalya Bridge) JN Tenderwa - Kamelei) |
4,830,846.68 |
Prequalified Firms in Category C/YWPD |
19/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-006 |
C664 (Chesoi – Chukor - Murkutwo) |
2,056,097.62 |
Prequalified Firms in Category C/YWPD |
16/11/2018 |
Marakwet West Constituency - Download here!
|
GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY) |
||||
|
KeRRA/011/KEMA/39/2-33-18/19-009 |
C661(Kilos – Arror - Tunyo) |
5,000,000.00 |
Women |
16/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-012 |
C625(CB Kamoi – JN E1415 Kapcherop) |
4,800,000.00 |
Youth |
19/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-014 |
C647 (Kapsiliot(Bridge) – Kapkoros - Sangurur) |
5,517,101.27 |
Persons with Disability |
16/11/2018 |
|
GROUP B (OPEN TO ALL BIDDERS) |
||||
|
KeRRA/011/KEMA/39/2-33-18/19-010 |
C662(JN E340 Kapsowar – JN E336 Sangurur) |
5,500,000.00 |
Prequalified Firms in Category C/YWPD |
19/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-011 |
C660(Teren – Kerio River) |
955,925.15 |
Prequalified Firms in Category C/YWPD |
16/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-013 |
C635(JN D329 Chebulbai – CB UG Kondabilet) |
5,000,000.00 |
Prequalified Firms in Category C/YWPD |
19/11/2018 |
|
KeRRA/011/KEMA/39/2-33-18/19-015 |
G81869 (Arror – Sisiya - Kapsowar) |
4,144,761.03 |
Prequalified Firms in Category C/YWPD |
16/11/2018 |
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2022-2023 KeRRA has Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2022/2023 under 10% MINISTER on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
ESTIMATED BUDGET) |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
1. |
MARON-CHERUTICH-SAMBALAT |
9,999,219.69 |
MARAKWET EAST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
2. |
KAPYEGO-TANGUL |
9,998,917.42 |
MARAKWET EAST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
3. |
CHEPKOIT-TIRIJI |
9,999,920.73 |
MARAKWET EAST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
PLWD |
|
|
4 |
CHEPYOMET-TANGUL |
9,998,918.90 |
MARAKWET EAST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
5 |
TIRIJI-CHEPYOMET |
9,999,488.97 |
MARAKWET EAST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
6 |
KAPCHELAL-KIPTOIT-KIPKULOT |
9,995,932.46 |
KEIYO NORTH |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
YOUTH |
|
|
7 |
LILLIS-KIPTABUS-KAMELIL
|
9,9;98,927.29 |
KEIYO NORTH |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
8 |
FLAX KIPKABUS
|
9,999,617.11 |
KEIYO SOUTH |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
WOMEN |
|
|
9 |
MATUNGEN-EMIS-SURMO
|
9,999,620.09 |
KEIYO SOUTH |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
WOMEN |
|
|
10 |
CHERORGET-SIMIT-MUSKUT |
9,999,991.35 |
KEIYO SOUTH |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
11 |
TURESHA-NGOBISHI-KAPSEKWA-MUSKUT |
9,999,810.47 |
KEIYO SOUTH |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
12 |
KAPTORKOK-KAPTERE-CHANGACH-ROKOCHO |
9,994,229.04 |
KEIYO SOUTH |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
YOUTH |
|
|
13 |
KIPGOLDI-CHEMOSOP |
9,849,845.67 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
WOMEN |
|
|
14 |
CHEMWANIA-KIPCHEMOSO |
9,999,836.55 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
YOUTH |
|
|
15 |
KERIO RIVER-ARROR CENTER/ARROR GIRLS |
6,999,810.11 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
16 |
KIPLABAI POLYTECHNIC-KAPSAILE |
7,999,782.58 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
PLWD |
|
|
17 |
CHEBARA-SUMBEIYWET-JEMUNADA |
9,999,532.44 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
18 |
KAPTALAMWA-KERER-KAPSANGAR |
9,959,549.55 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
19 |
CHEMULANY-KABEREWO-KAMAKORIO ROAD |
9,884,656.19 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
20 |
KAPTEGAA-KIPTAITAI-KAMASAT |
9,999,815.26 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
OPEN |
|
|
21 |
KAPKANYAR JN -KAPSAIT |
9,999,399.24 |
MARAKWET WEST |
DATE 28TH MARCH, 2023 TIME 9.30 AM |
YOUTH |
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 17TH MARCH, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 28TH MARCH, 2023 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.
ENG. DAVID R. KIBET,
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO MARAKWET REGION
In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF on the projects as highlighted in the below table
|
S/NO |
TENDER NO. |
ROAD NAME |
ENGINEERS ESTIMATES |
CONSTITUENCY |
CLOSING DATE & TIME |
CATEGORY |
|
.1 |
KAPTARAKWA-KAPTAGAT |
6,457,707.95 |
KEIYO SOUTH |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
WOMEN |
|
|
2 |
SINGORE-KIBENDO
|
6,876,257.13 |
KEIYO NORTH |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
YOUTH |
|
|
3 |
KAPSOWAR-SANGURUR-KASUBWA
|
6,469,730.18 |
MARAKWET WEST |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
OPEN |
|
|
4 |
JN TENDERWA-KAPSANGAR(KALYA BRIDGE) |
5,529,452.99
|
MARAKWET EAST |
DATE 22ND FEBRUARY,2023 TIME 10.00 AM |
OPEN |
Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free. (Available from 30TH JANUARY, 2023)
Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐
THE REGIONAL DIRECTOR,
KERRA KEIYO MARAKWET,
P.O. Box 213-30700,
ITEN.
Should be deposited in the tender box at the Regional Office so as to be received on or before 22ND FEBRUARY, 2023 at 9.30 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.
ENG. DAVID ROTICH KIBET
REGIONAL DIRECTOR,
KeRRA KEIYO MARAKWET
KENYA RURAL ROADS AUTHORITY
KEIYO - MARAKWET REGION
INVITATION TO TENDER NOTICE
Thursday, 24th December, 2020
In the Financial Year 2020-2021, KeRRA through the Keiyo-Marakwet Regional Office, has allocated Funds under 22% RMLF for Routine Maintenance of Roads, within the Region and invites bids from Eligible Contractors to carry out the under listed roadworks projects.
|
TENDER NO. AND FINANCIAL YEAR |
ROAD NAME |
CONSTITUENCY, FUNDS |
CLOSING DATE AND TIME |
GROUP CATEGORY |
PRE-TENDER SITE VISIT DATE. |
DOWNLOAD |
|
KeRRA/011/KEMA/39/001/2020 | 21 |
(C646) Kutwopmoso – UG Boundary |
22% RMLF, Keiyo South |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Keiyo South |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/002/2020 | 21 |
(C651) Kaptarakwa – Kaptagat |
22% RMLF, Keiyo South |
8th January, 2021, 9:30 am |
AGPO – Women |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/003/2020 | 21 |
(C663) Enego – Molol |
22% RMLF, Keiyo South |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Keiyo South |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/004/2020 | 21 |
(C663) Kipsaos – Enego |
22% RMLF, Keiyo South |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Keiyo South |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/005/2020 | 21 |
(C663) Molol – Kapkaiyo |
22% RMLF, Keiyo South |
8th January, 2021, 9:30 am |
AGPO – Youth |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/006/2020 | 21 |
(C665) Emsea – Flourspar |
22% RMLF, Keiyo South |
8th January, 2021, 9:30 am |
AGPO – PWD |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/007/2020 | 21 |
(C662) Anin – Kibendo |
22% RMLF, Keiyo North |
8th January, 2021, 9:30 am |
AGPO – Youth |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/008/2020 | 21 |
(C662) Jn C51 Kapchekoima – Anin |
22% RMLF, Keiyo North |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Keiyo North |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/009/2020 | 21 |
(C662) Kango – Kaptum |
22% RMLF, Keiyo North |
8th January, 2021, 9:30 am |
AGPO – PWD |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/010/2020 | 21 |
(C662) Kapchelal – Kipkilott – Kasubwa |
22% RMLF, Keiyo North |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Keiyo North |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/011/2020 | 21 |
(C662) Kaptum – Kapchelal |
22% RMLF, Keiyo North |
8th January, 2021, 9:30 am |
AGPO – Women |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/012/2020 | 21 |
(G81440) Kapkoi – Kapteren – Kapsaniak |
22% RMLF, Keiyo North |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Keiyo North |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/013/2020 | 21 |
(C625) CB Kamol – Jn 1315 Kapcherop |
22% RMLF, Marakwet West |
8th January, 2021, 9:30 am |
AGPO – Youth |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/014/2020 | 21 |
(C635) JN D329 Chebulbai – CB UG Kondabilet |
22% RMLF, Marakwet West |
8th January, 2021, 9:30 am |
AGPO – PWD |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/015/2020 | 21 |
(C647) Kapsiliot (Bridge) – Kapkoros – Sangurur |
22% RMLF, Marakwet West |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Marakwet West |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/016/2020 | 21 |
(C662) Jn 340 Kapsowar – JN 336 Sangurur |
22% RMLF, Marakwet West |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Marakwet West |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/017/2020 | 21 |
(G81869) Kapsowar – Sisiya |
22% RMLF, Marakwet West |
8th January, 2021, 9:30 am |
AGPO – Women |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/018/2020 | 21 |
(G81869) Sisiya – Tunyo |
22% RMLF, Marakwet West |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Marakwet West |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/019/2020 | 21 |
(G81895) Kimnai – Segut |
22% RMLF, Marakwet East |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Marakwet East |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/020/2020 | 21 |
(G81938) Kapyego – Tangul |
22% RMLF, Marakwet East |
8th January, 2021, 9:30 am |
AGPO – Youth |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/021/2020 | 21 |
(G81938) Tangul – Kapchoge |
22% RMLF, Marakwet East |
8th January, 2021, 9:30 am |
AGPO – PWD |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/022/2020 | 21 |
(G81955) Chepkoit – Chorwa |
22% RMLF, Marakwet East |
8th January, 2021, 9:30 am |
Pre-qualified under, Cat C, Marakwet East |
Not Mandatory |
DOCUMENT |
|
KeRRA/011/KEMA/39/023/2020 | 21 |
(G81965) Liter – Bororwa |
22% RMLF, Marakwet East |
8th January, 2021, 9:30 am |
AGPO – Women |
Not Mandatory |
DOCUMENT |
Attach certified copies of Certificates of Registration/Incorporation, Valid Tax Compliance Certificate, valid NCA roadworks registration certificate and respective NCA annual practising license certificate, certified copy of valid respective AGPO group certificates issued by the National Treasury, recent 12 months CR12 certificates and other requirements, The Certificates / Licenses issued by the respective issuing Authorities/Agencies will be verified to confirm authenticity of the contents.
In line with the MOH protocols on COVID-19, the pre-tender site visit shall not be mandatory, however Contractors who wish to visit the projects can do so at their own cost.
NOTE: A contractor / Associate company are eligible for award of ONLY ONE Tender in Keiyo - Marakwet in the Financial Year (2020-2021). Contractors who have already been awarded tender in that Financial Year in the Region are not eligible. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free.
All clarification on the tenders should be sought in writing through our Email. This email address is being protected from spambots. You need JavaScript enabled to view it.
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference number, Constituency and road name description, without bidder’s identity, should be deposited in the Tender Box located at the KeRRA Keiyo-Marakwet, The Deputy Director’s (DD) office in Iten or be addressed and sent to;
The Deputy Director,
Kenya Rural Roads Authority – Keiyo Marakwet Region,
P.O. Box 213-30700,
ITEN
so as to be received by Closure date and time as indicated above, in KeRRA Regional Offices in Iten. Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend. Submission of late Bids from the indicated dates and prescribed time shall be rejected.
DEPUTY DIRECTOR
KEIYO-MARAKWET
KENYA RURAL ROADS AUTHORITY KERICHO REGION
Download Addendum No. 1 Here.
TENDER NOTICE: Download here.
KENYA RURAL ROADS AUTHORITY KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 27TH JUNE 2019
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS UNDER 10% CS ALLOCATION/KRB FUNDING
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya in the Financial Year 2018/2019.
|
S/NO. |
ROAD NAME |
TENDER NUMBER |
RESERVED |
BUDGET |
Downloads |
|
1 |
SITIAN – KIBIEMIT ROAD |
KeRRA/011/KCO/39/GOK/001/18-19 |
OPEN |
5,000,000 |
Download |
|
2 |
JCN E1093 – KIPLELGUTIK ROAD |
KeRRA/011/KCO/39/GOK/002/18-19 |
YOUTH |
5,000,000 |
Download |
|
3 |
B1 CHEPSEON - D315 KURESOI ROAD |
KeRRA/011/KCO/39/GOK/003/18-19 |
WOMEN |
5,000,000 |
Download |
|
4 |
CHERES-KAMWINGI ROAD |
KeRRA/011/KCO/39/10%CS/014/OPEN/18-19 |
OPEN |
4,500,000 |
Download |
|
5 |
KIMUGUL-KIMOSON ROAD |
KeRRA/011/KCO/39/10%CS/015/OPEN/18-19 |
OPEN |
4,500,000 |
Download |
|
6 |
HILLTOP-WAMBARE ROAD |
KeRRA/011/KCO/39/10%CS/016/OPEN/18-19 |
OPEN |
3,000,000 |
Download |
Mandatory Pre-Tender site visits shall be conducted on Tuesday, 2nd July 2019. Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.
INSTRUCTIONS TO TENDERERS
Eligible bidders must meet/provide the following requirements:
- Certified copy of Certificate of Incorporation
- PIN and VAT Registration Certificate
- Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
- Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
- Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
- Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
- Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
- Proof of major items of construction equipment owned or leased;
- CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
Page 1 of 2
- Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
- Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
- A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
- Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
- Litigation History.
- Bidders shall sequentially serialise all pages for each tender document submitted.
- Bidders must be prequalified in Kericho Region for the relevant category of works (Does not apply to Youth, Women and PWD Tenders)
- Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
- Duly filled, Stamped & Signed Form of Bid
- Duly filled & Stamped Confidential Business Questionnaire
- Duly filled, stamped and signed Power of Attorney form
- Dully filled Tender Securing Declaration Form
- A copy of Pre-tender site visit certificate
- Provide a brief work methodology
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- No bidder shall be awarded more than one tender as advertised in this notice.
- Tenders shall remain valid for a period of 120 days from the date of submission.
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Monday, 1st July, 2019 or obtain complete Tender Documents KeRRA, Kericho Regional Office as from Tuesday 2nd July, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or before FRIDAY, 12th JULY 2019 at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.
REGIONAL DEPUTY DIRECTOR
KERICHO REGION
Page 2 of 2
26 th February, 2018
TENDER NOTICE (22%rmlf), 2017-2018: ADDENDUM No.2
Reference is made to the Tender Advert 22% RMLF allocation for road works for Financial Year 2017/2018 dated Monday, 12th February, 2018 We wish to notify all interested contractors who participated in the pre-tender site visits that the tender closing date has been postponed from Thursday, 1 st March, 2018 to Monday, 5 th March, 2018.
Opening of the Bids shall commence at 10.00 am in the presence of Bidders/Representatives who wish to be present All other conditions remain the same We sincerely apologize for any inconvenience caused
Eng.M.Koech
Regional Manager
|
Road Code |
Road Name |
Constituency |
Tender No. |
Road works Category |
Work Plan Cost (incl. VAT) |
Pre-Bid site visit Date |
Eligibility |
Downloads |
|
U-G712791 |
Kipsirichet-E1100 Chesiliet-Kimout |
Kipkelion East |
KeRRA/011/KCO/39/22%CRC/008/2017-2018 |
D |
1,066,167.60 |
19.02.2018 |
General |
|
|
E1099 |
D312 Kaptenet-Kichawir |
Kipkelion East |
KeRRA/011/KCO/39/22%CRC/009/2017-2018 |
D |
1,998,216.00 |
19.02.2018 |
Women |
|
|
E1106 |
B1 Kapkawa-DB Kericho east |
Sigowet/Soin |
KeRRA/011/KCO/39/22%CRC/010/2017-2018 |
D |
2,500,125.73 |
21.02.2018 |
Youth |
|
|
E 200 |
Chemosot-Chepkwarkwaran |
Bureti |
KeRRA/011/KCO/39/22%CRC/011/2017-2018 |
D |
1,165,582.50 |
22.02.2018 |
General |
|
|
R13-Kericho |
Kimorogo-E1107 Sosiot |
Belgut |
KeRRA/011/KCO/39/22%CRC/012/2017-2018 |
D |
1,807,991.54 |
22.02.2018 |
Women |
|
|
R9-Kericho |
C23 Seretut-D228Chepkutbei |
Belgut |
KeRRA/011/KCO/39/22%CRC/013/2017-2018 |
D |
1,496,086.80 |
22.02.2018 |
Youth |
|
|
U-G712783 |
C35 Kenyelet-D314 Tuiyobei |
Kipkelion West |
KeRRA/011/KCO/39/22%CRC/014/2017-2018 |
D |
854,108.00 |
20.02.2018 |
General |
|
|
R11A- Kericho |
C25 Kiptere-CB Belgut |
Soin/Sigowet |
KeRRA/011/KCO/39/22%CRC/015/2017-2018 |
C |
1,399,772.00 |
21.02.2018 |
Women |
|
|
T2301-Kericho |
D 229 Kericho-E222 Keongo |
Ainamoi |
KeRRA/011/KCO/39/22%CRC/016/2017-2018 |
C |
5,483,969.60 |
21.02.2018 |
General |
|
| E224 | Keongo-Septet | Ainamoi | KeRRA/011/KCO/39/22%CRC/017/2017-2018 | C | 2,312,924.00 | 21.02.2018 | PDW’S | |
| U-G712571 | Niniie-Njerian | Ainamoi | KeRRA/011/KCO/39/22%CRC/018/2017-2018 | C | 3,190,348.00 | 21.02.2018 | General | |
| E1096 | D312 Kapsaos- D229 Ainamoi | Ainamoi | KeRRA/011/KCO/39/22%CRC/019/2017-2018 | C | 3,004,400.00 | 21.02.2018 | Women | |
| E1106 | DB Kericho west-B1 Sitotwet | Ainamoi | KeRRA/011/KCO/39/22%CRC/020/2017-2018 | C | 3,304,840.00 | 21.02.2018 | General | |
| R14-Kericho | Torsogek-E221 Torit | Ainamoi | KeRRA/011/KCO/39/22%CRC/021/2017-2018 | C | 2,897,564.00 | 21.02.2018 | Youth | |
| R7-Kericho | E222 Kiptule-C25 Keben | Belgut | KeRRA/011/KCO/39/22%CRC/022/2017-2018 | C | 2,998,948.00 | 22.02.2018 | General | |
| R7J1-Kericho | C25 Keben-Koitalel | Belgut | KeRRA/011/KCO/39/22%CRC/023/2017-2018 | C | 1,999,376.00 | 22.02.2018 | PWD’S | |
| U-G73020 | C25 Kaptoboiti-Machorwa | Belgut | KeRRA/011/KCO/39/22%CRC/024/2017-2018 | C | 2,562,393.60 | 22.02.2018 | General | |
| E222 | Chebirirbei-D228 Chepnyogaa | Belgut | KeRRA/011/KCO/39/22%CRC/025/2017-2018 | C | 2,911,020.00 | 22.02.2018 | General | |
| U-G72997 | D228 Kabianga-Rogonge | Belgut | KeRRA/011/KCO/39/22%CRC/026/2017-2018 | C | 2,966,120.00 | 22.02.2018 | General | |
| R8-Kericho | C23 Kapsuser-E222 Kipsolu | Belgut | KeRRA/011/KCO/39/22%CRC/027/2017-2018 | C | 3,457,960.00 | 22.02.2018 | General | |
| T2313-Buret | B6 Chelilis junction- Getarwet junction | Bureti | KeRRA/011/KCO/39/22%CRC/028/2017-2018 | C | 2,499,278.00 | 22.02.2018 | Youth | |
| RAR41- Buret | Getarwet-Roret | Bureti | KeRRA/011/KCO/39/22%CRC/029/2017-2018 | C | 3,562,360.00 | 22.02.2018 | General | |
| RAR56- Buret | Cheborgei-Kipwastuiyo | Bureti | KeRRA/011/KCO/39/22%CRC/030/2017-2018 | C | 4,008,960.00 | 22.02.2018 | General | |
| U-G712638 | D226 Cheplanget-E187 Sosit | Bureti | KeRRA/011/KCO/39/22%CRC/031/2017-2018 | C | 2,903,044.42 | 22.02.2018 | Women | |
| U-G712803 | Kaplelach- Mosore | Bureti | KeRRA/011/KCO/39/22%CRC/032/2017-2018 | C | 3,008,344.00 | 22.02.2018 | General | |
| E1090 | Roret-D227 Bakoiyot | Bureti | KeRRA/011/KCO/39/22%CRC/033/2017-2018 | C | 3,000,224.00 | 22.02.2018 | PWD’S | |
| E1091 | D226 Mindililwet-DB Nyamira | Sigowet/Soin | KeRRA/011/KCO/39/22%CRC/034/2017-2018 | C | 3,004,052.00 | 21.02.2018 | General | |
| URS12 | Kapsorok- Ngendalel- Kebimbir- Kware-kileger | Sigowet/Soin | KeRRA/011/KCO/39/22%CRC/035/2017-2018 | C | 2,000,756.40 | 21.02.2018 | General | |
| U-F7048 | C25 Kiptere-Kapkochei | Sigowet/Soin | KeRRA/011/KCO/39/22%CRC/037/2017-2018 | C | 3,002,370.00 | 21.02.2018 | General | |
| R14-Kericho | B1 Kipsitet- Torsogek | Sigowet/Soin | KeRRA/011/KCO/39/22%CRC/038/2017-2018 | C | 5,305,144.00 | 21.02.2018 | General | |
| E236J1 | Mau Thesalia-B1 Kipsitet Police | Sigowet/Soin | KeRRA/011/KCO/39/22%CRC/039/2017-2018 | C | 2,998,716.00 | 21.02.2018 | PWD’S | |
| E1100J1 | D314 Tuiyobei- C35 Kipsirichet | Kipkelion East | KeRRA/011/KCO/39/22%CRC/040/2017-2018 | C | 1,992,067.84 | 19.02.2018 | PWD’S | |
| E1100 | B1 Chepseon complex-D314 Tuiyobei | Kipkelion East | KeRRA/011/KCO/39/22%CRC/041/2017-2018 | C | 2,122,828.00 | 19.02.2018 | General | |
| U-G712788 | E1100 J1 Tilolwet-C35 Kapkondoo | Kipkelion East | KeRRA/011/KCO/39/22%CRC/042/2017-2018 | C | 2,954,250.88 | 19.02.2018 | Youth | |
| U-G712743 | B1 Sitian-E1100 Junction | Kipkelion East | KeRRA/011/KCO/39/22%CRC/043/2017-2018 | C | 2,003,262.00 | 19.02.2018 | General | |
| E266J1 | B1 Sitian-D313 Kipyemit | Kipkelion East | KeRRA/011/KCO/39/22%CRC/044/2017-2018 | C | 1,199,498.00 | 19.02.2018 | General | |
| D314 | C35 Londiani-A104 Makutano | Kipkelion East | KeRRA/011/KCO/39/22%CRC/045/2017-2018 | C | 3,001,790.00 | 19.02.2018 | General | |
| E254 | Sorget Forest-A104 HillTop | Kipkelion East | KeRRA/011/KCO/39/22%CRC/046/2017-2018 | C | 3,860,127.36 | 19.02.2018 | General | |
| U-G712766 | D312 Kimalogit Bridge-Segetet | Kipkelion West | KeRRA/011/KCO/39/22%CRC/047/2017-2018 | C | 2,775,184.00 | 20.02.2018 | Women | |
| U-G712762 | E251 Songonyet-Chepkechei-D312 Kebeneti | Kipkelion West | KeRRA/011/KCO/39/22%CRC/048/2017-2018 | C | 2,970,122.00 | 20.02.2018 | Youth | |
| R66-Kericho | D312 Kimasian-Tinga Farm | Kipkelion West | KeRRA/011/KCO/39/22%CRC/049/2017-2018 | C | 3,952,160.60 | 20.02.2018 | General | |
| S1926-Nyando | Koru-Chesigot-Singoiwek | Kipkelion West | KeRRA/011/KCO/39/22%CRC/050/2017-2018 | C | 2,978,996.00 | 20.02.2018 | PWD’S | |
| URW5 | Cherara factory- Mugut-Buratu-Kapkese | Kipkelion West | KeRRA/011/KCO/39/22%CRC/051/2017-2018 | C | 3,194,582.00 | 20.02.2018 | General | |
| U-G712843 | Kacheliba-Toroton-Magire | Kipkelion West | KeRRA/011/KCO/39/22%CRC/052/2017-2018 | C | 3,474,420.40 | 20.02.2018 | General |
1)SCOPE OF WORKS
The scope of works are as detailed in the Tender Document
- The requirements for Bidding are as follows:
Tenderers shall include the following information and documents with their tenders, unless otherwise stated:
- copies of certificates of registration, and principal place of business;
- total monetary value of construction work performed for each of the last five years;
- experience in works of a similar nature and size for each of the last five years, and clients who may be contacted for further information on these contracts;
- major items of construction equipment owned and or signed lease agreement(s);
- qualifications and experience of key site management and technical personnel proposed for the Contract;
- reports on the financial standing of the Tenderer, such as profit and loss statements and auditor’s reports for the last five years;
- Authority to seek references from the Tenderer’s bankers.
- Registration with National Construction Authority for the applicable class valid at the date of tender of submission NCA 8 and Above
- Certificate of Incorporation
- VAT Registration Certificate
- Valid current Tax compliance certificate
- PIN registration certificate
- current litigation information
Tender documents may be obtained from KeRRA Website, www.kerra.go.ke, as from 22nd February, 2018
Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:
The Regional Manager
Kenya Rural Roads Authority
Kericho Region
P.O. Box 1483,
Kericho
and deposited in the tender box located at the KERRA OFFICES, KERICHO on or before 26th Feb, 2018 at 10.00 am. Tenders will be opened 10.05am. Contractors who wish to be present during tender opening can attend.
The Authority reserves the right to accept or reject any tender without giving reasons and is not bound to accept the lowest or any tender
Eng. M.Koech
REGIONAL MANAGER
KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 21ST OCTOBER 2021
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER 10% RMLF VOTE FOR FINANCIAL YEAR 2021/2022
DOWNLOAD TENDER NOTICE HERE!!!
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.
|
BURETI CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF TEPKUTWET-MASIAT ROAD |
KeRRA/011/KCO/39/10%/004/21-22 |
OPEN |
5,900,000.00 |
REVISED DOCUMENT |
|
2. |
MAINTENANCE OF GETARWET -CHEBORGE ROAD |
KeRRA/011/KCO/39/10%/005/21-22 |
WOMEN |
5,600,000.00 |
REVISED DOCUMENT |
|
BELGUT CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF CHEPTENYE-MOCHONGOI ROAD |
KeRRA/011/KCO/39/10%/012/21-22 |
OPEN |
4,200,000.00 |
REVISED DOCUMENT |
|
2. |
MAINTENANCE OF A12KAPSOIT-KAPTOBOITI-BORBORWET ROAD |
KeRRA/011/KCO/39/10%/013/21-22 |
OPEN |
3,800,000.00 |
REVISED DOCUMENT |
|
3. |
MAINTENANCE OF ROGONGET – MARANATHA CHURCH ROAD |
KeRRA/011/KCO/39/10%/014/21-22 |
YOUTH |
3,500,000.00 |
REVISED DOCUMENT |
|
KIPKELION WEST CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF CHERARA- MUGUT – BURUTU FACTORY ROAD |
KeRRA/011/KCO/39/10%/021/21-22 |
OPEN |
6,500,000.00 |
REVISED DOCUMENT |
|
2. |
MAINTENANCE OF TOROTON-MAGIRE ROAD |
KeRRA/011/KCO/39/10%/022/21-22 |
WOMEN |
5,000,000.00 |
REVISED DOCUMENT |
|
AINAMOI CONSTITUENCY |
|||||
|
S/NO |
ROAD NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF KAPSAOS-MURERET ROAD |
KeRRA/011/KCO/39/10%/029/21-22 |
OPEN |
3,800,000.00 |
REVISED DOCUMENT |
|
2. |
MAINTENANCE OF AINAMOI-MURERET ROAD |
KeRRA/011/KCO/39/10%/030/21-22 |
YOUTH |
3,900,000.00 |
REVISED DOCUMENT |
|
3. |
MAINTENANCE OF A12 KERICHO-KEONGO ROAD |
KeRRA/011/KCO/39/10%/031/21-22 |
OPEN |
3,800,000.00 |
REVISED DOCUMENT |
|
SOIN/SIGOWET CONSTITUENCY |
|||||
|
S/NO |
ROAD NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
KIPKOK-LELAGOI |
KeRRA/011/KCO/39/10%/038/21-22 |
OPEN |
6,000,000.00 |
REVISED DOCUMENT |
|
2. |
LELAGOI-KOILSIR |
KeRRA/011/KCO/39/10%/039/21-22 |
OPEN |
5,500,000.00 |
REVISED DOCUMENT |
|
KIPKELION EAST CONSTITUENCY |
|||||
|
S/NO |
ROAD NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF LONDIANI -MAKUTANO ROAD |
KeRRA/011/KCO/39/10%/046/21-22 |
OPEN |
3,500,000.00 |
REVISED DOCUMENT |
|
2. |
MAINTENANCE OF KIPYEMIT -SITIAN ROAD |
KeRRA/011/KCO/39/10%/047/21-22 |
OPEN |
5,500,000.00 |
REVISED DOCUMENT |
|
3. |
MAINTENANCE OF KURESOI -CHESINENDE ROAD |
KeRRA/011/KCO/39/10%/048/21-22 |
PWD |
2,500,000.00 |
REVISED DOCUMENT |
Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.
Eligible bidders
- This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
- The Original bid document shall be certified duly executed by the Commissioner for Oaths
- Evaluation shall be based post qualification criteria as stated in the tender documents.
- All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security included in document The bid security shall remain valid for a period of 150 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
- Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 21ST October, 2021 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name)
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 4th November 2021 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.
Late bids will not be accepted.
FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.
ENG G.K NYAMOTA
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 8TH JUNE 2022
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER
10% RMLF SAVINGS VOTE FOR FINANCIAL YEAR 2021/2022
DOWNLOAD TENDER NOTICE HERE!!!!
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.
|
AINAMOI CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF KAPSAOS-MANYOROR ROAD |
KeRRA/08/KCO/39/10% SAV/076/21-22 |
YOUTH |
2,240,000 |
DOCUMENT |
|
BELGUT CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF SOSIOT- CHERIBO ROAD |
KeRRA/08/KCO/39/10% SAV/077/21-22 |
OPEN |
2,060,000 |
DOCUMENT |
|
BURETI CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF GETARWETJUNCTION-RORET ROAD |
KeRRA/08/KCO/39/10% SAV/078/21-22 |
OPEN |
2,500,000 |
DOCUMENT |
|
KIPKELION EAST CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGABILIGTY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF HILLTOP-LONDIANI - ROAD |
KeRRA/08/KCO/39/10% SAV/079/21-22 |
OPEN |
3,430,000 |
DOCUMENT |
|
KIPKELION WEST CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIG1BILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF CHESIGOT -KITOI |
KeRRA/08/KCO/39/10%SAV/080/21-22 |
OPEN |
3,480,000 |
DOCUMENT |
|
SOIN/SIGOWET CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF MINDILILWET-LELAGOI |
KeRRA/08/KCO/39/10% SAV/081/21-22 |
PWD |
1,580,000 |
DOCUMENT |
Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.
Eligible bidders
- This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
- The Original bid document shall be certified duly executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
- All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security included in document The bid security shall remain valid for a period of 60 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
- Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 8TH June, 2022 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name)
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 20th June 2022 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.
Late bids will not be accepted.
FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.
ENG G.K NYAMOTA
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 8TH JUNE 2022
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER
22% RMLF SAVINGS VOTE FOR FINANCIAL YEAR 2021/2022
DOWNLOAD TENDER NOTICE HERE!!!
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, and State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.
|
AINAMOI CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF CHEPKITACH-KAPMAINA ROAD |
KeRRA/08/KCO/39/22%SAV/082/21-22 |
OPEN |
5,130,000 |
DOCUMENT |
|
BELGUT CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF MOMUL-KIPTOME ROAD |
KeRRA/08/KCO/39/22% SAV/083/21-22 |
PWD |
2,690,000 |
DOCUMENT |
|
BURETI CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF CHEMOSOT – CHEPKWARKWARAN ROAD |
KeRRA/08/KCO/39/22%SAV/084-21|22 |
YOUTH |
3,970,000 |
DOCUMENT |
|
KIPKELION EAST CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF CHEPSEON COMPLEX-KIMUGUL ROAD |
KeRRA/08/KCO/39/22% SAV/085/21-22 |
WOMEN |
5,036,000 |
DOCUMENT |
|
SIGOWET/SOIN CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF KAPSOROK-KIPSITET ROAD |
KeRRA/08/KCO/39/22% SAV/086/21-22 |
OPEN |
3,000,000 |
DOCUMENT |
|
2. |
MAINTENANCE OF CHEPSENGENY - CHEMAMOR ROAD |
KeRRA/08/KCO/39/22%SAV/087/21-22 |
OPEN |
2,870,000 |
DOCUMENT |
|
KIPKELION WEST CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION |
DOWNLOAD |
|
1. |
MAINTENANCE OF CHESIGOT-SINGOIYWEK -MESWA ROAD |
KeRRA/08/KCO/39/22% SAV/088/21-22 |
OPEN |
5,210,000 |
DOCUMENT |
Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.
Eligible bidders
- This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
- The Original bid document shall be certified duly executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
- All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security included in document The bid security shall remain valid for a period of 60 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
- Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 8TH June, 2022 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name)
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 20th June 2022 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.
Late bids will not be accepted.
FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.
ENG G. K NYAMOTA
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE - ADDENDUM NO. 3
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER 22% RMLF AND 10%RMLF ALLOCATION FOR KERICHO REGION 2021/2022FY
DATE OF NOTICE: 1ST NOVEMBER, 2021
DOWNLOAD ADDENDUM NO.3 HERE!!!!
Reference is made to the above captioned Tender Notice issued on 21st October, 2021.
Pursuant to section 10, on Amendment to tendering, we hereby wish to withdraw and Amend the Tender Documents for both 22%RMLF and 10%RMLF which were to be closed/opened on 2nd November 2021 and 4th November 2021 respectively. The Revised dates for Closing/Opening is as follows;
|
S/NO |
FUNDING |
INITIAL CLOSING /OPENING DATE |
REVISED OPENING /CLOSING DATE |
|
1 |
22% RMLF |
2ND NOVEMBER, 2021 |
10TH NOVEMBER, 2021 |
|
2 |
10% RMLF |
4TH NOVEMBER, 2021 |
12TH NOVEMBER, 2021 |
NB: ALL interested bidders are advised to check on the kerra website from time to time.
All potential bidders are advised to download revised tender documents as from 2nd November, 2021
FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.
ENG. G.K NYAMOTA
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
DATE OF TENDER NOTICE 21ST AUGUST, 2023
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER EMERGENCY ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.
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 bids from eligible Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
RESERVATION |
BUDGET ALLOCATION |
||
|
1. |
E187J: |
E187J: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF ACCESS ROAD TO KAPKATE HOSPITAL |
KeRRA/08/KCO/39/BURETI/EMERGENCY/063-23|24 |
REGISTERED CONTRACTORS |
OPEN |
8,190,500.00 |
|
|
2 |
E219: |
E219: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIPSITET-NDOYOMARE-KAPLELACH-KISUMU CONCRETE |
AGPO |
WOMEN |
8,980,640.00 |
||
|
3. |
F7052: |
F7052: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIPSITET - POLICE POST |
AGPO |
YOUTH |
8,987,948.00 |
||
|
4. |
E7118: |
E7118: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF NYABERI-CHEPSENGENY -KISUMU CONCRETE |
AGPO |
WOMEN |
8,792,843.20 |
||
|
5. |
E7118: |
E7118: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF SIMBI JCN-NGENDALEL DISPENSARY |
AGPO |
YOUTH |
8,966,998.20 |
||
|
6 |
E7120: |
SPOT IMPROVRMENT AND ROUTINE MAINTENANCE OF CENTRE JUU-KABARTGAN-CHEPMOIYWA JCN ROAD |
OPEN |
Registered Contractors in Kericho Region |
6,000,000.00 |
||
|
7 |
E7121: |
SPOT IMPROVRMENT AND ROUTINE MAINTENANCE OF MOI SITOWET CENTRE -KAPKAWA JCN ROAD |
OPEN |
Registered Contractors in Kericho Region |
6,000,000.00 |
||
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 29thAugust, 2023 at 11.00 am.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
- Director(s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Amount.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
Eng G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
DATE OF TENDER NOTICE 21ST DECEMBER, 2023
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER EMERGENCY ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.
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 bids from eligible Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
RESERVATION |
BUDGET ALLOCATION |
|
|
1. |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KUSUMEK- C754 ISAACKO – KIPTUI BRIDGE ROAD |
REGISTERED CONTRACTORS |
AGPO |
5,000,000.00 |
|
|
2 |
ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF SOSIOT- KAPSUSER MARKET ROAD |
REGISTERED CONTRACTORS |
OPEN |
5,000,000.00 |
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 2nd, January 2024 at 11.00 am.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
Eng G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE:27TH JULY, 2020
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADSUNDER GOK ALLOCATION ALLOCATIONS-2019/20/FY
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA,Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roadsin the following schedule funded by the Government of Kenya in the Financial Year 2019/2020
|
S/NO. |
DESCRIPTION |
TENDER NO. |
RESERVATION |
BUDGET |
DOWNLOAD |
|
1 |
CHESINENDE-MAGERER |
KeRRA/011/KCO/39/GOK/076/OPEN/19-20 |
OPEN |
4,000,000.00 |
DOCUMENT |
|
2 |
BROOKE -TEA RESEARCH |
KeRRA/011/KCO/39/GOK/077/WOMEN/19-20 |
WOMEN |
6,000,000.00 |
DOCUMENT |
|
3 |
KAPSAOS-KIPSIGORI |
KeRRA/011/KCO/39/ GOK/058/WOMEN/19-20 |
WOMEN |
5,000,000.00 |
DOCUMENT |
Bidders should familiarise themselves with the project site before bidding.
Maximum 2 bids per company
INSTRUCTIONS TO TENDERERS
Eligible bidders must meet/provide the following requirements:
- Certified copy of Certificate of Incorporation
- PIN and VAT Registration Certificate
- Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
- Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
- Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
- Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
- Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
- Proof of major items of construction equipment owned or leased;
- CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
- Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
- Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
- A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
- Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
- Litigation History.
- Bidders shall sequentially serialise all pages for each tender document submitted.
- Bidders must be prequalified in Kericho Region for the relevant category of works(Does not apply to Youth, Women and PWD Tenders)
- Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
- Duly filled, Stamped & Signed Form of Bid
- Duly filled & Stamped Confidential Business Questionnaire
- Duly filled, stamped and signed Power of Attorney form
- Dully filled Tender Securing Declaration Form
- A copy of Pre-tender site visit certificate
- Provide a brief work methodology
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- No bidder shall be awarded more than one tender as advertised in this notice.
- Tenders shall remain valid for a period of 120 days from the date of submission
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Monday,27th July, 2020 or obtain complete Tender Documents KeRRA, Kericho Regional Officeduring normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya CommercialBank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name:KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or beforeThursday,6th August, 2020 at 10.00 am.Due to Covid-19 pandemic tenders will be quarantined for at least 48 hours upon receiving and opened in the presence of tenderers or their representative as communicated during bid submission.
Late bids will not be accepted.
REGIONAL DEPUTY DIRECTOR
KERICHO REGION
KENYA RURAL ROADS AUTHORITY KERICHO REGION
DATE OF TENDER NOTICE 17TH MAY 2024
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUSROADS IN KERICHO REGION
KeRRA is a State Corporation within the State Department of Infrastructure under the Ministry of Roads and Transport and established through the Kenya Roads Act, 2007, with the primary mandate is to develop, rehabilitate, maintain and manage the rural road network in the country.
- The Authority hereby invites bids from eligible Construction Companies to bid for Periodic/Routine Maintenance, Spot Improvement of Road and Drainage Structures on roads in Kericho Region; to be financed by the GoK Development Vote and the CS through the Road Maintenance Levy Fund respectively for the Financial Year 2023/2024.
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
S/NO. |
TENDER NUMBER |
TENDER NAME |
TENDER SUBMISSION CLOSING DATE |
ELIGIBILITY |
RESERVATION |
|
1 |
F7048: KIPTERE - KAPKOCHEI ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
2 |
E7120: KIPSITETAINAMOI BORDER ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
3 |
E7103: KELUNET-SOTIK HIGHLAND ROAD |
27-05-2024 |
AGPO |
YOUTH |
|
|
4 |
G712811: KIPTEWITKAPKITONY ROAD |
27-05-2024 |
AGPO |
WOMEN |
|
|
5 |
D1757: KAPSAOS- AINAMOI ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
6 |
G73023: MIMOSA- SAMUTET ROAD |
27-05-2024 |
AGPO |
WOMEN |
|
|
7 |
C752: KAPSIRGONGKEONGO TOWN ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
8 |
URA2: KENYA POWEROCHI ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
9 |
G712659: MANYOROR - CHEBIGEI – OTUI ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
10 |
G73122: TELANETKIPSAMUNGUT ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
11 |
E7122: TORIT-KENEGUT BORDER ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
12 |
E222: AINAMOI TOWNACCES ROAD |
27-05-2024 |
AGPO |
WOMEN |
|
|
S/NO. |
TENDER NUMBER |
TENDER NAME |
TENDER SUBMISSION CLOSING DATE |
ELIGIBILITY |
RESERVATION |
|
13 |
E7131: AINAMOI YASSOMOK ROAD |
27-05-2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
14 |
G73166: CHEBORGEITEBESONIC ROAD |
03.06.2024 |
AGPO |
YOUTH |
|
|
15 |
E7103: KIBARAAKELUNET HIGHLAND JCN ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
16 |
E7103: ARAP REROKIBARAA ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
17 |
D1733: KAP DC- ROGONYA PANDA PILIS ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
18 |
URBU2: TEPKUTWET - MASIAT ROAD |
03.06.2024 |
AGPO |
WOMEN |
|
|
19 |
G73109: KIPLALMATSEGEREK-KAPSOROK ROAD |
03.06.2024 |
AGPO |
YOUTH |
|
|
20 |
E7134: KIPLELGUTIK JCN-KIMOROGO ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
21 |
C754: CHEPTERWO - NUKYAT NGESUM ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
22 |
URBU:2 TEPKUTWET – MASIAT ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
23 |
E6164: CHESIGOT - KENUGUT BORDER ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
24 |
URW12: KEBENETINDODUSAT ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
25 |
G712729: TOROTON – TULWAPMOI ROAD |
03.06.2024 |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
|
|
26 |
E6164: CHESIGOTMOMBWO BORDER ROAD |
03.06.2024 |
AGPO |
WOMEN |
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before the stipulated closing date per tender in the above table.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office
of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- To enhance equity, bidders will only be awarded a Maximum of Two (2) Tenders, under this Tender Notice which are the most advantageous to the Employer.
- Director(s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
Eng. G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE
Date of Tender Notice: 29th October, 2024
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS IN KERICHO REGION
KeRRA is a State Corporation within the State Department of Infrastructure under the Ministry of Roads and Transport and established through the Kenya Roads Act, 2007, with the primary mandate is to develop, rehabilitate, maintain and manage the rural road network in the country.
- The Authority hereby invites bids from eligible Construction Companies to bid for Periodic/Routine Maintenance, Spot Improvement of Road and Drainage Structures on roads in Kericho Region; to be financed through the Road Maintenance Levy Fund for the Financial Year 2024/2025.
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge; as from 29th October 2024.
|
S/NO. |
INVITATION TO TENDER (ITT) No. |
TENDER NAME |
ELIGIBILITY |
RESERVATION |
| 1 |
F7048: TAPLOTIN - CHEYMEN TBC - CHEYMEN PRI. SCH - ACHANGWAN ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 2 |
C756: CHANGWARE - KAPKURES TBC ROAD |
AGPO |
PWD |
|
| 3 |
D1735: SERETUT JCN -KESAGETIEK TBC ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 4 |
URB4: TELDET CORNER - KOITALEL PRIMARY ROAD |
AGPO |
WOMEN |
|
| 5 |
F7047: KIPTOME SIGNPOST - MOMUL FACTORY |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 6 |
E1107: SOSIOT - CHEPKOINO - CHERIBO ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 7 |
G73122: CHEPKURBET - KELDABELYOT ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 8 |
D1754: KIMAECH TBC - NJERIAN - SAM COMMUNITY ROAD |
AGPO |
YOUTH |
|
| 9 |
E7122: TORIT - KENEGUT |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 10 |
C752: WEMA - KIBARAO – DUKAMOJA ROAD |
AGPO |
PWD |
|
| 11 |
D1757: MAGIGER BOX CULVERT |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 12 |
G712659: SUGUTEK - MANYORO - CHEPKARKANG – OTUI ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 13 |
E7130: TENDWET - BUCHENGE – CHEPKOIYA ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 14 |
URBU3: KAPSAGUT - TBC - SONGI DIP ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 15 |
E7103: CORNER MBAYA - SOTIK HIGHLAND ROAD |
AGPO |
YOUTH |
|
| 16 |
E7103: NGOINA CANTEEN – KELUNET ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 17 |
G73166: RORET-GETARWET ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 18 |
URBU3: CHEMOSOT MRKT-PEFA CHURCH ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 19 |
URBU2: BURETI TTI-BUTUIIK MACHESOK ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 20 |
G73166: BAKOIYOT-TEBESONIK ROAD |
AGPO |
PWD |
|
| 21 |
E7118: CHERAMOR-CHEPSENGENY ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 22 |
C752: BASIC-KIPTENDEN -KENYA MEAT KUCHE ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 23 |
E219: KAPLELARTET CHIEF OFFICE-CHEBITET-KAPMOLOK ROAD |
AGPO-WOMEN |
WOMEN |
|
| 24 |
G73181: KELEGES-THESALIA-MOHORONI JCN ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 25 |
G73128: SONDU - TABAITA PRY |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 26 |
D1731: KIPSITET – KAPSOROK ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 27 |
F7047: KOIYAT - IRAA GIRLS - MASARE ROAD |
AGPO |
PWD |
|
| 28 |
E7128: C687TUIYOBEI-KIPSIRICHET ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 29 |
G712632: KAPSEGER-MOSOMBORIK-INDERIOT ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 30 |
G712632: KAPTENET-KAPSEGER-MURASOI ROAD |
AGPO |
YOUTH |
|
| 31 |
G712736: AGC-KIPRENGWE-MITI MOJA ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 32 |
C687: LONDIANI JNC-TULWAP-CHEBEWOR ROAD |
AGPO |
WOMEN |
|
| 33 |
G712793: AGC-CHERES-KAMWINGI2 ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 34 |
E6164: TUIYOGAA FCS-CHESIGOT-SINGOIWEK-MOMBWO ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 35 |
E7124: KAPIAS-CHERARA-KOKWET JNC ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 36 |
G712732: TINGATELA SEC ROAD AND MURAO CENTRE JNC-KESONGOSHO JNC ROAD |
AGPO |
WOMEN |
|
| 37 |
E250: KOKWET-BURUTU-KAPLELIT ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 38 |
G712732: MUTAI LELEI-KIPSEGI ROAD |
AGPO |
YOUTH |
|
| 39 |
G73282: LAVINGTON-CHEPTILILBEI-PINUS ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 40 |
G712587: CHERIBO TBC-TURGUITO PRIMARY ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 41 |
R6 KERICHO: KAPTOBOIT JUNCTION-BORBORWET SECONDARY SCHOOL ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 42 |
R6 KERICHO: MACHORWA-KAPTOBOIT JUNCTION ROAD |
AGPO |
YOUTH |
|
| 43 |
G729978: KABIANGA TBC-KAPCHELUCH TBC ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 44 |
E7119: SITOTWET - CHEPKOINIK – CHEPSOO ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 45 |
E222: TOWNSHIP – KAPSIRGONG ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 46 |
G712624: YAASOMOK - POIYWEK – CHEPKOIYO ROAD |
AGPO |
WOMEN |
|
| 47 |
URA3: TORIT – NURSERY ROAD |
AGPO |
YOUTH |
|
| 48 |
G712647: GETARWET KABITUNGU ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 49 |
G712646: KAPKATET-BOITO |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 50 |
D1733: PANDA PILIS -SACHANGWAN ROAD |
AGPO |
WOMEN |
|
| 51 |
E7122: KOITABUROT-KAPCHEBWAI-KISUMU NDOGO-MUHORONI JCN ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 52 |
G73128: TABAITA PRY-DOT COM ROAD |
AGPO |
PWD |
|
| 53 |
E7129: KAP-ELY-NGATUMEK ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 54 |
G712793: LONDIANI MITI TATU ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 55 |
G712793: HILL-TEE-MAGUMAIINI -KAPSABET ROAD |
AGPO |
PWD |
|
| 56 |
E7122: KENEGUT-CHEPNGOSOS ROAD |
AGPO |
PWD |
|
| 57 |
E7126: BARSIELE-KIMOLOGIT-NGENDALEL ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
|
| 58 |
G712730: BLUEHILLS-KIPSEGI-CHEMOSOGON ROAD |
REGISTERED CONTRACTORS IN KERRA KERICHO REGION |
OPEN |
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before the stipulated closing date per tender in the above table.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
- Director(s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Box located at the address bellow on or before 21st November 2024 at 11.00AM
The Regional Director’s Office.
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
Eng. G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
DATE OF TENDER NOTICE 28TH DECEMBER, 2023
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER AIA ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.
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 bids from eligible Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
S/NO |
TENDER NAME |
TENDER NO. |
CONSTITUENCY |
ELIGIBILITY |
RESERVATION |
BUDGET ALLOCATION (Kshs.) |
|
1 |
SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF KIPSITET-KAPSOROK ROAD |
SOIN/ SIGOWET |
AGPO |
YOUTH |
6,100,00.00 |
|
|
|
|
|
|
|
|
|
|
2 |
SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF SOLIAT-CHEMALUK ROAD |
SOIN/ SIGOWET |
AGPO |
YOUTH |
6,100,00.00 |
|
|
|
|
|
|
|
|
|
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 8th January 2024 at 11.00 am.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
- Director(s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Sum.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
Eng G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE-05
DATE OF TENDER NOTICE: 29TH JUNE, 2023
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS UNDER 22% RMLF SAVINGS FOR FINANCIAL YEAR 2022/2023
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Roads & Transport invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the 22% RMLF Savings for the Financial Year 2022/2023.
|
|
Tender No. |
Road Name (No) |
Reservation |
Engineer’s Estimate |
|
1 |
Sitotwet-Chemoibei (E7119) Road |
PWD |
4,231,912.00 |
|
|
2 |
Sosiot -Cheribo (G712587) Road |
OPEN |
4,231,332.00 |
|
|
3 |
Roret -Mabasi (F7042) Road |
YOUTH |
5,492,183.00 |
|
|
4 |
Kamwingi -Aeial T (D1732) Road |
OPEN |
4,919,652.00 |
|
|
5 |
Ngirimori -CRF (C673) Road |
OPEN |
6,354,480.00 |
|
|
6 |
Basic Jcn – Kiptenden -Kamaget (D752) Road |
WOMEN |
5,812,171.00 |
There shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works including obtaining pretender site visit certificate signed by the employer’s representative. The costs of visiting the site shall be at the bidder’s own expense.
Eligible bidders
- This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
- The Original bid document shall be certified duly executed by the Commissioner for Oaths
- Evaluation shall be based post qualification criteria as stated in the tender documents.
- Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 29th JUNE 2023 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1,000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name)
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 12th July 2023, at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.
Late bids will not be accepted.
ENG G.K. NYAMOTA
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE 3RD OCTOBER, 2023
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER 10% ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.
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 bids from eligible Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
RESERVATION |
BUDGET ALLOCATION |
||
|
|
AINAMOI CONSTITUENCY |
||||||
|
1. |
MAINTENANCE OF TORIT - TORSOGEK PRIMARYROAD |
REGISTERED CONTRACTORS |
OPEN |
4,981,968.00 |
|||
|
2. |
MAINTENANCE OF KAPSAOS - MURERET ROAD |
REGISTERED CONTRACTORS |
OPEN |
6,069,885.60 |
|||
|
3. |
MAINTENANCE OF KENYA POWER - OCHI - KAP KETIENYA ROAD |
AGPO |
PWD |
3,064,836.00 |
|||
|
4. |
MAINTENANCE OF MURERET - AINAMOI ROAD |
REGISTERED CONTRACTORS |
OPEN |
6,119,936.12 |
|||
|
|
BELGUT CONSTITUENCY |
||||||
|
1. |
MAINTENANCE OF CHEPKOSILEN - BELGUT TTI ROAD |
REGISTERED CONTRACTORS |
OPEN |
5,427,442.80 |
|||
|
2. |
MAINTENANCE OF CHEPNYOGAA-KAPKITONY - MOMUL TI ROAD |
REGISTERED CONTRACTORS |
OPEN |
6,195,768.80 |
|||
|
3. |
MAINTENANCE OF SBI JCN - TG38 TBC CHEBOSERON ROAD |
AGPO |
WOMEN |
8,614,380.40 |
|||
|
|
BURETI CONSTITUENCY |
||||||
|
1. |
MAINTENANCE OF SOSIT CHEPLANGETROAD |
REGISTERED CONTRACTORS |
OPEN |
7,943,912.00 |
|||
|
2. |
MAINTENANCE OF TEPKUTWET – MASIAT ROAD |
AGPO |
YOUTH |
7,457,513.10 |
|||
|
3. |
MAINTENANCE OF KUSUMEK - KIPTUI – ISAKO ROAD |
REGISTERED CONTRACTORS |
OPEN |
4,835,912.40 |
|||
|
|
KIPKELION EAST CONSTITUENCY |
||||||
|
1. |
MAINTENANCE OF KAP ELI - SITIAN – KIPYEMIT ROAD |
REGISTERED CONTRACTORS |
OPEN |
5,346,760.16 |
|||
|
2. |
MAINTENANCE OF KIPKELION-KIMUGUL ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,573,346.00 |
|||
|
3. |
MAINTENANCE OF LONDIANI – UNITED-KIMASIAN ROAD |
AGPO |
WOMEN |
6,306,664.80 |
|||
|
|
KIPKELION WEST CONSTITUENCY |
||||||
|
1. |
MAINTENANCE OF FORTENAN-KOKWET ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,111,056.40 |
|||
|
2. |
MAINTENANCE OF FORTENAN – CHERARA ROAD |
REGISTERED CONTRACTORS |
OPEN |
4,674,210.72 |
|||
|
3. |
MAINTENANCE OF CRF CHELALOI - IMBARAGAI – KIPTENDEN ROAD |
AGPO |
YOUTH |
7,451,480.40 |
|||
|
|
SIGOWET/SOIN CONSTITUENCY |
||||||
|
1. |
MAINTENANCE OF KAPLELARTET (KADINDA) BOX CULVERT ROAD |
REGISTERED CONTRACTORS |
OPEN |
6,717,850.00 |
|||
|
2. |
MAINTENANCE OF KIPKOK – LELAGOI ROAD |
REGISTERED CONTRACTORS |
OPEN |
9,510,096.44 |
|||
|
3. |
MAINTENANCE OF MINDILWET-LELAGOI ROAD |
AGPO |
PWD |
4,009,713.07 |
|||
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 17thOctober, 2023 at 11.00 am.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
- Director(s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Sum.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
Eng G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 3RD OCTOBER, 2023
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER 22% ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.
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 bids from eligible Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
RESERVATION |
BUDGET ALLOCATION |
|
|
|
AINAMOI CONSTITUENCY |
|||||
|
1. |
MAINTENANCE OF CORNERSHOP-TOROR – KAPZAKAYO ROAD |
REGISTERED CONTRACTORS |
OPEN |
9,207,759.84 |
||
|
2. |
MAINTENANCE OF MASO - MURERET ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,046,548.80 |
||
|
3. |
MAINTENANCE OF KAPSAOS – KIPSIGORI ROAD |
AGPO |
WOMEN |
4,353,561.20 |
||
|
4. |
MAINTENANCE OF PANDA - TELANET - KAPBARUSO ROAD |
AGPO |
YOUTH |
6,691,808.00 |
||
|
5. |
MAINTENANCE OF TELANET- KETITUI-CHERIBO ROAD |
REGISTERED CONTRACTORS |
OPEN |
5,055,779.61 |
||
|
6. |
MAINTENANCE OF CHEBIGEN - OTUI ROAD |
REGISTERED CONTRACTORS |
OPEN |
6,177,336.40 |
||
|
7. |
MAINTENANCE OF SITOTWET – CHEMOIBEI ROAD |
AGPO |
PWD |
4,989,624.00 |
||
|
|
BELGUT CONSTITUENCY |
|||||
|
1. |
MAINTENANCE OF KONDAMET – KIPLAMATT ROAD |
AGPO |
YOUTH |
6,913,124.40 |
||
|
2. |
MAINTENANCE OF CHERONGET DISPENSARY – TUIYOBEK ROAD |
REGISTERED CONTRACTORS |
OPEN |
9,112,960.00 |
||
|
3. |
MAINTENANCE OF KAPSOI F STATION - BORBORWET TG38 ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,883,836.80 |
||
|
4. |
MAINTENANCE OF TELDET CORNER - KEBEN - KIPTULE ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,710,242.80 |
||
|
5. |
MAINTENANCE OF CHEPNAGAI JCN - CHESISE – KIPRANYE ROAD |
AGPO |
WOMEN |
7,600,064.80 |
||
|
6. |
MAINTENANCE OF KABIANGA FACTORY - KAPCHELUCH TBC - KABIANGA TBC ROAD |
AGPO |
PWD |
3,302,392.40 |
||
|
|
BURETI CONSTITUENCY |
|||||
|
1. |
MAINTENANCE OF NGOINA - KELUNET - SOTIK TEA ROAD |
REGISTERED CONTRACTORS |
OPEN |
9,896,486.18 |
||
|
2. |
MAINTENANCE OF BOREIYWEK JCN- TIRITAB MOITA ROAD |
REGISTERED CONTRACTORS |
OPEN |
9,633,022.00 |
||
|
3. |
MAINTENANCE OF MOSORE – KAPLELACH-MOCHORWA SIGN POST- CHERERA ROAD |
REGISTERED CONTRACTORS |
OPEN |
7,069,376.40 |
||
|
4. |
MAINTENANCE OF CHEBINYINY – LELACH ROAD |
AGPO |
YOUTH |
6,775,815.20 |
||
|
5 |
MAINTENANCE OF KABITUNGU - ROGONGET ROAD |
AGPO |
WOMEN |
5,695,507.20 |
||
|
6. |
MAINTENANCE OF CHEMOSOT - CHEMOIYWA ROAD |
AGPO |
PWD |
5,452,208.80 |
||
|
|
KIPKELION EAST CONSTITUENCY |
|||||
|
1. |
MAINTENANCE OF CHEPSIR – KAPCHAPAS ROAD |
AGPO |
WOMEN |
7,142,676.80 |
||
|
2. |
MAINTENANCE OF LEBERER - KAMACHUMWA - MUTHANYA ROAD |
AGPO |
YOUTH |
5,504,165.20 |
||
|
3. |
MAINTENANCE OF MITI TATU - KAMWINGI 2 ROAD |
AGPO |
PWD |
5,884,042.00 |
||
|
4. |
MAINTENANCE OF LONDIANI - KAPKONDOR – TILOLWET ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,781,176.80 |
||
|
5. |
MAINTENANCE OF KAMWINGI 2 - SORGET - HILL TEE ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,622,338.00 |
||
|
6. |
MAINTENANCE OF NYAYO TEA ZONE – KILETIEN ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,541,346.80 |
||
|
|
KIPKELION WEST CONSTITUENCY |
|||||
|
1. |
MAINTENANCE OF BARSIELE - KENYELET – KIJUCHUN ROAD |
REGISTERED CONTRACTORS |
OPEN |
7,394,385.20 |
||
|
2. |
MAINTENANCE OF KAPLELIT JCN - KAMIWA – KAPKESE ROAD |
AGPO |
WOMEN |
5,930,824.80 |
||
|
3. |
MAINTENANCE OF KAP KAIRU - KAPKOROS – MLANGO ROAD |
REGISTERED CONTRACTORS |
OPEN |
6,844,379.32 |
||
|
4. |
MAINTENANCE MTARAGON - MORERO - CHANGEE ROAD |
REGISTERED CONTRACTORS |
OPEN |
5,513,108.80 |
||
|
5. |
MAINTENANCE OF TOROTON - YALA – MAGIRE ROAD |
AGPO |
YOUTH |
5,661,240.00 |
||
|
6. |
MAINTENANCE OF SEGETET (KAPLABOTWO) - KAPLABAN – KIMOLOGIT ROAD |
REGISTERED CONTRACTORS |
OPEN |
5,308,728.40 |
||
|
7. |
MAINTENANCE OF CHANGEE -CENTRE JUU - SAOSET ROAD |
REGISTERED CONTRACTORS |
OPEN |
7,869,764.80 |
||
|
|
SIGOWET/SOIN CONSTITUENCY |
|||||
|
1. |
MAINTENANCE OF KAMINEIWO - CHEMAMOR ROAD |
REGISTERED CONTRACTORS |
OPEN |
7,361,197.60 |
||
|
2. |
MAINTENANCE OF KOITABUROT - KEJIRIET ROAD |
AGPO |
YOUTH |
7,480,741.86 |
||
|
3. |
MAINTENANCE OF SIMBI – NYABERI ROAD |
REGISTERED CONTRACTORS |
OPEN |
8,531,231.60 |
||
|
4. |
MAINTENANCE OF MASARE – KIMOROGO ROAD |
REGISTERED CONTRACTORS |
OPEN |
6,062,332.34 |
||
|
5. |
MAINTENANCE OF KIPTERE - KAPKOCHEI ROAD |
REGISTERED CONTRACTORS |
OPEN |
4,784,292.40 |
||
|
6. |
MAINTENANCE OF CHEPTARIT -KALYANGWET ROAD |
REGISTERED CONTRACTORS |
OPEN |
4,164,956.80 |
||
|
7. |
MAINTENANCE OF LAITIKO JCN - CHEPTILILIK PRY - AINAMOI BORDER ROAD |
AGPO |
WOMEN |
6,137,513.60 |
||
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 17thOctober, 2023 at 11.00 am.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
- Director(s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Amount.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
Eng G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
DATE OF TENDER NOTICE 29th JANUARY 2024
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER AIA ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.
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 bids from eligible Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2023/2024
- Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
RESERVATION |
BUDGET ALLOCATION (Kshs.) |
|
1 |
SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF F7048: KIPTERE - KAPKOCHEI ROAD |
AGPO |
WOMEN |
6,000,00.00 |
|
|
2 |
SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF G73128: SONDU-KAPSITII-BANGOROR JCN ROAD |
KeRRA/08/KCO/39/SOIN/EMERGENCY/068-23|24
|
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
6,000,00.00 |
|
3 |
SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF E7120: KIPSITET-AINAMOI BORDER ROAD |
REGISTERED CONTRACTORS IN KERICHO REGION |
OPEN |
6,000,00.00 |
|
|
|
|
|
|
|
|
- Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.
The Regional Director
Kenya Rural Roads Authority,
Kericho Region,
P.O. Box 1483 - 20200, Kericho.
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
Ministry of Transport Complex, Off Hospital Road
- There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 5th February 2024 at 11.00 am.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
- Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- Director(s) bidding under different companies for the same tender will be disqualified.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
- The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Sum.
- All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.
Eng G.K. Nyamota
Regional Director -Kericho Region
For: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE:13TH JULY,2020
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADSUNDER GOK ALLOCATION& 10%CS ALLOCATIONS RMLF 2019/20/FY
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA,Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roadsin the following schedule funded by the Government of Kenya in the Financial Year 2019/2020
|
S/NO. |
DESCRIPTION |
TENDER NO. |
RESERVATION |
BUDGET |
DOWNLOAD |
|
1 |
TOROTON-MAGIRE BOX CULVERT |
KeRRA/011/KCO/39/CS/006/OPEN/19-20 |
OPEN |
9,000,000.00 |
DOCUMENT |
|
2 |
NGIRIMORI-CHERARA ROAD BOX CULVERT(KIMORIO BOX CULVERT) |
KeRRA/011/KCO/39/CS/007/OPEN/19-20 |
OPEN |
9,000,000.00 |
DOCUMENT |
|
3 |
MOSOMBORIK-NDERIOT-PRY SCHOOL |
KeRRA/011/KCO/39/ GOK/069/OPEN/19-20 |
OPEN |
5,000,000.00 |
DOCUMENT |
|
4 |
RINGA-KISABO |
KeRRA/011/KCO/39/ GOK/070/OPEN/19-20 |
WOMEN |
5,000,000.00 |
DOCUMENT |
|
5 |
KABAO-KIMASIAN |
KeRRA/011/KCO/39/ GOK/057/OPEN/19-20 |
OPEN |
5,000,000.00 |
DOCUMENT |
|
6 |
KEDOWA-NDARUGU |
KeRRA/011/KCO/39/ GOK/061/YOUTH/19-20 |
YOUTH |
5,000,000.00 |
DOCUMENT |
|
7 |
LONDIANI-KIMAUT |
KeRRA/011/KCO/39/GOK/067/OPEN/19-20 |
OPEN |
5,000,000.00 |
DOCUMENT |
|
8 |
SITIAN-NGATUMEK |
KeRRA/011/KCO/39/ GOK/064/OPEN/19-20 |
OPEN |
5,000,000.00 |
DOCUMENT |
|
9 |
KAPSEGER-MURASOI |
KeRRA/011/KCO/39/GOK/059/PWD/19-20 |
PWD |
5,000,000.00 |
DOCUMENT |
|
10 |
KIPKELION-KIMUGUL |
KeRRA/011/KCO/39/GOK/063/OPEN/19-20 |
OPEN |
5,000,000.00 |
DOCUMENT |
|
11 |
KIMUGUL-KAP DAVID |
KeRRA/011/KCO/39/GOK/062/OPEN/19-20 |
OPEN |
5,000,000.00 |
DOCUMENT |
|
12 |
CHEMOSOT-KIPTORORGO-CHEMOIYWA |
KeRRA/011/KCO/39/GOK/054/WOMEN/19-20 |
WOMEN |
5,000,000.00 |
DOCUMENT |
|
13 |
BANDA PILIS-SACHANGWAN-KAMPALA |
KeRRA/011/KCO/39/GOK/053/OPEN/19-20 |
OPEN |
5,000,000.00 |
DOCUMENT |
|
14 |
SUGUTEK-KALYET-PINUS |
KeRRA/011/KCO/39/GOK/072/PWD/19-20 |
PWD |
5,000,000.00 |
DOCUMENT |
Bidders should familiarise themselves with the project site before bidding.
Maximum 2 bids per company
INSTRUCTIONS TO TENDERERS
Eligible bidders must meet/provide the following requirements:
- Certified copy of Certificate of Incorporation
- PIN and VAT Registration Certificate
- Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
- Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
- Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
- Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
- Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
- Proof of major items of construction equipment owned or leased;
- CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
- Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
- Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
- A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
- Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
- Litigation History.
- Bidders shall sequentially serialise all pages for each tender document submitted.
- Bidders must be prequalified in Kericho Region for the relevant category of works(Does not apply to Youth, Women and PWD Tenders)
- Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
- Duly filled, Stamped & Signed Form of Bid
- Duly filled & Stamped Confidential Business Questionnaire
- Duly filled, stamped and signed Power of Attorney form
- Dully filled Tender Securing Declaration Form
- A copy of Pre-tender site visit certificate
- Provide a brief work methodology
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- No bidder shall be awarded more than one tender as advertised in this notice.
- Tenders shall remain valid for a period of 120 days from the date of submission.
- Bidders to use 16% VAT but 14% VAT will apply during payment period\ as per the current law.
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Monday,13th July, 2020 or obtain complete Tender Documents KeRRA, Kericho Regional Officeduring normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya CommercialBank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name:KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or beforeWednesday,22NDJuly,2020 at 10.00 am. Due to Covid-19 pandemic tenders will be quarantined for 48 hours upon receiving and opened in the presence of tenderers or their representative as communicated during bid submission.
Late bids will not be accepted.
REGIONAL DEPUTY DIRECTOR
KERICHO REGION
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER
10% RMLF VOTE FOR FINANCIAL YEAR 2021/2022
DATE OF TENDER NOTICE: 25TH NOVEMBER 2021
DOWNLOAD TENDER NOTICE HERE!!!
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.
|
KIPKELION WEST CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF CHEBARA- MUGUT – BURUTU FACTORY ROAD |
KeRRA/011/KCO/39/10%/021/21-22 |
OPEN |
4,800,000.00 |
DOCUMENT |
|
2. |
MAINTENANCE OF TOROTON-MAGIRE ROAD |
KeRRA/011/KCO/39/10%/022/21-22 |
WOMEN |
3,300,000.00 |
DOCUMENT |
|
3. |
MAINTENANCE OF KAPKATET JCN - LELU |
KeRRA/011/KCO/39/10%/054/21-22 |
YOUTH |
3,400,000.00 |
DOCUMENT |
Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.
Connecting Devolved Kenya
Eligibility of bidders
- This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory requirement. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
- The Original bid document shall be duly certified executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
- All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security format included in document. The bid security shall remain valid for a period of 150 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
- Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 25TH November, 2021 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name)
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 7TH December 2021 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.
Late bids will not be accepted.
Inquiries shall be sent to the the Regional Director On This email address is being protected from spambots. You need JavaScript enabled to view it.
Connecting Devolved Kenya
Eng G.K. Nyamota
Regional Director- Kericho Region
KENYA RURAL ROADS AUTHORITY KERICHO REGION
TENDER NOTICE
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER
22% RMLF VOTE FOR FINANCIAL YEAR 2021/2022
DATE OF TENDER NOTICE: 25TH NOVEMBER 2021
DOWNLOAD TENDER NOTICE HERE!!!
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.
|
KIPKELION WEST CONSTITUENCY |
|||||
|
S/NO |
TENDER NAME |
TENDER NO. |
ELIGIBILITY |
BUDGET ALLOCATION
|
DOWNLOAD |
|
1. |
MAINTENANCE OF KENEGUT BORDER-CHESIGOT ROAD |
KeRRA/011/KCO/39/22%/015/21-22 |
OPEN |
4,800,000.00 |
DOCUMENT |
|
2. |
MAINTENANCE OF CRF- KAPKWEN ROAD |
KeRRA/011/KCO/39/22%/016/21-22 |
OPEN |
4,000,000.00 |
DOCUMENT |
|
3. |
MAINTENANCE OF NDABUSAT-KEBENETI ROAD |
KeRRA/011/KCO/39/22%/017/21-22 |
OPEN |
3,500,000.00 |
DOCUMENT |
|
4. |
MAINTENANCE OF BLUE HILLS- KIPSEGI- CHEMOSOGON ROAD |
KeRRA/011/KCO/39/22%/018/21-22 |
OPEN |
4,000,000.00 |
DOCUMENT |
|
5. |
MAINTENANCE OF BARSIELEKENYELET TUIYOBEI ROAD |
KeRRA/011/KCO/39/22%/019/21-22 |
WOMEN |
4,000,000.00 |
DOCUMENT |
|
6. |
MAINTENANCE OF BARSIELEKIMOLOGIT ROAD |
KeRRA/011/KCO/39/22%/020/21-22 |
YOUTH |
5,000,000.00 |
DOCUMENT |
Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.
Connecting Devolved Kenya
Eligible bidders
- This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
- The Original bid document shall be certified duly executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
- All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security format included in document The bid security shall remain valid for a period of 150 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
- Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 25TH November, 2021 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name)
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 7TH December 2021 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.
Late bids will not be accepted.
Inquiries Shall be sent to the Regional Director on This email address is being protected from spambots. You need JavaScript enabled to view it.
Connecting Devolved Kenya
Eng. G.K Nyamota
Regional Director- Kericho Region
KERICHO REGION
TENDER NOTICE
TENDER ADDENDUM NO. 1
DATE OF ADDENDUM: 6TH NOVEMBER 2019
TENDERS FOR ROUTINE MAINTENANCE OF VARIOUS ROADS FUNDED UNDER THE ROAD MAINTENANCE FUEL LEVY FUND FOR FINANCIAL YEAR 2019/2020
Reference is made to the above tenders that were advertised on 28th October 2019. The Authority wishes to make revisions to the Instructions to Tenders in the referenced advertisement as follows:
a) Instructions to Tenders
- The NCA Classes for eligible bidders has been revised to NCA 3,4,5,6,7 and 8. Contractors registered under NCA class 1 and 2 and not eligible to participate.
- Bidders SHALL NOT participate in more than 2 (Two) tenders in the referenced Tender Notice. Bidders who submit tender documents in more than 2 (Two) tenders will be disqualified
b) Revised tender submission dates
The Completed sealed bids in separate envelopes clearly labelled with the Tender No. MUST be deposited in the tender box at KeRRA, Kericho Regional Office on or before the dates and times indicated below. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.
|
S/NO. |
CONSTITUENCY |
DATE |
VENUE |
TIME |
|
1 |
Sigowet/Soin Constituency |
Tuesday, 19th November 2019 |
KeRRA, Kericho Regional Office |
10.00am |
|
2 |
Kipkelion West Constituency |
|||
|
3 |
Belgut Constituency |
|||
|
4 |
Bureti Constituency |
Wednesday, 20th November 2019 |
KeRRA, Kericho Regional Office |
10.00am |
|
5 |
Kipkelion East Constituency |
|||
|
6 |
Ainamoi Constituency |
NOTE: All other details and Instructions to Tenderers remain the same indicated in the Tender Notice.
DATE OF TENDER NOTICE: 28TH OCTOBER 2019
TENDERS FOR ROUTINE MAINTENANCE OF VARIOUS ROADS FUNDED UNDER THE ROAD MAINTENANCE FUEL LEVY FUND FOR FINANCIAL YEAR 2019/2020
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure, invites bids from eligible firms for Routine Maintenance of the following roads funded by the Government of Kenya through the Road Maintenance Fuel Levy Fund for Financial Year 2019/2020.
|
CONSTITUENCY |
S/No |
ROAD NAME |
CATEGORY |
TENDER No. |
DOWNLOAD |
|
Ainamoi Constituency |
1 |
Mimosa-Samutet |
Open |
KeRRA/011/KCO/39/22% OPEN/017/19-20 |
Tender Document |
|
2 |
Chebigen-Otui road |
Open |
KeRRA/011/KCO/39/22% OPEN/018/19-20 |
Tender Document | |
|
3 |
Motobo-Kaparuso road |
PWD |
KeRRA/011/KCO/39/22%/PWD/019/19-20 |
Tender Document | |
|
4 |
Toror-Kap Zakayo road |
Youth |
KeRRA/011/KCO/39/22%/YOUTH/020/19-20 |
Tender Document | |
|
5 |
Poywek-Chepkoiyo road |
Open |
KeRRA/011/KCO/39/22% OPEN/021/19-20 |
Tender Document | |
|
6 |
Kapsaos-Mureret road |
Open |
KeRRA/011/KCO/39/10%/040-19|20 |
Tender Document | |
|
7 |
Mureret-Ainamoi road |
Open |
KeRRA/011/KCO/39/10%/041-19|20 |
Tender Document | |
|
Sigowet/Soin Constituency |
1 |
Kurapei Dispensary-Soin Sugar |
Open |
KeRRA/011/KCO/39/22%/OPEN/001/19-20 |
Tender Document |
|
2 |
Kiptere - Kapkochei road |
Open |
KeRRA/011/KCO/39/22%/OPEN/002/19-20 |
Tender Document | |
|
3 |
Kipsitet Police Post-Mau road |
Open |
KeRRA/011/KCO/39/22%/OPEN/003/19-20 |
Tender Document | |
|
4 |
Basic-Kapkeburu road |
Women |
KeRRA/011/KCO/39/22%/WOMEN/004/19-20 |
Tender Document | |
|
5 |
Cheptarit-Koliongwet Secondary School road |
Youth |
KeRRA/011/KCO/39/22%YOUTH/005/19-20 |
Tender Document | |
|
6 |
Koirir - Mogonjet - Kimorogo - Tabarit road |
Youth |
KeRRA/011/KCO/39/10%/037-19|20 |
Tender Document | |
|
7 |
Chesengeny – Chemamor road |
Open |
KeRRA/011/KCO/39/10%/036-19|20 |
Tender Document | |
|
Kipkelion East Constituency |
1 |
Chepsir-Kapchabas road |
Open |
KeRRA/011/KCO/39/22%/OPEN/006/19-20 |
Tender Document |
|
2 |
Chepseon Complex-Kimugul road |
OPen |
KeRRA/011/KCO/39/22% OPEN/007/19-20 |
Tender Document | |
|
3 |
Sitian – Kipyemit road |
Open |
KeRRA/011/KCO/39/22% OPEN/008/19-20 |
Tender Document | |
|
4 |
Kapkondor - Tilolwet road |
Women |
KeRRA/011/KCO/39/22%/WOMEN/009/19-20 |
Tender Document | |
|
5 |
Hill Top - Wambare road |
Youth |
KeRRA/011/KCO/39/22%/YOUTH/010/19-20 |
Tender Document | |
|
6 |
Londiani – Makutano Road |
Open |
KeRRA/011/KCO/39/10%/034-19|20 |
Tender Document | |
|
7 |
Nyayo Tea Zone – Chesinende Road |
Youth |
KeRRA/011/KCO/39/10%/035-19|20 |
Tender Document | |
|
Bureti Constituency |
1 |
Sosit-Cheplanget road |
Open |
KeRRA/011/KCO/39/22%/OPEN/022/19-20 |
Tender Document |
|
2 |
Tebesonik-Cheborge road |
Open |
KeRRA/011/KCO/39/22%/OPEN/023/19-20 |
Tender Document | |
|
3 |
Ngoina-Kelunet road |
Open |
KeRRA/011/KCO/39/22% OPEN/024/19-20 |
Tender Document | |
|
4 |
Kipwastuiyo-Cheborge road |
Open |
KeRRA/011/KCO/39/22% OPEN/025/19-20 |
Tender Document | |
|
5 |
Morit TBC-Kabiangek |
PWD |
KeRRA/011/KCO/39/22%PWD/026/19-20 |
Tender Document | |
|
6 |
Kapchelach - Mosore Road |
Open |
KeRRA/011/KCO/39/10%/042-19|20 |
Tender Document | |
|
7 |
B6 Kapkatet-Boito Road |
Women |
KeRRA/011/KCO/39/10%/043-19|20 |
Tender Document | |
|
Belgut Constituency |
1 |
Kapsuser-Sosiot |
Open |
KeRRA/011/KCO/39/22% OPEN/028/19-20 |
Tender Document |
|
2 |
Seretut-Chebungungon-Kipsolu-Cheptororiet |
Open |
KeRRA/011/KCO/39/22%/OPEN/029/19-20 |
Tender Document | |
|
3 |
Kapnandet TG38-Cheboseron |
Women |
KeRRA/011/KCO/39/22% WOMEN/030/19-20 |
Tender Document | |
|
4 |
Koiwalelach-Kipranye |
Youth |
KeRRA/011/KCO/39/22% YOUTH/031/19-20 |
Tender Document | |
|
5 |
Taplotin-Cheymen TBC-Cheymen Primary |
Open |
KeRRA/011/KCO/39/22%/OPEN/032/19-20 |
Tender Document | |
|
6 |
Cheribo TBC - Turguito Pri. Sch road |
Open |
KeRRA/011/KCO/39/10%/039-19|20 |
Tender Document | |
|
7 |
Koiwalelach - Kipsotet TBC - Kapkures Pri. Sch road |
PWD |
KeRRA/011/KCO/39/10%/038-19|20 |
Tender Document | |
|
Kipkelion West Constituency |
1 |
Urafiki-Kairu-Kapkoros road |
Women |
KeRRA/011/KCO/39/22%/WOMEN/011/19-20 |
Tender Document |
|
2 |
CRF-Chelaloi-Imbaragai road |
Open |
KeRRA/011/KCO/39/22% OPEN/012/19-20 |
Tender Document | |
|
3 |
Cherara-Kaplelit-Tegat road |
Open |
KeRRA/011/KCO/39/22% OPEN/013/19-20 |
Tender Document | |
|
4 |
Kasheen-Leldet Poly-Kipsegi |
Youth |
KeRRA/011/KCO/39/22%YOUTH/014/19-20 |
Tender Document | |
|
5 |
Barsiele-Kimologit road |
Open |
KeRRA/011/KCO/39/22% OPEN/015/19-20 |
Tender Document | |
|
6 |
Kimologit-Ngendalel road |
Open |
KeRRA/011/KCO/39/22% OPEN/016/19-20 |
Tender Document | |
|
7 |
Blue Hills - Kipsegi road |
Open |
KeRRA/011/KCO/39/10%/027-19|20 |
Tender Document | |
|
8 |
Kipsegi – Chemosogon Road |
Open |
KeRRA/011/KCO/39/10%/033-19|20 |
Tender Document |
MANDATORY Pre-bid site shall be held as indicated in the schedule below. Bidders are advised to make their own transport arrangements for pre-tender site visits.
SCHEDULE OF PRE-TENDER SITE VISITS
|
S/NO. |
CONSTITUENCY |
DATE |
VENUE |
TIME |
|
1 |
Sigowet/Soin Constituency |
4th November 2019 |
KeRRA, Kericho Regional Office |
9.00am |
|
2 |
Kipkelion West Constituency |
5th November 2019 |
KeRRA, Kericho Regional Office |
9.00am |
|
3 |
Belgut Constituency |
6th November 2019 |
KeRRA, Kericho Regional Office |
9.00am |
|
4 |
Bureti Constituency |
7th November 2019 |
KeRRA, Kericho Regional Office |
9.00am |
|
5 |
Kipkelion East Constituency |
8th November 2019 |
KeRRA, Kericho Regional Office |
9.00am |
|
6 |
Ainamoi Constituency |
11th November 2019 |
KeRRA, Kericho Regional Office |
9.00am |
INSTRUCTIONS TO TENDERERS:
Eligible bidders must meet/attach the following requirements:
- Certified copy of Certificate of Incorporation
- PIN & VAT Registration Certificate with VAT obligation.
- Copy of Valid Tax Compliance Certificate (To be verified with KRA TCC Checker)
- Certified copy of recent CR12 form generated through the system not more than 12 months before tender opening date.
- Valid Registration Certificate and Licence from National Construction Authority (NCA) for either Class 5,6,7 or 8 (To be verified through NCA website).
- Certified copy of a valid certificate of registration in a target group issued by National Treasury of the respective County Treasury in the relevant category (Youth, Women and PWD)
- Proof of Experience in works of a similar nature and size for each of the last Two years (Not applicable to Youth, Women and PWD tenders)
- Proof of major items of construction equipment owned or leased.
- CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
- Audited accounts for the last two years. All the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Not applicable to Youth, Women and PWD tenders)
- Bank statements for the last six months. The statements must be certified by the bank on all pages (Not applicable to Youth, Women and PWD tenders)
- Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD)
- Authority to seek references from the Tenderer’s bankers.
- Current litigation information
- Bidders shall sequentially serialise all pages for each tender document submitted.
- Bidders must be prequalified in Kericho Region for the relevant category of works (Not applicable to Youth, Women and PWD tenders)
- Must provide Identification Cards (I.Ds) or National passports for the Directors.
- Duly filled, Stamped & Signed form of Bid
- Duly filled & Stamped Confidential Business Questionnaire
- Duly filled, stamped and signed Power of Attorney form
- Dully filled Tender Securing Declaration Form
- A copy of Pre-tender site visit certificate
- Provide a brief work methodology
NOTE
- Certification of documents shall be original and executed by a Commissioner for Oaths
- No bidder shall be awarded more than one tender as advertised in this notice.
- Tenders shall remain valid for a period of 120 days from the date of Tender Opening.
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Wednesday, 30th October, 2019. Alternatively, bidders may obtain complete tender Documents from KeRRA, Kericho Regional Office as from Wednesday, 30th October, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to:
Bank: : KCB Bank
Branch Name : Moi Avenue, Nairobi
Account No. : 1114343196
Account Name : KeRRA A-1-A
Transacted by : R31.... (Firm name)
The Completed sealed bids in separate envelopes clearly labelled with the Tender No. MUST be deposited in the tender box at KeRRA, Kericho Regional Office on or before the dates and times indicated below. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.
|
S/NO. |
CONSTITUENCY |
DATE |
VENUE |
TIME |
|
1 |
Sigowet/Soin Constituency |
13th November 2019 |
KeRRA, Kericho Regional Office |
10.00am |
|
2 |
Kipkelion West Constituency |
|||
|
3 |
Belgut Constituency |
|||
|
4 |
Bureti Constituency |
18th November 2019 |
KeRRA, Kericho Regional Office |
10.00am |
|
5 |
Kipkelion East Constituency |
|||
|
6 |
Ainamoi Constituency |
REGIONAL DEPUTY DIRECTOR
KERICHO REGION
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
TENDER NOTICE
DATE OF TENDER NOTICE: 6TH MARCH 2019
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.
KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible Firms to tender for Routine Maintenance and Spot Improvement of roads and construction of Box Culverts in the following schedule funded by the Government of Kenya in the Financial Year 2018/2019.
|
S/NO. |
ROAD NAME |
TENDER NUMBER |
RESERVED |
BUDGET |
Downloads |
|
1 |
KEBENETI - CHEBIRIRBEI – CHEPNYOGAA ROAD |
KeRRA/011/KCO/39/10%CS/001/OPEN/18-19 |
WOMEN |
6,000,000 |
Download |
|
2 |
KIPTOME – MOMUL – CHEBIRIRBEI ROAD |
KeRRA/011/KCO/39/10%CS/002/WOMEN/18-19 |
OPEN |
6,000,000 |
Download |
|
3 |
BANGOROR-POLICE STATION- KAMOLOK ROAD |
KeRRA/011/KCO/39/10%CS/003/OPEN/18-19 |
OPEN |
6,000,000 |
Download |
|
4 |
DOTCOM-TABAITA-SONDU ROAD |
KeRRA/011/KCO/39/10%CS/004/OPEN/18-19 |
OPEN |
6,000,000 |
Download |
|
5 |
KIMOLOGIT BOX CULVERT |
KeRRA/011/KCO/39/10%CS/005/YOUTH/18-19 |
YOUTH |
6,000,000 |
Download |
|
6 |
BURUTU BOX CULVERT |
KeRRA/011/KCO/39/10%CS/006/OPEN/18-19 |
OPEN |
6,000,000 |
Download |
|
7 |
KAPLELACH BOX CULVERT |
KeRRA/011/KCO/39/10%CS /007/YOUTH/18-19 |
YOUTH |
6,000,000 |
Download |
|
8 |
CHESINENDE BOX CULVERT |
KeRRA/011/KCO/39/10%CS/008/OPEN/18-19 |
OPEN |
6,000,000 |
Download |
|
9 |
KAPTOBOITI-CHERONGET PRIMARY ROAD |
KeRRA/011/KCO/39/10%CS/009/PWD/18-19 |
PWD |
6,000,000 |
Download |
|
10 |
KIPTULE-KAPMONDOI- KABOROK PRIMARY ROAD |
KeRRA/011/KCO/39/10%CS/010/OPEN/18-19 |
OPEN |
5,000,000 |
Download |
|
11 |
SERETUT MARKET- CHEPNGETUNY MARKET ROAD |
KeRRA/011/KCO/39/10%CS/011/OPEN/18-19 |
OPEN |
6,000,000 |
Download |
|
12 |
KAPTEBESWET-KAKIPTUI- TAGAT ROAD |
KeRRA/011/KCO/39/10%CS/012/WOMEN/18-19 |
WOMEN |
5,400,000 |
Download |
|
13 |
MOMUL TEA FACTORY- TUIYOBEI-CHEPNYOGAA ROAD |
KeRRA/011/KCO/39/10%CS/013/OPEN/18-19 |
OPEN |
6,000,000 |
Download |
Mandatory Pre-Tender site visits shall be conducted on Monday, 11th March 2019. Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.
INSTRUCTIONS TO TENDERERS
Eligible bidders must meet/provide the following requirements:
- Certified copy of Certificate of Incorporation
- PIN and VAT Registration Certificate
- Copy of Valid Tax compliance Certificate verifiable at KRA’s portal.
- Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
- Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road
Works. This must be valid at the date of tender submission.
- Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
- Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
- Proof of major items of construction equipment owned or leased;
- CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
- Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
- Bank statements for the last six months. The statements must be certified by the issuing bank
on all pages (Does not apply to Youth, Women and PWD Tenders)
- A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
- Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
- Litigation History.
- Bidders shall sequentially serialise all pages for each tender document submitted.
- Bidders must be prequalified in Kericho Region for the relevant category of works (Does not apply to Youth, Women and PWD Tenders)
- Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth,
Women and PWD)
- Duly filled, Stamped & Signed Form of Bid
- Duly filled & Stamped Confidential Business Questionnaire
- Duly filled, stamped and signed Power of Attorney form
- Dully filled Tender Securing Declaration Form
- 22. A copy of Pre-tender site visit certificate
- 23. Provide a brief work methodology
NOTE
- 1. Certification of documents shall be original and executed by a Commissioner for Oaths
- 2. No bidder shall be awarded more than one tender as advertised in this
- 3. Tenders shall remain valid for a period of 120 days from the date of submi
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Tuesday 5th March, 2019 or obtain complete Tender Documents KeRRA, Kericho Regional Office as from Tuesday 5th March, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No.
1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke
The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or before WEDNESDAY, 20th MARCH 2019 at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.
REGIONAL DEPUTY DIRECTOR KERICHO REGION
KENYA RURAL ROADS AUTHORITY
KERICHO REGION
ADDENDUM NO.2 Download link
DATE OF NOTICE: 06TH MARCH2019
TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS FUNDED UNDER THE ROAD MAINTENANCE FUEL LEVY FUND FOR FINANCIAL YEAR 2018/2019
Reference is made to the tender notice for routine maintenance and spot improvement of Roads Funded under the Road Maintenance Fuel Levy Fund for financial year 2018/2019 that was posted on 22nd February 2019.
Pre-tender site visits were conducted on 4th and 5th March 2019.
The list of the roads under this tender were as follows:
|
CONSTITUENCY |
ROAD CODE |
ROAD NAME |
TENDER NUMBER |
RESERVED |
|
AINAMOI |
E7130 |
BUCHENGE – TENDWET |
KeRRA/011/KCO/39/10%/007/18-19 |
OPEN |
|
C752 |
KERICHO - KEONGO |
KeRRA/011/KCO/39/10%/008/18-19 |
OPEN |
|
|
SOIN/SIGOWET |
E1091 |
NYIMIRA - MINDILWET |
KeRRA/011/KCO/39/10%/001/18-19 |
OPEN |
|
E219 |
KAPSOROK - KIPSITET |
KeRRA/011/KCO/39/10%/002/18-19 |
OPEN |
|
|
KIPKELION EAST |
C687 |
TUIYOBEI – CHEPSEON COMPLEX |
KeRRA/011/KCO/39/10%/011/18-19 |
YOUTH |
|
C749 |
LONDIANI - MAKUTANO |
KeRRA/011/KCO/39/10% /012/18-19 |
YOUTH |
|
|
BELGUT |
R6 |
KAPTEBESWET – BORBORIET – B1 KIPSOLU |
KeRRA/011/KCO/39/10%/003/18-19 |
WOMEN |
|
U_G729978 |
D228 KABIANGA - ROGONGET |
KeRRA/011/KCO/39/10%/004/18-19 |
OPEN |
|
|
BURETI |
F7042 |
RORET - BAKOYIOT |
KeRRA/011/KCO/39/10%/009/18-19 |
OPEN |
|
C754 |
CHEBARAA – B6 CHELILIS |
KeRRA/011/KCO/39/10%/010/18-19 |
PWD |
|
|
KIPKELION WEST |
E250 |
KeRRA/011/KCO/39/10%/005/18-19 |
OPEN |
|
|
E250 |
KOKWET – BORUTU - KAPLELIT |
KeRRA/011/KCO/39/10%/006/18-19 |
OPEN |
This is to notify all the interested contractors who participated on the pretender site visits that due to Technical hitches that have delayed the uploading of tender Documents on the Authority’s Website, the tender closing date has been postponed from 8th March 2019 to 26th March 2019 at 10Am.
Bidders are advised that the tender Documents will be available on the Authority’s website www.kerra.go.ke and at the Authority’s Regional Office with effect from 11th March 2019.
All other details of the tender notice remain the same.
ANDENDUM NO. 1 - Download here!
SHEDULE OF PRE-TENDER SITE VISITS
|
S/No. |
CONSTITUENCY |
PRE-TENDER DATE |
ASSEMBLY POINT |
TIME |
|
1 |
Kipkelion West |
Monday, March 4, 2019 |
Regional Office, Kericho |
9.00 am |
|
2 |
Kipkelion East |
Monday, March 4, 2019 |
Regional Office, Kericho |
9.00 am |
|
3 |
Ainamoi |
Monday, March 4, 2019 |
Regional Office, Kericho |
9.00 am |
|
4 |
Sigowet/Soin |
Tuesday, March 5, 2019 |
Regional Office, Kericho |
9.00 am |
|
5 |
Bureti |
Tuesday, March 5, 2019 |
Regional Office, Kericho |
9.00 am |
|
6 |
Belgut |
Tuesday, March 5, 2019 |
Regional Office, Kericho |
9.00 am |
Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.
|
Prequalified Suppliers of Goods and Services for the FY 2017-2018 and 2018 - 2019 |
The Programme for Improvement of Rural Roads and Market Infrastructure in Western Kenya is co- funded by the Government of Kenya and the German Development Bank through their lending arm-KfW on 50-50 (GOK-KfW) basis. According to the Loan and Financing Agreement, particularly the Aide Memoir a total length of 355Km of continuous rural road network of rural road network is to be improved to maintainable gravel standards using Labour Based Technology within the focal areas of the programme.
The market component is being implemented under the Ministry of Agriculture while the Rural Roads Component is being implemented by The Ministry of Transport, Infrastructure, Housing and Urban Development through Kenya Rural Roads Authority -KeRRA. The Programme was designed to run for four (4) years from June 2012- August, 2016. The Loan and Financing Agreement is dated 14th December, 2009 while the Separate Agreement is dated 11th November, 2010. KfW has agreed to extend disbursement period to May, 2019.
22nd January 2019
KENYA RURAL ROADS AUTHORITY
KIAMBU REGION
Download TENDER NOTICE here! Tender Notice
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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below for the Financial Year 2018/2019.
Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies)
Bidders are requested to download full details of tender documents from Authorities Website. (www.kerra.go.ke/) / (http://www.kerra.go.ke) with effect from Thursday 24th January, 2019.
Pre-bid sites visits will be open BUT MADATORY and bidders are free to visit the sites with prior arrangements with Constituency Roads Officers (CROs) of various Constituencies where the projects are located during normal working days before the close of the tender. Bidders must ensure The Site Visit Certificate is signed by the respective Constituency Roads Officer (CRO).
Eligible bidders must meet/attach the following requirements among others.
1.1 Signed/stamped tender forms and completeness of tender document
2.2 Properly filled anti-corruption pledge form.
3.3 Properly filled confidential business questionnaire
4.4 Certified Copy of Certificate of Incorporation
5.5 Certified copy of Certificate of Registration with the National Construction Authority (NCA 4,5,6,7&8)
6.6 A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)
7.7 VAT Registration/PIN Registrations
8.8 Authority to seek reference from the Tenderer’s bankers
9.9 Current Litigation Information
10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and certified copies of ID’s of the directors.
11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement)
12.12 Bidders SHALL sequentially serialize all pages for each tender document submitted.
13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies)
14.14 Certified copy of a valid certificate of registration with AGPO (Small Works/Engineering) issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.
Note:
- Certification of documents shall be original and executed by a commissioner for oaths.
- No bidder shall be awarded more than one tender as advertised in this notice.
Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.
Interested eligible bidders may obtain further information from the office of the Regional Manager, KeRRA Kiambu Offices in Kiambu during normal working hours.
Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:
The Regional Director,
Kenya Rural Roads Authority,
Kiambu Region
P.O Box 700-00900
Kiambu
So as to be received on or before Tuesday 12th February 2019 at 11.00 am.
Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.
Eng. Joseph Mbugua
Deputy Director
Kiambu Region
|
KIAMBU REGION 22% FY:2018/2019 ADVERT |
|
|||||||
|
S/NO. |
Road No. |
Road Name |
Contract No. |
Constituency |
Eligibility |
Download |
||
|
1 |
G21718 |
Pcea Nachu-Marengeta |
KeRRA/11/KBU/39/22%/2-27-18/19-005 |
KIKUYU |
PREQUALIFIED |
Download | ||
|
2 |
G21523 |
Jct D411 Wagakari-Njumbi Pri Sch |
KeRRA/11/KBU/39/22%/2-27-18/19-006 |
KIKUYU |
PREQUALIFIED |
|
||
|
3 |
G21509 |
Kaarie-Riu Nderi |
KeRRA/11/KBU/39/22%/2-27-18/19-007 |
KIKUYU |
PREQUALIFIED |
|
||
|
4 |
G21379/372 |
Gaitumbi Water Project-Genesis |
KeRRA/11/KBU/39/22%/2-27-18/19-008 |
KIKUYU |
PREQUALIFIED |
|
||
|
5 |
G21646 |
Green Garden-Kidfarmaco |
KeRRA/11/KBU/39/22%/2-27-18/19-009 |
KIKUYU |
YOUTH |
|
||
|
6 |
G21430 |
Ndome-Orange Park |
KeRRA/11/KBU/39/22%/2-27-18/19-010 |
KIKUYU |
WOMEN |
|
||
|
7 |
F2009 |
Mbomboini-Ndiguini |
KeRRA/11/KBU/39/22%/2-27-18/19-011 |
KIKUYU |
PWD |
|
||
|
8 |
C556 |
Juja -Juja Farm - Ndarugo |
KeRRA/11/KBU/39/22%/2-27-18/19-012 |
JUJA |
PREQUALIFIED |
|
||
|
9 |
C556 |
Chai Estate-Jujafarm |
KeRRA/11/KBU/39/22%/2-27-18/19-013 |
JUJA |
PREQUALIFIED |
|
||
|
10 |
P76/91 |
Kumura Primary - Matangi |
KeRRA/11/KBU/39/22%/2-27-18/19-014 |
JUJA |
PWD |
|
||
|
11 |
P305 |
Junc.Courtesy Beach Toll Primary |
KeRRA/11/KBU/39/22%/2-27-18/19-015 |
JUJA |
PREQUALIFIED |
|
||
|
12 |
P76/91 |
Ha- Kairu-Thome-Kumura Primary |
KeRRA/11/KBU/39/22%/2-27-18/19-016 |
JUJA |
WOMEN |
|
||
|
13 |
G299903 |
Kipipiri - Footbridge (A2) |
KeRRA/11/KBU/39/22%/2-27-18/19-017 |
JUJA |
YOUTH |
|
||
|
14 |
C556 |
Juja Farm -Kwa murage |
KeRRA/11/KBU/39/22%/2-27-18/19-018 |
JUJA |
PREQUALIFIED |
|
||
|
15 |
D1431 |
Marige - Watathi |
KeRRA/11/KBU/39/22%/2-27-18/19-019 |
GATUNDU NORTH |
PREQUALIFIED |
|
||
|
16 |
D1431 |
Ha Gathirwa - Makohokoho |
KeRRA/11/KBU/39/22%/2-27-18/19-020 |
GATUNDU NORTH |
PWD |
|
||
|
17 |
G29655 |
Mukurwe - Gatina |
KeRRA/11/KBU/39/22%/2-27-18/19-021 |
GATUNDU NORTH |
PREQUALIFIED |
|
||
|
18 |
D1431 |
Watathi - Ihiga-Ini |
KeRRA/11/KBU/39/22%/2-27-18/19-022 |
GATUNDU NORTH |
WOMEN |
|
||
|
19 |
D1431 |
Ihiga-Ini - Gathaite |
KeRRA/11/KBU/39/22%/2-27-18/19-023 |
GATUNDU NORTH |
YOUTH |
|
||
|
20 |
D1431 |
Gathaite - Ha Gathiriwa |
KeRRA/11/KBU/39/22%/2-27-18/19-024 |
GATUNDU NORTH |
PREQUALIFIED |
|
||
|
21 |
L16 |
Jolem Plaza - Kimunye |
KeRRA/11/KBU/39/22%/2-27-18/19-025 |
THIKA |
PREQUALIFIED |
|
||
|
22 |
L16 |
Kimunye - Ha Kinyua |
KeRRA/11/KBU/39/22%/2-27-18/19-026 |
THIKA |
PWD |
|
||
|
23 |
URF 50: |
Ha Dominic- Ha Gachuki |
KeRRA/11/KBU/39/22%/2-27-18/19-027 |
THIKA |
WOMEN |
|
||
|
24 |
URA 68: |
Ngirigacha - Ha Kimani |
KeRRA/11/KBU/39/22%/2-27-18/19-028 |
THIKA |
YOUTH |
|
||
|
25 |
URA 68 |
Ha Kimani - Ha John |
KeRRA/11/KBU/39/22%/2-27-18/19-029 |
THIKA |
PREQUALIFIED |
|
||
|
26 |
G29484 |
Kagumoini-Jn D379 Wamuguma |
KeRRA/11/KBU/39/22%/2-27-18/19-030 |
GATUNDU SOUTH |
PREQUALIFIED |
|
||
|
27 |
G29375 |
Jn D379 Karia Mburi-Kahugu River |
KeRRA/11/KBU/39/22%/2-27-18/19-031 |
GATUNDU SOUTH |
PREQUALIFIED |
|
||
|
28 |
G29216 |
Jn E496-Jn E499 Nduchi |
KeRRA/11/KBU/39/22%/2-27-18/19-032 |
GATUNDU SOUTH |
PREQUALIFIED |
|
||
|
29 |
G29522 |
Jn E502 Thegi-Jn C64 Chau |
KeRRA/11/KBU/39/22%/2-27-18/19-033 |
GATUNDU SOUTH |
PWD |
|
||
|
30 |
URA 67 |
Jn U_29488 Kagumoini Pri-Gitiri River |
KeRRA/11/KBU/39/22%/2-27-18/19-034/035 |
GATUNDU SOUTH |
PREQUALIFIED |
|
||
|
G29384 |
Jn U_29383-Gacuha |
|
||||||
|
31 |
G29390 |
Jn E496 Ihura-Githembe |
KeRRA/11/KBU/39/22%/2-27-18/19-036 |
GATUNDU SOUTH |
PREQUALIFIED |
|
||
|
32 |
G29323 |
Nyamuna-Ngaragaca |
KeRRA/11/KBU/39/22%/2-27-18/19-037 |
GATUNDU SOUTH |
PREQUALIFIED |
|
||
|
33 |
G29323 |
Nagara - Kibiru |
KeRRA/11/KBU/39/22%/2-27-18/19-038 |
GATUNDU SOUTH |
YOUTH |
|
||
|
34 |
G29520 |
Jn U_29512-Kagera Primary School |
KeRRA/11/KBU/39/22%/2-27-18/19-039 |
GATUNDU SOUTH |
WOMEN |
Download | ||
|
35 |
P196 Limuru |
Jct E430 Karengeti Adolf |
KeRRA/11/KBU/39/22%/2-27-18/19-040 |
LIMURU |
PREQUALIFIED |
|
||
|
36 |
D1458 |
St Peters Catholic -Mithiga Sec -Pcea Mithiga Church |
KeRRA/11/KBU/39/22%/2-27-18/19-041 |
LIMURU |
PREQUALIFIED |
|
||
|
37 |
D1458 |
Pcea Mithiga- Ack Bishop Ranji Boys |
KeRRA/11/KBU/39/22%/2-27-18/19-042 |
LIMURU |
PREQUALIFIED |
|
||
|
38 |
D1458 |
Ack Bishop Ranji Boys -Kangau |
KeRRA/11/KBU/39/22%/2-27-18/19-043 |
LIMURU |
PWD |
|
||
|
39 |
D1458 |
Kangau-Dairy Collection Hamuya |
KeRRA/11/KBU/39/22%/2-27-18/19-044 |
LIMURU |
PREQUALIFIED |
|
||
|
40 |
P169 Limuru |
Jct A104 Njira Ya Gicagi-Kamirithu Polytechnic |
KeRRA/11/KBU/39/22%/2-27-18/19-045 |
LIMURU |
WOMEN |
|
||
|
41 |
P169 Limuru |
Kamirithu Polytechnic -Jct E430 Catholic |
KeRRA/11/KBU/39/22%/2-27-18/19-046 |
LIMURU |
YOUTH |
|
||
|
42 |
G2490 |
Gathanji - Ikuria - Karia |
KeRRA/11/KBU/39/22%/2-27-18/19-047 |
GITHUNGURI |
PREQUALIFIED |
|
||
|
43 |
E2028 |
Miguta (Ha Ndonga) - Bara Inya |
KeRRA/11/KBU/39/22%/2-27-18/19-048 |
GITHUNGURI |
PWD |
|
||
|
44 |
E2028 |
Bara Inya) - Riagithu Jct B30 |
KeRRA/11/KBU/39/22%/2-27-18/19-049 |
GITHUNGURI |
PREQUALIFIED |
|
||
|
45 |
URP 80 |
Jct C560 Kangengu - Ndathi-Ini |
KeRRA/11/KBU/39/22%/2-27-18/19-050 |
GITHUNGURI |
PREQUALIFIED |
|
||
|
46 |
URP 80 |
Ndathi-Ini - Polytechnic Jct |
KeRRA/11/KBU/39/22%/2-27-18/19-051 |
GITHUNGURI |
YOUTH |
|
||
|
47 |
URP 80 |
Polytechnic Jct - Kambui |
KeRRA/11/KBU/39/22%/2-27-18/19-052 |
GITHUNGURI |
WOMEN |
|
||
|
48 |
C557 |
Kinale - Gatamaiyu |
KeRRA/11/KBU/39/22%/2-27-18/19-053 |
LARI |
PREQUALIFIED |
|
||
|
49 |
G2017 |
Karinga - Kwa Edward |
KeRRA/11/KBU/39/22%/2-27-18/19-054 |
LARI |
PREQUALIFIED |
|
||
|
50 |
G22721 |
Bathi - Kimende |
KeRRA/11/KBU/39/22%/2-27-18/19-055 |
LARI |
PREQUALIFIED |
|
||
|
51 |
D1428 |
Gatamaiyu River - Hato |
KeRRA/11/KBU/39/22%/2-27-18/19-056 |
LARI |
PWD |
|
||
|
52 |
D1428 |
Hato - Kwa Edward |
KeRRA/11/KBU/39/22%/2-27-18/19-057 |
LARI |
YOUTH |
|
||
|
53 |
C558 |
Matathia - Escarpment |
KeRRA/11/KBU/39/22%/2-27-18/19-058 |
LARI |
WOMEN |
|
||
|
54 |
D1459 |
Gachie - Gacharage |
KeRRA/11/KBU/39/22%/2-27-18/19-059 |
KIAMBAA |
PREQUALIFIED |
|
||
|
55 |
G21029 |
Kihara loop |
KeRRA/11/KBU/39/22%/2-27-18/19-060 |
KIAMBAA |
PREQUALIFIED |
|
||
|
56 |
G2997 |
Karura - KPLC |
KeRRA/11/KBU/39/22%/2-27-18/19-061 |
KIAMBAA |
PREQUALIFIED |
|
||
|
57 |
G2995 |
Waphat - Kairia |
KeRRA/11/KBU/39/22%/2-27-18/19-062 |
KIAMBAA |
PREQUALIFIED |
|
||
|
58 |
G2649 |
Muongoiya-Muchatha |
KeRRA/11/KBU/39/22%/2-27-18/19-063 |
KIAMBAA |
PWD |
|
||
|
59 |
G2626 |
Waguthu - Mayuyu |
KeRRA/11/KBU/39/22%/2-27-18/19-064 |
KIAMBAA |
WOMEN |
|
||
|
60 |
E2043 |
Karura - Kagongo |
KeRRA/11/KBU/39/22%/2-27-18/19-065 |
KIAMBAA |
YOUTH |
|
||
|
61 |
G2649 |
Access to Muongoiya Sec Sch. |
KeRRA/11/KBU/39/22%/2-27-18/19-066 |
KIAMBAA |
PREQUALIFIED |
|
||
|
62 |
P338 |
Makiu - Riara Road |
KeRRA/11/KBU/39/22%/2-27-18/19-068 |
KIAMBU |
PWD |
|
||
|
63 |
P175 |
Ha Kametu - Karunga - Mburiria - County Offices |
KeRRA/11/KBU/39/22%/2-27-18/19-069 |
KIAMBU |
PREQUALIFIED |
|
||
|
64 |
D1457 |
Jn C558 Ndmberi - Gichocho |
KeRRA/11/KBU/39/22%/2-27-18/19-070 |
KIAMBU |
PREQUALIFIED |
|
||
|
65 |
D1457 |
Gichocho - Jn B30 Riabai |
KeRRA/11/KBU/39/22%/2-27-18/19-071 |
KIAMBU |
WOMEN |
|
||
|
66 |
P131 |
JN Kariuki - Njunu |
KeRRA/11/KBU/39/22%/2-27-18/19-072 |
KIAMBU |
PREQUALIFIED |
|
||
|
67 |
P228/257 |
Riabai Shopping Centre - Jn Ndungu Kirabi |
KeRRA/11/KBU/39/22%/2-27-18/19-073 |
KIAMBU |
YOUTH |
|
||
|
68 |
P130 |
Kiratina - Gikumari Road |
KeRRA/11/KBU/39/22%/2-27-18/19-074 |
RUIRU |
PREQUALIFIED |
|
||
|
69 |
P144 |
St. Silas - Mwihoko Sec. School |
KeRRA/11/KBU/39/22%/2-27-18/19-075 |
RUIRU |
PWD |
|
||
|
70 |
P155/164 |
Progressive - Moonlight - Manguo |
KeRRA/11/KBU/39/22%/2-27-18/19-076 |
RUIRU |
PREQUALIFIED |
|
||
|
71 |
N301 |
Sweet Plaza - Blessed Banner - Mt. Kenya |
KeRRA/11/KBU/39/22%/2-27-18/19-077 |
RUIRU |
PREQUALIFIED |
|
||
|
72 |
N573 |
Wataalam - Maruti Stage |
KeRRA/11/KBU/39/22%/2-27-18/19-078 |
RUIRU |
WOMEN |
|
||
|
73 |
URP 46 |
Membley - Jacridge School - Eastern Bypass |
KeRRA/11/KBU/39/22%/2-27-18/19-079 |
RUIRU |
YOUTH |
|
||
|
74 |
G21228 /36/18/5 |
Gachio - Maraaro - Riverside |
KeRRA/11/KBU/39/22%/2-27-18/19-081 |
KABETE |
PREQUALIFIED |
|
||
|
75 |
G21216 |
Kiawanugu Road |
KeRRA/11/KBU/39/22%/2-27-18/19-082 |
KABETE |
PREQUALIFIED |
|
||
|
76 |
G21957/6 |
Gatuanabu Road |
KeRRA/11/KBU/39/22%/2-27-18/19-083 |
KABETE |
YOUTH |
|
||
|
77 |
G21956 |
Kang'eng'u - Githithima |
KeRRA/11/KBU/39/22%/2-27-18/19-084 |
KABETE |
WOMEN |
|
||
|
78 |
G21331 |
Maina Road |
KeRRA/11/KBU/39/22%/2-27-18/19-085 |
KABETE |
PREQUALIFIED |
|
||
|
79 |
G21328 |
Gathang'I Road |
KeRRA/11/KBU/39/22%/2-27-18/19-086 |
KABETE |
PWD |
|
||
|
KIAMBU REGION 10% RMLF FY: 2018/2019 |
||||||
|
S/NO. |
Road No. |
Road Name |
Contract No. |
Constituency |
Eligibility |
Downloads |
|
1 |
C559 |
Karura - Ndenderu Karuri |
KeRRA/11/KBU/39/10%/2-27-18/19-087 |
KIAMBAA |
PREQUALIFIED |
|
|
2 |
C559 |
Kanunga - Senior Chief School |
KeRRA/11/KBU/39/10%/2-27-18/19-088 |
KIAMBAA |
WOMEN |
|
|
3 |
E2032 |
Kaiyaba - Four Roads |
KeRRA/11/KBU/39/10%/2-27-18/19-089 |
KIAMBAA |
YOUTH |
|
|
4 |
E2032 |
Four Roads - Muchatha |
KeRRA/11/KBU/39/10%/2-27-18/19-119 |
KIAMBAA |
PWD |
|
|
5 |
D1436(E440) |
Kwaregi TTI - Kagaa |
KeRRA/11/KBU/39/10%/2-27-18/19-092 |
LARI |
PREQUALIFIED |
|
|
6 |
D1433(E439) |
Ruiru River - Kamburu |
KeRRA/11/KBU/39/10%/2-27-18/19-091 |
LARI |
PWD |
|
|
7 |
G21146 |
Marugu B Road |
KeRRA/11/KBU/39/10%/2-27-18/19-093 |
KABETE |
YOUTH |
|
|
8 |
G21299/306 |
Wa Jimmy Driving - Uthiru Pri |
KeRRA/11/KBU/39/10%/2-27-18/19-094 |
KABETE |
PWD |
|
|
9 |
G21330/29 |
Kabui Road |
KeRRA/11/KBU/39/10%/2-27-18/19-095 |
KABETE |
PREQUALIFIED |
|
|
10 |
URP 12 |
Kanunga Primary School & Compound |
KeRRA/11/KBU/39/10%/2-27-18/19-097 |
KIAMBU |
PREQUALIFIED |
|
|
11 |
C559 |
Red Nova - Kanunga |
KeRRA/11/KBU/39/10%/2-27-18/19-098 |
KIAMBU |
PWD |
|
|
12 |
UAA 4 |
Legacy House - White House |
KeRRA/11/KBU/39/10%/2-27-18/19-100 |
RUIRU |
PREQUALIFIED |
|
|
13 |
P21/22 |
Gatongora - Vision Park Estate - Kwa Vice |
KeRRA/11/KBU/39/10%/2-27-18/19-101 |
RUIRU |
YOUTH |
|
|
14 |
C559 |
Kamiti River - Ruiru Town |
KeRRA/11/KBU/39/10%/2-27-18/19-099 |
RUIRU |
PREQUALIFIED |
|
|
15 |
F2043 |
Kamakwa(Jnc E 1529 - Maguna(Jnc E1529) |
KeRRA/11/KBU/39/10%/2-27-18/19-103 |
GITHUNGURI |
WOMEN |
|
|
16 |
G 2549 |
Karia - Lioki Secondary School |
KeRRA/11/KBU/39/10%/2-27-18/19-104 |
GITHUNGURI |
PREQUALIFIED |
|
|
17 |
G2291 |
Ngewa - Raiyani(Ha Kahuria) |
KeRRA/11/KBU/39/10%/2-27-18/19-105 |
GITHUNGURI |
PREQUALIFIED |
|
|
18 |
C556 |
Gatuanyaga - Ngurai |
KeRRA/11/KBU/39/10%/2-27-18/19-106 |
THIKA TOWN |
WOMEN |
|
|
19 |
C556 |
Ngurai - Githima |
KeRRA/11/KBU/39/10%/2-27-18/19-107 |
THIKA TOWN |
PREQUALIFIED |
|
|
20 |
D1434 |
Mangu - Karakuta |
KeRRA/11/KBU/39/10%/2-27-18/19-108 |
GATUNDU NORTH |
WOMEN |
|
|
21 |
G29371/72: |
Ngorongo - Dc'S Office |
KeRRA/11/KBU/39/10%/2-27-18/19-109 |
GATUNDU NORTH |
PREQUALIFIED |
|
|
22 |
G29653: |
Gatina - Jk Shop |
KeRRA/11/KBU/39/10%/2-27-18/19-110 |
GATUNDU NORTH |
YOUTH |
|
|
23 |
P290Ruiru |
Mugutha( AP)-Secondary Mugutha pry. |
KeRRA/11/KBU/39/10%/2-27-18/19-111 |
JUJA |
PREQUALIFIED |
|
|
24 |
P290Ruiru |
Mugutha pry. - sinai Estate |
KeRRA/11/KBU/39/10%/2-27-18/19-112 |
JUJA |
YOUTH |
|
|
25 |
G29738 |
Juc.E495 - Midas-Tora |
KeRRA/11/KBU/39/10%/2-27-18/19-113 |
JUJA |
PREQUALIFIED |
|
|
26 |
G21570/568/581 |
Gikambura Shopping Centre-Kwa Mwalimu Thomas |
KeRRA/11/KBU/39/10%/2-27-18/19-114 |
KIKUYU |
PREQUALIFIED |
|
|
27 |
G22134 |
Kerwa-Kirimiti Road |
KeRRA/11/KBU/39/10%/2-27-18/19-115 |
KIKUYU |
WOMEN |
|
|
28 |
G29220 |
Jn D398-Kabuteti |
KeRRA/11/KBU/39/10%/2-27-18/19-116 |
GATUNDU SOUTH |
PREQUALIFIED |
|
|
29 |
URP50 GS |
Jn D397 Mutomo-Thangari-Gachoka Sec Sch |
KeRRA/11/KBU/39/10%/2-27-18/19-117 |
GATUNDU SOUTH |
WOMEN |
|
|
30 |
G22409 |
Jct D411 Kabucho-E415 Pcea Ismael Kagunyi |
KeRRA/11/KBU/39/10%/2-27-18/19-118 |
LIMURU |
PREQUALIFIED |
|
| TENDER NOTICE DOWNLOAD: CLOSING DATE 17-04-2018 at 11.00am | |||||
| CONTITUENCY | NO. | ROAD NAME | CONTRACT NUMBER | DOCUMENTS | ELIGIBILITY |
| KIAMBU | 1 | Dam Avenue - Kihara Road | KeRRA/11/KBU/39/22%/2-27-17/18 - 009 | Download | Open |
| KIAMBU | 2 | Kiambu Police – Post Office | KeRRA/11/KBU/39/22%/2-27-17/18 - 011 | Download | Women |
| KIAMBU | 3 | Jn D404 Ndumberi – Kiriguini – Kihingo | KeRRA/11/KBU/39/22%/2-27-17/18 - 012 | Download | Open |
| KIAMBU | 4 | Manda - Chief Wandie - Gatina | KeRRA/11/KBU/39/22%/2-27-17/18 -014 | Download | Open |
| KIAMBU | 5 | Kagongo - Makutano | KeRRA/11/KBU/39/22%/2-27-17/18 - 015 | Download | Women |
| KIAMBU | 6 | Makutano -Jivanjee | KeRRA/11/KBU/39/22%/2-27-17/18 - 095 | Download | Youth |
| KIAMBU | 7 | Ruturu Shopping Centre Roads | KeRRA/11/KBU/39/22%/2-27-17/18 - 016 | Download | PWD |
| KABETE | 8 | King'eero - Zambezi | KeRRA/11/KBU/39/22%/2-27-17/18 - 017 | Download | Open |
| KABETE | 9 | Kamuguga - Kahiho | KeRRA/11/KBU/39/22%/2-27-17/18 - 018 | Download | Open |
| KABETE | 10 | Jct C559 Wangige - Nyathuna | KeRRA/11/KBU/39/22%/2-27-17/18 - 019 | Download | Youth |
| KABETE | 11 | Wangige Primary - St Kelvin Church | KeRRA/11/KBU/39/22%/2-27-17/18 - 020 | Download | Women |
| KABETE | 12 | Ruku Chie's Camp - Kabocha | KeRRA/11/KBU/39/22%/2-27-17/18 - 021 | Download | PWD |
| KABETE | 13 | Kang'uruto | KeRRA/11/KBU/39/22%/2-27-17/18 - 022 | Download | Open |
| GITHUNGURI | 14 | Kambui - Ndatha - ini | KeRRA/11/KBU/39/22%/2-27-17/18 - 023 | Download | Open |
| GITHUNGURI | 15 | Ngewa - Raiyani | KeRRA/11/KBU/39/22%/2-27-17/18 - 024 | Download | Open |
| GITHUNGURI | 16 | Minja - Nyakabugi | KeRRA/11/KBU/39/22%/2-27-17/18 - 025 | Download | Youth |
| GITHUNGURI | 17 | Miguta(Ha Ndonga) - Riagithu | KeRRA/11/KBU/39/22%/2-27-17/18 - 026 | Download | Open |
| GITHUNGURI | 18 | Gathanji - Ikuria - Karia | KeRRA/11/KBU/39/22%/2-27-17/18 - 027 | Download | Open |
| GITHUNGURI | 19 | Githiga - Kahuruko | KeRRA/11/KBU/39/22%/2-27-17/18 - 029 | Download | PWD |
| GITHUNGURI | 20 | Kibichoi - Kigumo | KeRRA/11/KBU/39/22%/2-27-17/18 - 030 | Download | Women |
| RUIRU | 21 | Matopeni - Tereza Nuzzo Pry | KeRRA/11/KBU/39/22%/2-27-17/18 - 032 | Download | Open |
| RUIRU | 22 | Tereza Nuzzo Pry - Wataalam | KeRRA/11/KBU/39/22%/2-27-17/18 - 095 | Download | PWD |
| RUIRU | 23 | Njoki Plaza Road | KeRRA/11/KBU/39/22%/2-27-17/18 - 033 | Download | Youth |
| RUIRU | 24 | Kiratina - Gikumari A | KeRRA/11/KBU/39/22%/2-27-17/18 - 034 | Download | Open |
| RUIRU | 25 | Gikumari A - Gikumari B | KeRRA/11/KBU/39/22%/2-27-17/18 - 096 | Download | Women |
| RUIRU | 26 | Sukari - Wendani | KeRRA/11/KBU/39/22%/2-27-17/18 - 035 | Download | Open |
| RUIRU | 27 | Mwiki Primary - D.O'S Office | KeRRA/11/KBU/39/22%/2-27-17/18 - 036 | Download | Open |
| GATUNDU SOUTH | 28 | Ha Ndege - Ritho | KeRRA/11/KBU/39/22%/2-27-17/18 - 037 | Download | Women |
| GATUNDU SOUTH | 29 | Kiamwangi Primary - Mucang'ara | KeRRA/11/KBU/39/22%/2-27-17/18 - 057 | Download | Youth |
| GATUNDU SOUTH | 30 | Jnct D398 Kiamwangi - Primary | KeRRA/11/KBU/39/22%/2-27-17/18 - 038 | Download | Pwd |
| GATUNDU SOUTH | 31 | Gacharage - Cununuki | KeRRA/11/KBU/39/22%/2-27-17/18 - 039 | Download | Open |
| GATUNDU SOUTH | 32 | Cununuki - Kuri | KeRRA/11/KBU/39/22%/2-27-17/18 - 040 | Download | Open |
| GATUNDU SOUTH | 33 | Githiururi - Toro | KeRRA/11/KBU/39/22%/2-27-17/18 - 041 | Download | Open |
| GATUNDU SOUTH | 34 | Toro - Gathiru | KeRRA/11/KBU/39/22%/2-27-17/18 - 042 | Download | Open |
| KIAMBAA | 35 | Ha Wacarol - Ebenezer - Ha Gakunga | KeRRA/11/KBU/39/22%/2-27-17/18 - 043 | Download | Open |
| KIAMBAA | 36 | Cianda - Kawainda | KeRRA/11/KBU/39/22%/2-27-17/18 - 044 | Download | Youth |
| KIAMBAA | 37 | Gachie - Gacharage | KeRRA/11/KBU/39/22%/2-27-17/18 - 045 | Download | Women |
| KIAMBAA | 38 | Kangururi road | KeRRA/11/KBU/39/22%/2-27-17/18 - 046 | Download | Open |
| KIAMBAA | 39 | E1518Kiambaa Market - E1520 | KeRRA/11/KBU/39/22%/2-27-17/18 - 047 | Download | Open |
| KIAMBAA | 40 | GUANGO ESTATE ROAD | KeRRA/11/KBU/39/22%/2-27-17/18 - 048 | Download | PWD |
| KIKUYU | 41 | Musa Gitau Dispensary | KeRRA/11/KBU/39/22%/2-27-17/18 - 049 | Download | Open |
| KIKUYU | 42 | Ruthigiti - Kiahiti | KeRRA/11/KBU/39/22%/2-27-17/18 - 050 | Download | Open |
| KIKUYU | 43 | Mbomboini - Ndiguini - Kamangu | KeRRA/11/KBU/39/22%/2-27-17/18 - 051 | Download | Youth |
| KIKUYU | 44 | Jct D411 Kamangu - Kanyayo - Renguti | KeRRA/11/KBU/39/22%/2-27-17/18 - 052 | Download | Open |
| KIKUYU | 45 | KERWA-NDUMA- PLOTS | KeRRA/11/KBU/39/22%/2-27-17/18 - 053 | Download | Open |
| KIKUYU | 46 | KANYANJARA-KANDUMA | KeRRA/11/KBU/39/22%/2-27-17/18 - 054 | Download | Open |
| KIKUYU | 47 | KWA RUEBEN -KINOO PRIMARY | KeRRA/11/KBU/39/22%/2-27-17/18 - 055 | Download | PWD |
| LARI | 50 | Red Rock-Kwa Edward | KeRRA/11/KBU/39/22%/2-27-17/18 - 088 | Download | Youth |
| LARI | 51 | Kamburu -Ruiri River | KeRRA/11/KBU/39/22%/2-27-17/18 - 060 | Download | Open |
| LARI | 52 | Ruiru river-Gaturaini | KeRRA/11/KBU/39/22%/2-27-17/18 - 089 | Download | PWD |
| LARI | 53 | Nyanduma - Karigu-ini | KeRRA/11/KBU/39/22%/2-27-17/18 - 061 | Download | Open |
| LARI | 54 | Ha Muruga-Ha Kiromo | KeRRA/11/KBU/39/22%/2-27-17/18 - 062 | Download | Open |
| LARI | 55 | Ha Wakaba -Ha Wangunja | KeRRA/11/KBU/39/22%/2-27-17/18 - 092 | Download | Women |
| LIMURU | 56 | JCT R24 JEAN CORNEL PRY -NGARI | KeRRA/11/KBU/39/22%/2-27-17/18 - 067 | Download | Open |
| LIMURU | 57 | JCT E426 - KIHARA | KeRRA/11/KBU/39/22%/2-27-17/18 - 068 | Download | Youth |
| LIMURU | 58 | NYANJEGA PRY ACCESS JCT E426 | KeRRA/11/KBU/39/22%/2-27-17/18 - 094 | Download | Women |
| LIMURU | 59 | KIRIRI PRY - KWA RURAL | KeRRA/11/KBU/39/22%/2-27-17/18 - 069 | Download | Open |
| LIMURU | 60 | JCT E430 KARENGETI - ADOLF | KeRRA/11/KBU/39/22%/2-27-17/18 - 070 | Download | Open |
| THIKA | 61 | GITHIMA - SIJAS | KeRRA/11/KBU/39/22%/2-27-17/18 - 063 | Download | Youth |
| THIKA | 62 | SIJAS - TOLA | KeRRA/11/KBU/39/22%/2-27-17/18 - 087 | Download | Open |
| THIKA | 63 | Gatuanyaga - Munyu | KeRRA/11/KBU/39/22%/2-27-17/18 - 078 | Download | Open |
| THIKA | 65 | Immaculate Mission Hospital - Ha Paul | KeRRA/11/KBU/39/22%/2-27-17/18 - 066 | Download | Women |
| THIKA | 66 | Ha Paul - Kisieki | KeRRA/11/KBU/39/22%/2-27-17/18 - 086 | Download | PWD |
| JUJA | 67 | Jun.KAG Church -Chief's Camp -(Jun )Park Avenue | KeRRA/11/KBU/39/22%/2-27-17/18 - 071 | Download | Open |
| JUJA | 68 | Toll(Jun.A2)-K.A.G.Church | KeRRA/11/KBU/39/22%/2-27-17/18 - 072 | Download | Women |
| JUJA | 69 | Salama - Juja Farm DB | KeRRA/11/KBU/39/22%/2-27-17/18 - 073 | Download | PWD |
| JUJA | 71 | Juja Shopping Centre-Mumba - Kwa Murage | KeRRA/11/KBU/39/22%/2-27-17/18 - 075 | Download | Open |
| JUJA | 72 | Kwa Murag - Kwa Nguku- Ndarugo River | KeRRA/11/KBU/39/22%/2-27-17/18 - 076 | Download | Open |
| JUJA | 73 | Juja South-ACK Kalimoni Church | KeRRA/11/KBU/39/22%/2-27-17/18 - 077 | Download | Youth |
| GATUNDU NORTH | 74 | Mangu - Karakuta | KeRRA/11/KBU/39/22%/2-27-17/18 - 079 | Download | Open |
| GATUNDU NORTH | 75 | JN U-29371 Ngorongo Jn C66 - Kanjuku | KeRRA/11/KBU/39/22%/2-27-17/18 - 081 | Download | Open |
| GATUNDU NORTH | 76 | Kamwangi - Banguro | KeRRA/11/KBU/39/22%/2-27-17/18 - 082 | Download | Open |
| GATUNDU NORTH | 77 | Magumu - Kahuruko | KeRRA/11/KBU/39/22%/2-27-17/18 - 083 | Download | Open |
| GATUNDU NORTH | 78 | Gachege - Jn C66 - Kahata | KeRRA/11/KBU/39/22%/2-27-17/18 - 080 | Download | Open |
| GATUNDU NORTH | 79 | HA MAINA STAGE - SHOPPING CENTRE | KeRRA/11/KBU/39/22%/2-27-17/18 - 097 | Download | Youth |
| GATUNDU NORTH | 80 | Kahuruko - Ha Maina Wa Lazaro | KeRRA/11/KBU/39/22%/2-27-17/18 - 084 | Download | Women |
| GATUNDU NORTH | 81 | Banguro Centre - Mitero | KeRRA/11/KBU/39/22%/2-27-17/18 - 085 | Download | PWD |
27th July, 2023
KENYA RURAL ROADS AUTHORITY
KIAMBU REGION
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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 10% RMLF Funding for the Financial Year 2022/2023.
Eligible bidders must be prequalified in category C of the constituencies they wish to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.
Bidders are requested to download full details of tender documents from Authorities Website. www.kerra.go.ke with effect from Monday
31st July,2023.
|
No |
Tender_Number |
Tender_Description |
Constituency |
Eligibility |
|
1 |
Njenga Pry - Mununga Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
2 |
Gituchu-Githuka Road |
Limuru Constituency |
PREQUALIFIED |
|
|
3 |
Gathangari - Gatina Road |
Githunguri Constituency |
YOUTH |
|
|
4 |
Ngochi - Kahunira Road |
Githunguri Constituency |
PWD |
|
|
5 |
Ha Kioi-Kamukwa Road |
Limuru Constituency |
PWD |
|
|
6 |
Ngecha Gichuru-Ymca Road |
Limuru Constituency |
WOMEN |
|
|
7 |
Bosco Primary School-Bethel-Rwambogo Road |
Limuru Constituency |
PREQUALIFIED |
|
|
8 |
Githunguri AIPCA - Githunguri Town Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
9 |
Mariaini-Njathaini Road |
Gatundu North Constituency |
WOMEN |
|
|
10 |
Ndiko TCC-Kianwe Road |
Gatundu North Constituency |
YOUTH |
|
|
11 |
PCEA Ndiko-TCC Road |
Gatundu North Constituency |
PREQUALIFIED |
|
|
12 |
Githirioni-Matimbei Road |
Lari Constituency |
WOMEN |
|
|
13 |
Jnc A8 Mathore-Makimei Road |
Lari Constituency |
PREQUALIFIED |
|
|
14 |
Access Kawainda Cemetry Road |
Kiambaa Constituency |
WOMEN |
|
|
15 |
Access Charlies House School |
Kiambaa Constituency |
PREQUALIFIED |
|
|
16 |
Jnc Antioch-Kwihota Primary School Road |
Ruiru Constituency |
PWD |
|
|
17 |
Jun Stage 46-Jowpa Academy Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
18 |
Dagama II-Mwihoko Secondary-Discovery Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
19 |
GSU-Gathage |
Juja Constituency |
WOMEN |
|
|
20 |
Juja Farm-Munandaini-Juja House Road |
Juja Constituency |
PREQUALIFIED |
|
|
21 |
High Point- Gachororo Road |
Juja Constituency |
YOUTH |
|
|
22 |
Canaan-Kwa Mundia Hospital Road |
Juja Constituency |
PREQUALIFIED |
|
|
23 |
Kamangu- Ndiguini Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
24 |
Kanyethi-Maiini Catholic-Mai Ai Hii Water Project Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
25 |
Waiganjo-Ndundu Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
26 |
Mutunguru A-Mathage Road |
Gatundu South Constituency |
PWD |
|
|
27 |
Ndundu-Waceiyo Road |
Gatundu South Constituency |
YOUTH |
|
|
28 |
Mutunguru B-Mathage Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
29 |
Ngoliba-Thika River Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
30 |
ACK Thika-Kwa Njomo Road |
Thika Town Constituency |
YOUTH |
|
|
31 |
Amboseli-Chania Gardens |
Thika Town Constituency |
PREQUALIFIED |
|
|
32 |
Kiangombe-Chiefs Office Road |
Thika Town Constituency |
WOMEN |
|
|
33 |
Kanunga-Kaburi Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
34 |
Kametu Central Joakim Road |
Kiambu Constituency |
YOUTH |
|
|
35 |
Windsor Kasarini Road |
Kiambu Constituency |
PWD |
|
|
36 |
Dam Avenue Road |
Kiambu Constituency |
PREQUALIFIED |
There shall be no specific dates for pre-tender site visit. However, bidders are advised to make their own personal arrangements to familiarize themselves with the Projects site before submission of bids.
Eligible bidders must meet/attach the following requirements among others.
1.1 Signed/stamped tender forms and completeness of tender document
2.2 Properly filled anti-corruption pledge form.
3.3 Properly filled confidential business questionnaire
4.4 Certified Copy of Certificate of Incorporation
5.5 Certified copies of Certificate of Registration with the National Construction Authority (NCA 4,5,6,7&8) for Road Works and a valid practicing License.
6.6 A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)
7.7 VAT Registration/PIN Registrations
8.8 Authority for Employer (Regional Director, Kiambu) to seek reference from the Tenderer’s bankers dated not earlier than the date of tender notice and copied to the respective Bank Manager.
9.9 Current Litigation Information
10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and Certified copies of ID’s for the directors.
11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement) or Letter from the Bank.
12.12 Bidders SHALL sequentially serialize all pages for each tender document submitted.
13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons with Disabilities (NCPWD).
14.14 Proof of financial Ability supported by Audited Accounts for the last three financial years. The Audit MUST have been done by a Registered Auditor.
15.15 Proof of similar previous work experience.
16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.
Note:
- Certification of documents shall be original and executed by a commissioner for oaths.
- Bidders may bid for as many tenders as they wish. However, A bidder shall be awarded only ONE (1) tender in this tender notice, where they are the lowest evaluated and most advantageous to the Employer.
- Bidders with ongoing works in the Region(Kiambu)are not eligible for these tenders.
Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.
Interested eligible bidders may obtain further information from the office of the Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours (8.00am-5.00pm).
Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:
The Regional Director,
Kenya Rural Roads Authority,
Kiambu Region,
P.O Box 700-00900,
Kiambu.
So as to be received on or before the dates shown below at 11.00 am.
Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.
Opening Dates for the respective Constituencies are as follows;
|
CONSTITUENCIES |
OPENING DATES |
VENUE |
|
1. Kikuyu 2. Githunguri 3. Limuru 4. Thika |
14/08/2023 |
Regional Office, Kiambu |
|
|
||
|
5. Kiambu 6. Kiambaa 7. Gatundu North 8. Gatundu South |
15/08/2023 |
Regional Office, Kiambu |
|
|
||
|
9. Ruiru 10. Lari 11. Juja
|
16/08/2023 |
Regional Office, Kiambu |
Eng. Joseph Irungu
Regional Director
Kiambu Region
KENYA RURAL ROADS AUTHORITY
KIAMBU REGION
TENDER NOTICE
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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 10% and 22% Funding for the Financial Year
2021/2022
Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.)
Bidders are requested to download full details of tender documents from Authorities
Website. (www.kerra.go.ke) with effect from Monday
29th November,2021.
There shall be no specific dates for pre-tender site visit. However, bidders are advised to make their own personal arrangements to familiarize themselves with the project site before submission of bids.
Advert For 22% AND 10% RMLF 2021/2022
|
No |
Tender_Number |
Tender_Description |
Constituency |
Eligibility |
|
1 |
Nembu - PCEA Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
2 |
PCEA Oasis Church Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
3 |
Jct C556 - Mutongoni Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
4 |
Ha Mutongoni - Karera Road |
Gatundu South Constituency |
YOUTH |
|
|
5 |
Mutiini - Teck Farm Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
6 |
Teck Farm - Gwa Karonji Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
7 |
Karinga - Gatiiguru Road |
Gatundu South Constituency |
PWD |
|
|
8 |
Mbogoro - Kiambwe Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
9 |
Karatu - Stadium - Gacagatha Road |
Gatundu South Constituency |
WOMEN |
|
|
10 |
Mbogoro - Kangothi Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
11 |
Ndahi - Ndegwa Road |
Limuru Constituency |
PREQUALIFIED |
|
|
12 |
Ndegwa - Kigo Road |
Limuru Constituency |
YOUTH |
|
|
13 |
Kigo - Mukoma Road |
Limuru Constituency |
PREQUALIFIED |
|
|
14 |
St. Andrews Catholic Rironi Access Road |
Limuru Constituency |
PREQUALIFIED |
|
|
15 |
Mugumoini Road |
Limuru Constituency |
WOMEN |
|
|
16 |
Murunga - Ndua Road |
Limuru Constituency |
PREQUALIFIED |
|
|
17 |
Ndua - Gachibi Road |
Limuru Constituency |
PWD |
|
|
18 |
Gatonye Road |
Limuru Constituency |
PREQUALIFIED |
|
|
19 |
Muthaiga - Itungi Road |
Limuru Constituency |
PREQUALIFIED |
|
|
22 |
Kingeero - Kamtiini Road |
Kabete Constituency |
PREQUALIFIED |
|
|
23 |
Kangengu - Githithima Road |
Kabete Constituency |
YOUTH |
|
|
24 |
Gatuanabu - Jct E2038 Ngecha Road |
Kabete Constituency |
PREQUALIFIED |
|
|
25 |
Mbari Ya Hiti - Kagira Road |
Kabete Constituency |
PREQUALIFIED |
|
|
26 |
Uthiru Chiefs Ndumbuini Road |
Kabete Constituency |
PWD |
|
|
27 |
St. Luke - Ndambo Ndongoro Road |
Kabete Constituency |
PREQUALIFIED |
|
|
28 |
Ngemwa - Ikinu Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
29 |
Ikinu - Githunguri Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
30 |
KIbau-ini - Maigotha - AIPCA Ngemwa Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
31 |
Kagongo - Murugu - Gatono Road |
Kiambaa Constituency |
PREQUALIFIED |
|
|
32 |
Karura - Kagongo Road |
Kiambaa Constituency |
PWD |
|
|
33 |
Access to Kawainda Primary Road |
Kiambaa Constituency |
PREQUALIFIED |
|
|
34 |
Muhoro Road |
Kiambaa Constituency |
YOUTH |
|
|
35 |
Karami Road |
Kiambaa Constituency |
PREQUALIFIED |
|
|
36 |
Immaculate - Jn J19 Kamiti Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
37 |
Kanunga High School - Jn C559 Kaiyaba Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
38 |
Kanunga ACK Church - Kaburi - Jn D1458 Mutaro Road |
Kiambu Constituency |
PWD |
|
|
39 |
Umoja - Ngegu Access Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
40 |
Kibiru - GG Centre Road |
Kiambu Constituency |
YOUTH |
|
|
41 |
Gitamayu Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
42 |
Soko - ICT Centre Road |
Lari Constituency |
PREQUALIFIED |
|
|
43 |
ICT Centre - Karinga Road |
Lari Constituency |
WOMEN |
|
|
44 |
Kinale Dispensary - Hato Road |
Lari Constituency |
PREQUALIFIED |
|
|
45 |
Hato - Ha Edward Road |
Lari Constituency |
YOUTH |
|
|
46 |
Ngethu-Ha Waruri Road |
Gatundu North Constituency |
WOMEN |
|
|
47 |
Ha Waruri-Chania River Road |
Gatundu North Constituency |
PREQUALIFIED |
|
|
48 |
Kwa Mindo-Gikira Primary Road |
Gatundu North Constituency |
YOUTH |
|
|
49 |
Apostles Church-Njathaini Road |
Gatundu North Constituency |
WOMEN |
|
|
50 |
Kairi-Rumwe Road |
Gatundu North Constituency |
PREQUALIFIED |
|
|
51 |
Rumwe-Nguna |
Gatundu North Constituency |
PREQUALIFIED |
|
|
52 |
Gatunguru-Mariaini Road |
Gatundu North Constituency |
PREQUALIFIED |
|
|
53 |
Kamwangi-New Life Primary School Road |
Gatundu North Constituency |
PWD |
|
|
54 |
New Life Primary School-Mitero Road |
Gatundu North Constituency |
YOUTH |
|
|
55 |
Gathaite AIPCA-Kahungu River Road/Kamwangi-Mukuyuini Road |
Gatundu North Constituency |
PREQUALIFIED |
|
|
56 |
Mubau-ini Muti Maai Road |
Gatundu North Constituency |
PREQUALIFIED |
|
|
57 |
Muti Maai-Salim Centre |
Gatundu North Constituency |
PREQUALIFIED |
|
|
58 |
Mbogo-Gatario |
Gatundu South Constituency |
PREQUALIFIED |
|
|
59 |
Ruburi-Gatei Road |
Gatundu South Constituency |
WOMEN |
|
|
60 |
Gitare-Mugo Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
61 |
Gatumumu-Access Road |
Gatundu South Constituency |
YOUTH |
|
|
62 |
JN E1530 Gitwe-Gathugu Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
63 |
Gathanje-Gituamba-Matuguta Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
64 |
Meriba-Muthara Primary-Jun. Kamuthi Road |
Juja Constituency |
PREQUALIFIED |
|
|
65 |
Jun.Muthara Primary-Jun. Kamuthi Road |
Juja Constituency |
WOMEN |
|
|
66 |
Murera Primary-Rurii-Tumaini Road |
Juja Constituency |
PREQUALIFIED |
|
|
67 |
Nyacaba-Ndarugo(A2) Muraba road |
Juja Constituency |
PWD |
|
|
68 |
ACK Toll Delta-Toll Centre Road |
Juja Constituency |
PREQUALIFIED |
|
|
69 |
Junc.E496-Mungetho Road |
Juja Constituency |
PREQUALIFIED |
|
|
70 |
Witeithie-Tora AP Post Road |
Juja Constituency |
PREQUALIFIED |
|
|
71 |
Jun.Railway(PCEA K Road) Jun. Whitecott School Road |
Juja Constituency |
PREQUALIFIED |
|
|
72 |
Jun.A2(Juja)-Jun.C556 |
Juja Constituency |
YOUTH |
|
|
73 |
Kibiku-Kiiniki Road |
Kabete Constituency |
WOMEN |
|
|
74 |
Kihingo-Barnace Road |
Kabete Constituency |
PREQUALIFIED |
|
|
75 |
White House-Kamuitiini Road |
Kabete Constituency |
PREQUALIFIED |
|
|
76 |
Cianda -Kawainda-Mugumo Road |
Kiambaa Constituency |
PREQUALIFIED |
|
|
77 |
Waguthu-Water Project |
Kiambaa Constituency |
YOUTH |
|
|
78 |
Waguthu-Wanyori Road |
Kiambaa Constituency |
PREQUALIFIED |
|
|
79 |
Makutano-Kagongo-Jivanji Road |
Kiambu Constituency |
WOMEN |
|
|
80 |
Riverside Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
81 |
Chief Road/Driveway Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
82 |
Wagakari-Jambo TV-Jumbi Primary Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
83 |
St. Lilian -Mai Aihii Water- Kageche Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
84 |
Kairasi-Ndiguini Primary -Catholic Mndegwa Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
85 |
Kinoo Orthodox -Police Post Loop Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
86 |
Damacrest-Ha Chege Road |
Kikuyu Constituency |
WOMEN |
|
|
87 |
Wambaa Primary-PCEA Kahero-Makeresha Road |
Kikuyu Constituency |
YOUTH |
|
|
88 |
PCEA Gatune-Kwa Njonge Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
89 |
Kwa Mindo-Gikira Primary Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
90 |
Kanyanjara Primary -PCEA Wambaire Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
91 |
Thiranga-Kamurai-Nachu Primary |
Kikuyu Constituency |
PREQUALIFIED |
|
|
92 |
Thamanda-Gichamba-Mutheki Road |
Kikuyu Constituency |
PWD |
|
|
93 |
Mwalimu Thomas-Mathini Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
94 |
Gathwariga-Wahika Road |
Lari Constituency |
PWD |
|
|
95 |
Karigu-ini-Ngenya Road |
Lari Constituency |
PREQUALIFIED |
|
|
96 |
Kambi Ya Ihii Road |
Lari Constituency |
YOUTH |
|
|
97 |
Tiekunu Matanya Road |
Limuru Constituency |
PREQUALIFIED |
|
|
98 |
Kadumo-Bethel Road |
Limuru Constituency |
PREQUALIFIED |
|
|
99 |
Jacob Wamangu Access Road |
Limuru Constituency |
WOMEN |
|
|
100 |
Super Duka Access Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
101 |
Mexico Road-2nd Kisima Avenue Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
102 |
Kihunguro-Shell S. Station-Ruiru Mosque |
Ruiru Constituency |
PWD |
|
|
103 |
Githurai Railway Station-Githurai Police Station-Chamos-Langata HC |
Ruiru Constituency |
PREQUALIFIED |
|
|
104 |
St.Joseph Dispensary Road |
Ruiru Constituency |
WOMEN |
|
|
105 |
Burning Manufacturers-Ruiru Girls-Devki Sec-Jn C650 mugumo Estate |
Ruiru Constituency |
YOUTH |
|
|
106 |
Sewage-Kiratina Primary-Gikumari |
Ruiru Constituency |
PREQUALIFIED |
|
|
107 |
Ngoigwa Ha Chief-Ha Ben Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
108 |
Ha Ben Transformer-Wakmbizi Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
109 |
Githima Primary Komo Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
110 |
Komo Ndarugo Road |
Thika Town Constituency |
PWD |
|
|
111 |
JCT C541 Athena Catholic Church-Windsor Flowers Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
112 |
Windsor Flowers-Witheithei Bridge Roads |
Thika Town Constituency |
YOUTH |
|
|
113 |
Kwa Mbao-Jua Kali-Classics |
Thika Town Constituency |
WOMEN |
|
|
114 |
Gorofani Mahigaini-Ha Kamau Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
115 |
Classics-Muyas-Catholic Church |
Thika Town Constituency |
PREQUALIFIED |
Eligible bidders must meet/attach the following requirements among others.
1.1 Signed/stamped tender forms and completeness of tender document
2.2 Properly filled anti-corruption pledge form.
3.3 Properly filled confidential business questionnaire
4.4 Certified Copy of Certificate of Incorporation
5.5 Certified copy of Certificate of Registration with the National Construction
Authority (NCA 4,5,6,7&8) and valid practicing License
6.6 A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)
7.7 VAT Registration/PIN Registrations
8.8 Authority for Employer (Regional Director Kiambu) to seek reference from the Tenderer's bankers dated not earlier than the date of tender notice and copied to the respective Bank
9.9 Current Litigation Information
10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and certified copies of ID's of the directors.
11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6)
months bank statement) or letter from the bank
submitted.
13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons With Disabilities (NCPWD)
14.14 Proof of financial Ability supported by Audited Accounts for the last two financial years as indicated in the Tender Documents The Audit MUST have been done by a Registered Auditor.
15.15 Proof of similar previous work experience
16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.
Note:
- !• Certification of documents shall be original and executed by a commissioner for oaths.
- !• No bidder shall be awarded more than one tender as advertised in this notice.
Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.
Interested eligible bidders may obtain further information from the office of the
- Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours.
Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:
The Regional Director,
Kenya Rural Roads Authority, Kiambu Region,
P.O Box 700-00900, Kiambu.
So as to be received on or before the dates shown below at 11.00 am.
Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend. This will be done under strict adherence to Covid-19 Pandemic protocols.
Opening dates for the respective Constituencies are as follows:
|
Constituencies |
Opening Dates |
Venue |
|
1. Kiambaa 2. Githunguri 3. Kiambu 4. Thika |
14/12/2021 |
Regional Office, Kiambu |
|
5. Juja 6. Kikuyu 7. Gatundu North 8. Limuru |
15/12/2021 |
Regional Office, Kiambu |
|
9. Ruiru 10.Lari 11.Gatundu South 12.Kabete |
16/12/2021 |
Regional Office, Kiambu |
Regional Director
Kiambu Region
11th January, 2023
KIAMBU REGION
TENDER NOTICE
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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 22% Funding for the Financial Year 2022/2023.
Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.)
Bidders are requested to download full details of tender documents from Authorities Website. http://www.kerra.go.ke with effect from Wednesday 11th January,2023.
|
No |
Tender_Number |
Tender_Description |
Constituency |
Eligibility |
|||
|
1 |
Wanugu - Muthengere Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
2 |
Mucugu A Access Road |
Gatundu South Constituency |
YOUTH |
||||
|
3 |
Gacumeka B Access Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
4 |
Ngurunga Tea Buying Centre Access Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
5 |
Mathage-Ndekere Road |
Gatundu South Constituency |
WOMEN |
||||
|
6 |
Ndekere Tea Buying Centre Access Road |
Gatundu South Constituency |
PWD |
||||
|
7 |
General Access Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
8 |
Roi-Ha Martin Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
9 |
Ha Martin-Gachakai Tea Buying Centre Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
10 |
Munyuini-Kibiru Road |
Gatundu South Constituency |
PWD |
||||
|
11 |
Kibiru-Ngaragacha Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
12 |
Kahuho-Nagara Road |
Gatundu South Constituency |
PREQUALIFIED |
||||
|
13 |
Munyuini Primary School-Eden Road |
Gatundu South Constituency |
WOMEN |
||||
|
14 |
Gatundu Technical Access Road |
Gatundu South Constituency |
YOUTH |
||||
|
15 |
Hawangu-Ha Wanagi Road |
Limuru Constituency |
PREQUALIFIED |
||||
|
16 |
Ha Wanagi-Benva Road |
Limuru Constituency |
PREQUALIFIED |
||||
|
17 |
Baraka Court-Pekamen Road |
Limuru Constituency |
WOMEN |
||||
|
18 |
Pekamen-Wa Taby Road |
Limuru Constituency |
YOUTH |
||||
|
19 |
Kabuku-ACK-Waruru Road |
Limuru Constituency |
PREQUALIFIED |
||||
|
20 |
Njira Njeru-Ngarariga Police Station Road |
Limuru Constituency |
PREQUALIFIED |
||||
|
21 |
Ngarariga Chiefs Office-Ngarariga Girls Road |
Limuru Constituency |
PWD |
||||
|
22 |
Kahiti Matangini Road |
Limuru Constituency |
PREQUALIFIED |
||||
|
23 |
Ha Eijah-Ngarariga Shopping Centre Road |
Limuru Constituency |
WOMEN |
||||
|
24 |
Joakim-Thendi Road |
Limuru Constituency |
YOUTH |
||||
|
25 |
Gakoe-Waruhiu Road |
Githunguri Constituency |
PREQUALIFIED |
||||
|
26 |
Gitombo A-Gituamba Juction Road |
Githunguri Constituency |
PREQUALIFIED |
||||
|
27 |
Gathaiti-Wakagwi-Githaiti Road |
Githunguri Constituency |
PREQUALIFIED |
||||
|
28 |
Good Sherpherd-Kiaria-Rioki Road |
Githunguri Constituency |
WOMEN |
||||
|
29 |
Githiga-Kamondo Ngemwa Road |
Githunguri Constituency |
YOUTH |
||||
|
30 |
Jamaica-Wanjo Road |
Githunguri Constituency |
PWD |
||||
|
31 |
Jct A3 Kwaheri-Maria Magdalene-AIPCEA Gathanji Road |
Thika Town Constituency |
PREQUALIFIED |
||||
|
32 |
Githima Primary-Macehu Road |
Thika Town Constituency |
PREQUALIFIED |
||||
|
33 |
Macehu-Komo Shopping Centre Road |
Thika Town Constituency |
YOUTH |
||||
|
34 |
Jct C541 Athena-Makongeni Poly Corner Road |
Thika Town Constituency |
PREQUALIFIED |
||||
|
35 |
Neema Stage-Ha Kimani-Ngirigacha Road |
Thika Town Constituency |
PREQUALIFIED |
||||
|
36 |
Ngoingwa-Chania River Road |
Thika Town Constituency |
WOMEN |
||||
|
37 |
AIPCEA Matangi Rurii Road |
Juja Constituency |
PREQUALIFIED |
||||
|
38 |
Garissa- Munyaka - Ndururumo Primary Road |
Juja Constituency |
WOMEN |
||||
|
39 |
Ndururumo Primary - Canaan Road |
Juja Constituency |
PREQUALIFIED |
||||
|
40 |
Witeithie-Muhakaini -Malaba Road |
Juja Constituency |
YOUTH |
||||
|
41 |
Kimbo-Glorious Joy Church Road |
Juja Constituency |
PREQUALIFIED |
||||
|
42 |
Ndururumo Primary-Ndarasha Road |
Juja Constituency |
PWD |
||||
|
43 |
Ha Muiruki- Kanduma - Kanyanjara Shopping - Joy Centre - Kahiga Road |
Kikuyu Constituency |
WOMEN |
||||
|
44 |
Ha Thiiru-Mathini-Gikambura Thomas Road |
Kikuyu Constituency |
YOUTH |
||||
|
45 |
Mai aiI Hii - UndiriI Catholic - Asante Sana Road |
Kikuyu Constituency |
WOMEN |
||||
|
46 |
Mai ai Hii Catholic-Muthiora Gicharani PCEA-Gwa Thomas Road |
Kikuyu Constituency |
PWD |
||||
|
47 |
Kwa Ruhiu - Thiranga - Kirumba Road |
Kikuyu Constituency |
PWD |
||||
|
48 |
PCEA Gatune-Kwa Njonge Road |
Kikuyu Constituency |
PREQUALIFIED |
||||
|
49 |
Nderi Primary Access Road |
Kikuyu Constituency |
PREQUALIFIED |
||||
|
50 |
Gatune Police - Mikuyuini Road |
Kikuyu Constituency |
PREQUALIFIED |
||||
|
51 |
Mama Ngina Primary School Access Road |
Kikuyu Constituency |
PREQUALIFIED |
||||
|
52 |
Gicharani Primary School Access Road |
Kikuyu Constituency |
PREQUALIFIED |
||||
|
53 |
Gataara Primary Access Road |
Kabete Constituency |
YOUTH |
||||
|
54 |
Kibichiku Primary Access Road |
Kabete Constituency |
PREQUALIFIED |
||||
|
55 |
Rukubi Primary School Access Road |
Kabete Constituency |
PREQUALIFIED |
||||
|
56 |
Mukinyi-Githurai Police Road |
Ruiru Constituency |
PREQUALIFIED |
||||
|
57 |
Dykan College-Bosnia Road |
Ruiru Constituency |
PWD |
||||
|
58 |
Dyakio Green Valley - Police Station Membley Road |
Ruiru Constituency |
PREQUALIFIED |
||||
|
59 |
Sewage-Kiratina-Gikumari Road |
Ruiru Constituency |
PREQUALIFIED |
||||
|
60 |
Devik Redemed Church-Ruiru Hospital Road |
Ruiru Constituency |
WOMEN |
||||
|
61 |
Culvert-Silicon Valley Gikumari Road |
Ruiru Constituency |
YOUTH |
||||
|
62 |
Mwihoko Primary-Stage 146- Road |
Ruiru Constituency |
PREQUALIFIED |
||||
|
63 |
Gachichio-Police Station Road |
Kiambu Constituency |
PREQUALIFIED |
||||
|
64 |
Church Road |
Kiambu Constituency |
PREQUALIFIED |
||||
|
65 |
Thindigua - GG Highway Road |
Kiambu Constituency |
PREQUALIFIED |
||||
|
66 |
Thindigua Stage-Kibiru Road |
Kiambu Constituency |
PWD |
||||
|
67 |
St Gregory-Thindigua Road |
Kiambu Constituency |
WOMEN |
||||
|
68 |
Riabai-Manda-Gatina Road |
Kiambu Constituency |
YOUTH |
||||
|
69 |
ACK Kihingo-Gichocho Road |
Kiambu Constituency |
PREQUALIFIED |
||||
|
70 |
Early Bird Road |
Kiambu Constituency |
PREQUALIFIED |
||||
|
71 |
Ngegu Primary Road |
Kiambu Constituency |
PREQUALIFIED |
||||
|
72 |
Rioki Secondary School Access Road |
Kiambu Constituency |
WOMEN |
||||
|
73 |
Gitundu Circular Road |
Kiambu Constituency |
PREQUALIFIED |
||||
|
74 |
Ngethu-Igamba Road |
Gatundu North Constituency |
PREQUALIFIED |
||||
|
75 |
Kamwangi-Gatei Road |
Gatundu North Constituency |
PREQUALIFIED |
||||
|
76 |
Raini-Ndigiriri Road |
Gatundu North Constituency |
WOMEN |
||||
|
77 |
Ndiko-Tumaini Road |
Gatundu North Constituency |
PREQUALIFIED |
||||
|
78 |
Tumaini Tcc-Gichuka Road |
Gatundu North Constituency |
YOUTH |
||||
|
79 |
Kihunjio ini-Wambiri-Ha Waweru Road |
Gatundu North Constituency |
PWD |
||||
|
80 |
Kanjuku-Kariua Road |
Gatundu North Constituency |
PREQUALIFIED |
||||
|
81 |
Ngorongo-Dcs Office Road |
Gatundu North Constituency |
PREQUALIFIED |
||||
|
82 |
Jnc A8 Nyambari-Ha Njenga Road |
Lari Constituency |
YOUTH |
||||
|
83 |
Kimomori-Gatono Road |
Kiambaa Constituency |
PREQUALIFIED |
||||
|
84 |
Milimaini Shopping Centre - Kawainda Njaro Road |
Kiambaa Constituency |
PREQUALIFIED |
||||
|
85 |
Ha Njenga-Kibagare Road |
Lari Constituency |
WOMEN |
||||
|
86 |
Kamuirini - PCEA Church Road |
Kiambaa Constituency |
PREQUALIFIED |
||||
|
87 |
Kiambogo-Mbauni Road |
Lari Constituency |
PREQUALIFIED |
||||
|
88 |
Muirungi-Nyamuthanga Road |
Lari Constituency |
PREQUALIFIED |
||||
|
89 |
Kahuruko-Mutundu TCC Road |
Lari Constituency |
PWD |
||||
|
90 |
Mutundu TCC-Gitwe Road |
Lari Constituency |
PREQUALIFIED |
||||
|
91 |
Machehu-Githima ACK - Muchatha Primary School |
Kiambaa Constituency |
PWD |
||||
|
92 |
Kiguaro Drive Road |
Kiambaa Constituency |
WOMEN |
||||
|
93 |
Muigi - Gachorue - Banana Town Road |
Kiambaa Constituency |
PREQUALIFIED |
||||
There shall be MANDATORY Pre-tender site visits. Bidders are advised to make their own personal arrangements to familiarize themselves with the Project Sites before submission of bids. The bidders shall sign the Site Visit Registers as a confirmation that they have familiarized themselves with the Project Sites. Site Visit dates are as detailed below;
|
S.NO |
CONSTITUENCY |
VENUE |
CONTACT C.R.Os No. |
SITE VISIT DATES &TIME |
|
1 |
KIKUYU
THIKA
GITHUNGURI
LIMURU |
Kikuyu KeRRA Office
Thika KeRRA Office
Kiambu Regional Office
Limuru KeRRA Office |
0721389987
0721494418
0726257715
0724430240 |
18/01/2023
9:30 AM |
|
2 |
KIAMBU
KIAMBAA
GATUNDU NORTH
GATUNDU SOUTH
|
Kiambu Regional Office
Kiambu Regional Office
Gatundu North KeRRA Office
Gatundu South KeRRA Office |
0721389987
0726257715
0720293786
0721445873 |
19/01/2023
9:30AM |
|
3 |
KABETE
LARI
RUIRU
JUJA |
Kikuyu KeRRA Office
Lari KeRRA Office
Ruiru KeRRA Office
Ruiru KeRRA Office |
0721389987
0721494418
0724430240
0720293786
|
20/01/2023
9:30AM |
Eligible bidders must meet/attach the following requirements among others.
1.1 Signed/stamped tender forms and completeness of tender document
2.2 Properly filled anti-corruption pledge form.
3.3 Properly filled confidential business questionnaire
4.4 Certified Copy of Certificate of Incorporation
5.5 Certified copies of Certificate of Registration with the National Construction Authority (NCA 4,5,6,7&8) for Road Works and a valid practicing License.
6.6 A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)
7.7 VAT Registration/PIN Registrations
8.8 Authority for Employer (Regional Director Kiambu) to seek reference from the Tenderer’s bankers dated not earlier than the date of tender notice and copied to the respective Bank Manager.
9.9 Current Litigation Information
10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and Certified copies of ID’s for the directors.
11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement).
12.12 Bidders SHALL sequentially serialize all pages for each tender document submitted.
13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons With Disabilities (NCPWD).
14.14 Proof of financial Ability supported by Audited Accounts for the last two financial years. The Audit MUST have been done by a Registered Auditor.
15.15 Proof of similar previous work experience.
16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.
Note:
- Certification of documents shall be original and executed by a commissioner for oaths.
- Bidders may bid for as many tenders as they wish. However, A bidder shall be awarded only ONE (1) tender in this tender notice, where they are the lowest evaluated and most advantageous to the Employer.
Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.
Interested eligible bidders may obtain further information from the office of the Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours (8.00am-5.00pm).
Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:
The Regional Director,
Kenya Rural Roads Authority,
Kiambu Region,
P.O Box 700-00900,
Kiambu.
So as to be received on or before the dates shown below at 11.00 am.
Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.
Opening Dates for the respective Constituencies are as follows;
|
CONSTITUENCIES |
OPENING DATES |
VENUE |
|
1. Kikuyu 2. Githunguri 3. Limuru 4. Thika |
25/01/2023 |
Regional Office, Kiambu |
|
|
||
|
5. Kiambu 6. Kiambaa 7. Gatundu North 8. Gatundu South |
26/01/2023 |
Regional Office, Kiambu |
|
|
||
|
9. Ruiru 10. Lari 11. Juja 12. Kabete |
27/01/2023 |
Regional Office, Kiambu |
Eng. Joseph Irungu
Regional Director
Kiambu Region
19th October, 2023
KENYA RURAL ROADS AUTHORITY
KIAMBU REGION
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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 22%and 10% RMLF Funding for the Financial Year 2023/2024.
Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.)
Bidders are requested to download full details of tender documents from Authorities Website. http://www.kerra.go.ke with effect from Monday 23rd October, 2023.
|
No |
Tender_Number |
Tender_Description |
Constituency |
Eligibility |
|
1 |
Lukasa - Kwa Ngethe Primary Road |
Ruiru Constituency |
YOUTH |
|
|
2 |
Gikumari Bridge Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
3 |
Dykan - Migingo Road |
Ruiru Constituency |
YOUTH |
|
|
4 |
Rolex - Clayworks Road |
Ruiru Constituency |
PWD |
|
|
5 |
Tembo - Githurai Kimbo Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
6 |
Mukinyi - Githurai Kimbo Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
7 |
Githima - Sigi-ini Road |
Gatundu South Constituency |
WOMEN |
|
|
8 |
Gitwe Shopping Centre Access Road |
Gatundu South Constituency |
YOUTH |
|
|
9 |
TVET Access Road |
Gatundu South Constituency |
PWD |
|
|
10 |
Karangi - Githunguri Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
11 |
Kamirithu Secondary School - Kabue Road |
Limuru Constituency |
PREQUALIFIED |
|
|
12 |
Jerusalem - Misri Road |
Limuru Constituency |
WOMEN |
|
|
13 |
St. Francis of Asisi Catholic Church Road |
Limuru Constituency |
YOUTH |
|
|
14 |
Methodist - Ushindi - Amani Road |
Limuru Constituency |
PREQUALIFIED |
|
|
15 |
Free Town Access Road |
Limuru Constituency |
PREQUALIFIED |
|
|
16 |
Githire-Miiri Road |
Limuru Constituency |
PWD |
|
|
17 |
Princess - Galileo Road |
Limuru Constituency |
YOUTH |
|
|
18 |
DCC Access Road |
Limuru Constituency |
WOMEN |
|
|
19 |
Mwimuto ACK - St. John Road |
Kabete Constituency |
YOUTH |
|
|
20 |
Muthure - St Anne Road |
Kabete Constituency |
PREQUALIFIED |
|
|
21 |
Wa Jimmy Road |
Kabete Constituency |
WOMEN |
|
|
22 |
Access Mary Leaky Road |
Kabete Constituency |
PREQUALIFIED |
|
|
23 |
Access to Kabete Centre Road |
Kabete Constituency |
PWD |
|
|
24 |
Garissa Road - Ngoliba Health Centre - Duke |
Thika Town Constituency |
WOMEN |
|
|
25 |
Wapa School Thika - Maguguni Primary |
Thika Town Constituency |
YOUTH |
|
|
26 |
Kolping - Kilimambogo Primary |
Thika Town Constituency |
PWD |
|
|
27 |
Kwa Wire - Tosha Junction |
Thika Town Constituency |
PREQUALIFIED |
|
|
28 |
Approved School - Goshen Medical College - Gachagi |
Thika Town Constituency |
PREQUALIFIED |
|
|
29 |
Umma University - Kamenu Primary - Phase 8 Hospital |
Thika Town Constituency |
YOUTH |
|
|
30 |
Pamoja One Stage - Ten Matt - Kirathimo |
Thika Town Constituency |
PREQUALIFIED |
|
|
31 |
Mathitima - Kiandutu - Kianjau Primary |
Thika Town Constituency |
WOMEN |
|
|
32 |
Night Fall Thika - Hotel Bulleys |
Thika Town Constituency |
PREQUALIFIED |
|
|
33 |
Witeithie Market - Muhaka-ini |
Juja Constituency |
PREQUALIFIED |
|
|
34 |
Kimbo Junction |
Juja Constituency |
PWD |
|
|
35 |
Gachororo Hospital -Gachororo Farm Mugetho Road |
Juja Constituency |
PREQUALIFIED |
|
|
36 |
St. Martin - Mugutha Police Road |
Juja Constituency |
PREQUALIFIED |
|
|
37 |
Maraba - Setelite - Kamuthi Road |
Juja Constituency |
WOMEN |
|
|
38 |
Nyacaba - Maraba Town |
Juja Constituency |
PREQUALIFIED |
|
|
39 |
Riabai Factory-Restoration Road |
Kiambu Constituency |
YOUTH |
|
|
40 |
Kanyi Ngumo Riabai Primary/Transformer Gitau Wakiro Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
41 |
Aramati Road |
Kiambu Constituency |
WOMEN |
|
|
42 |
Kiamumbi Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
43 |
Riara Idylik Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
44 |
WB-Kiruku Road |
Kiambu Constituency |
PWD |
|
|
45 |
Kaiyaba-Kiratina Road |
Kiambu Constituency |
WOMEN |
|
|
46 |
Tumburu Nyauto River Road |
Kiambu Constituency |
YOUTH |
|
|
47 |
Church Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
48 |
Emmaus Avenue-Police Post Road |
Kiambaa Constituency |
PREQUALIFIED |
|
|
49 |
Milimaini-Kariko Road |
Kiambaa Constituency |
WOMEN |
|
|
50 |
Kimanga Road |
Kiambaa Constituency |
PWD |
|
|
51 |
Ha wabadi - Catholic Church |
Kiambaa Constituency |
PREQUALIFIED |
|
|
52 |
Kamangu Renguti Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
53 |
Gathondeki - Kiore Road |
Kikuyu Constituency |
YOUTH |
|
|
54 |
Kiawamagira Road |
Kikuyu Constituency |
WOMEN |
|
|
55 |
Solomboneo - TTI Mukundi - Kagia Road |
Kikuyu Constituency |
PWD |
|
|
56 |
Access to Lusigetti Primary Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
57 |
Access To Gikambura Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
58 |
Access to Mama Ngina Secondary Road |
Kikuyu Constituency |
YOUTH |
|
|
59 |
Mundoro - Mahindu Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
60 |
Mathage - Gitare Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
61 |
Cura Road |
Gatundu South Constituency |
PREQUALIFIED |
|
|
62 |
Gatwikira Road |
Gatundu South Constituency |
PWD |
|
|
63 |
Murengeti Primary School Access Road |
Limuru Constituency |
WOMEN |
|
|
64 |
Manguo - Primary School Access Road |
Limuru Constituency |
PWD |
|
|
65 |
Kimunya - Kangema Road |
Limuru Constituency |
PREQUALIFIED |
|
|
66 |
Waiganjo - Comfort - Gathuru Road |
Limuru Constituency |
PREQUALIFIED |
|
|
67 |
Gachibi - Ngecha Road |
Limuru Constituency |
YOUTH |
|
|
68 |
Gichuho - Gitangu Road |
Limuru Constituency |
PWD |
|
|
69 |
Githunguri - Gichamu Road |
Limuru Constituency |
PREQUALIFIED |
|
|
70 |
Gatatha - Tropical Heat Road |
Limuru Constituency |
WOMEN |
|
|
71 |
Makubia Road |
Limuru Constituency |
YOUTH |
|
|
72 |
SIlicon - Kilimambogo Road |
Ruiru Constituency |
WOMEN |
|
|
73 |
Jct By Pass - PCEA Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
74 |
Ha Njua - ACK Rainbow Road |
Ruiru Constituency |
PREQUALIFIED |
|
|
75 |
Mitahato - Riagithu |
Githunguri Constituency |
YOUTH |
|
|
76 |
Ikinu-Karia |
Githunguri Constituency |
PWD |
|
|
77 |
Ngorongo-Githiga-Thakwa Road |
Githunguri Constituency |
WOMEN |
|
|
78 |
Kiambururu - Primary Road Access |
Githunguri Constituency |
PREQUALIFIED |
|
|
79 |
Jnc Gitombo - Kiambururu |
Githunguri Constituency |
YOUTH |
|
|
80 |
Kangengu - Kiambururu |
Githunguri Constituency |
PREQUALIFIED |
|
|
81 |
Kwa Ndonga-Mitahato-Riagithi Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
82 |
Maina Road |
Kabete Constituency |
PREQUALIFIED |
|
|
83 |
Arahuka Depot Road |
Kabete Constituency |
PREQUALIFIED |
|
|
84 |
Muthure - Shopping Road |
Kabete Constituency |
WOMEN |
|
|
85 |
Kwa Ndambo Road |
Kabete Constituency |
YOUTH |
|
|
86 |
Nduka Moja - Athi Ngoliba Shopping Centre |
Thika Town Constituency |
YOUTH |
|
|
87 |
Corner Mbaya Matathia Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
88 |
Muguga ACK - Thika River - Canaan |
Thika Town Constituency |
WOMEN |
|
|
89 |
Polysack-CITC-Blessed Revival Church Road |
Thika Town Constituency |
PREQUALIFIED |
|
|
90 |
Garissa Road - Mbagathi Secondary Access |
Thika Town Constituency |
PWD |
|
|
91 |
AIPCEA Matangi - Biashara Road |
Juja Constituency |
PREQUALIFIED |
|
|
92 |
Wonders Terbanacle - Prairies Academy |
Juja Constituency |
PWD |
|
|
93 |
CID Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
94 |
Ruthiruini-Kiriguini-Ndumberi Road |
Kiambu Constituency |
YOUTH |
|
|
95 |
Kanunga-Ndumberi Road |
Kiambu Constituency |
WOMEN |
|
|
96 |
Karunga-Buriria Stone Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
97 |
Driveway Road |
Kiambu Constituency |
PWD |
|
|
98 |
Maiini ACK Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
99 |
Gituamba - Kagongo Mbiu Road |
Kiambu Constituency |
PREQUALIFIED |
|
|
100 |
Kagaa - Kibathithi - Nyamu T.C.C Road |
Lari Constituency |
PREQUALIFIED |
|
|
101 |
Nyamu T.C.C - Ruiru River Road |
Lari Constituency |
WOMEN |
|
|
102 |
Kambaa - Githogoiyo Road |
Lari Constituency |
PREQUALIFIED |
|
|
103 |
Githogoiyo - Kamahindu Road |
Lari Constituency |
PWD |
|
|
104 |
Gatamaiyu - Kaguongo Road |
Lari Constituency |
PREQUALIFIED |
|
|
105 |
Gatamaiyu - Kanyuiro Road |
Lari Constituency |
PWD |
|
|
106 |
Kanyuiro - Kiamuya Road |
Lari Constituency |
WOMEN |
|
|
107 |
Kang’eng’u – Kiambururu |
Githunguri Constituency |
PWD |
|
|
108 |
Kiambururu – Kamuchege |
Githunguri Constituency |
WOMEN |
|
|
109 |
Kambaa-Githiga Road |
Githunguri Constituency |
PREQUALIFIED |
|
|
110 |
Kikuyu Springs Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
111 |
Kidfamaco School - Wagachuhi Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
112 |
Wagachuhi - Springs Road |
Kikuyu Constituency |
YOUTH |
|
|
113 |
Uthiru Genesis Road |
Kikuyu Constituency |
PREQUALIFIED |
|
|
114 |
Banana Town - Ack Church |
Kiambaa Constituency |
YOUTH |
|
|
115 |
Muigi - Gachorue - Banana Town Road |
Kiambaa Constituency |
WOMEN |
|
|
116 |
Waguthu-Wanyori Road |
Kiambaa Constituency |
PREQUALIFIED |
|
|
117 |
Kiguaro - Drive |
Kiambaa Constituency |
PREQUALIFIED |
|
|
118 |
Gatukuyu - Karimenu River |
Gatundu North Constituency |
PREQUALIFIED |
|
|
119 |
Karimenu River - Galilee Road |
Gatundu North Constituency |
WOMEN |
|
|
120 |
Galilee-Makwa Catholic Road |
Gatundu North Constituency |
PREQUALIFIED |
|
|
121 |
Makwa Catholic-Makwa Dispensary |
Gatundu North Constituency |
PREQUALIFIED |
|
|
122 |
Makwa Dispensary Section |
Gatundu North Constituency |
YOUTH |
|
|
123 |
Makwa Dispensary-Makwa Shopping Centre |
Gatundu North Constituency |
WOMEN |
|
|
124 |
Makwa Shopping Centre Section |
Gatundu North Constituency |
PWD |
|
|
125 |
Makwa Shopping Centre-Restoration Church |
Gatundu North Constituency |
PREQUALIFIED |
There shall be MANDATORY Pre-tender site visits. Bidders are advised to make their own personal arrangements to familiarize themselves with the Project Sites before submission of bids. The bidders shall sign the Site Visit Registers as a confirmation that they have familiarized themselves with the Project Sites. Site Visit dates are as detailed below;
|
S.NO |
CONSTITUENCY |
VENUE |
CONTACT C.R.Os No. |
SITE VISIT DATES &TIME |
|
1 |
KIKUYU
THIKA
GITHUNGURI
LIMURU |
Kikuyu KeRRA Office
Thika KeRRA Office
Kiambu Regional Office
Limuru KeRRA Office |
0721389987
0720293786
0721445873
0724430240 |
25/10/2023
9:30 AM |
|
2 |
KIAMBU
KIAMBAA
GATUNDU SOUTH
GATUNDU NORTH
|
Kiambu Regional Office
Kiambu Regional Office
Gatundu South KeRRA Office
Gatundu North KeRRA Office |
0721389987
0726257715
0724430240
0720293786
|
26/10/2023
9:30AM |
|
3 |
KABETE
LARI
RUIRU
JUJA |
Kikuyu KeRRA Office
Lari KeRRA Office
Ruiru KeRRA Office
Ruiru KeRRA Office |
0721389987
0726257715
0724430240
0720293786
|
27/10/2023
9:30 AM |
Eligible bidders must meet/attach the following requirements among others.
1.1 Signed/stamped tender forms and completeness of tender document
2.2 Properly filled anti-corruption pledge form.
3.3 Properly filled confidential business questionnaire
4.4 Certified Copy of Certificate of Incorporation
5.5 Certified copies of Certificate of Registration with the National Construction Authority (NCA 8 and Above) for Road Works and a valid practicing License.
6.6 A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)
7.7 Provide a Work Methodology relevant to the proposed works.
8.8 Authority for Employer (Regional Director Kiambu) to seek reference from the Tenderer’s bankers dated not earlier than the date of tender notice and copied to the respective Bank Manager.
9.9 Current Litigation Information
10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and Certified copies of ID’s for the directors.
11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement).
12.12 Bidders SHALL sequentially serialize all pages for each tender document submitted.
13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons With Disabilities (NCPWD).
14.14 Proof of financial Ability supported by Audited Accounts for the last three Consecutive financial years. The Audit MUST have been done by a Registered Auditor.
15.15 Proof of similar previous work experience (attach awards and completion certificate)
16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.
Note:
- Certification of documents shall be original and executed by a commissioner for oaths.
- Bidders may bid for as many tenders as they wish. However, A bidder shall be awarded only ONE (1) tender in this tender notice, where they are the lowest evaluated and most advantageous to the Employer.
- Bidders are requested to continually check the KeRRA website: kerra.go.ke for any tender addenda or clarification that may arise before submission dates.
- Tender Security in the amount specified in the Tender Data Sheet where applicable. The Format to be as issued with this Tender and valid for the period specified under ITT 19.
- Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19.
- Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.
Interested eligible bidders may obtain further information from the office of the Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours (8.00am-5.00pm).
Completed tender documents are to be enclosed in plain sealed envelopes(one document per envelope) marked with Road Name and Tender number and deposited in their respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:
The Regional Director,
Kenya Rural Roads Authority,
Kiambu Region,
P.O Box 700-00900,
Kiambu.
So as to be received on or before the dates shown below at 11.00 am.
Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.
Opening Dates for the respective Constituencies are as follows;
|
CONSTITUENCIES |
OPENING DATES |
VENUE |
|
1. Kikuyu 2. Githunguri 3. Limuru 4. Thika |
01/11/2023 |
Regional Office, Kiambu |
|
|
||
|
5. Kiambu 6. Kiambaa 7. Gatundu South 8. Gatundu North |
02/11/2023 |
Regional Office, Kiambu |
|
|
||
|
9. Ruiru 10. Lari 11. Juja 12. Kabete |
03/11/2023 |
Regional Office, Kiambu |
Eng. Joseph Irungu
Regional Director
Kiambu Region
30th October, 2023
KENYA RURAL ROADS AUTHORITY
KIAMBU REGION
ADDEDUM TO TENDER NOTICE
ADDENDUM NO. 2
Pursuant to clause 75(2) of the Public Procurement and Disposal Act (2015) Kenya Rural Roads Authority-Kiambu Region wishes to notify bidders on the following amendments on Tenders advertised by the region on 19th October, 2023.
1) The Following Tender(s) have been amended.
|
S/No. |
Tender No. |
Tender Name |
Constituency |
Eligibility |
|
30 |
KeRRA/08/KBU/39/22%/036-23|24 |
Pamoja One Stage - Ten Matt - Kirathimo |
Thika Town |
PREQUALIFIED |
|
32 |
KeRRA/08/KBU/39/22%/038-23|24 |
Night Fall Thika - Hotel Bulleys |
Thika Town |
PREQUALIFIED |
|
39 |
KeRRA/08/KBU/39/22%/046-23|24 |
Riabai Factory-Restoration Road |
Kiambu |
YOUTH |
|
81 |
KeRRA/08/KBU/39/22%/076-23|24 |
Kwa Ndonga-Mitahato-Riagithi Road |
Githunguri |
PREQUALIFIED |
|
80 |
KeRRA/08/KBU/39/22%/077-23|24 |
Kangengu - Kiambururu |
Githunguri |
PREQUALIFIED |
|
107 |
KeRRA/08/KBU/39/10%/133-23|24 |
Kang’eng’u – Kiambururu |
Githunguri |
PWD |
Bidders who could have downloaded the above mentioned Tender Documents are advised to download the new bid documents.
2) In view of this, the opening dates for Tenders in the respective Constituencies have changed to give the Bidders adequate time for the exercise.
The new Tender opening dates are as follows;
|
Constituencies |
Opening Dates |
Venue |
|
1. Kiambaa 2. Githunguri 3. Kiambu 4. Thika |
08/11/2023 |
Regional Office, Kiambu |
|
5. Juja 6. Kikuyu 7. Gatundu North 8. Limuru |
09/11/2023 |
Regional Office, Kiambu |
|
9. Ruiru 10. Lari 11. Gatundu South 12. Kabete |
10/11/2023 |
Regional Office, Kiambu |
ALL OTHER BIDDING CONDITIONS REMAIN UNCHANGED.
Eng. Joseph Irungu
Regional Director
Kiambu Region
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 Kilifi Region and those in the special group category (Youth, Women and PWD) to bid for Roadworks funded under 10% RMLF and 22% Savings FY 2020-2021.
|
SNo. |
Tender Number |
Constituency |
Link |
Road Name/Download |
Category |
EE (KSHS) |
ADDENDUM |
|
1 |
KeRRA/011/KLF/39/069/2020-2021 |
Kilifi North |
C235 |
PWD |
2.1M |
||
|
2 |
KeRRA/011/KLF/39/070/2020-2021 |
Kilifi North |
C235 |
Youth |
4.4M |
||
|
3 |
KeRRA/011/KLF/39/071/2020-2021 |
Kilifi North |
C235 |
Open |
3.8M |
||
|
4 |
KeRRA/011/KLF/39/072/2020-2021 |
Kilifi South |
C238 |
Open |
4.0M |
||
|
5 |
KeRRA/011/KLF/39/073/2020-2021 |
Kilifi South |
C238 |
Open |
4.4M |
||
|
6 |
KeRRA/011/KLF/39/074/2020-2021 |
Ganze |
C231 |
Women |
4.2M |
||
|
7 |
KeRRA/011/KLF/39/075/2020-2021 |
Ganze |
C231 |
Open |
6.0M |
||
|
8 |
KeRRA/011/KLF/39/076/2020-2021 |
Kaloleni |
C202 |
Open |
5.1M |
||
|
9 |
KeRRA/011/KLF/39/077/2020-2021 |
Kaloleni |
C202 |
Open |
5.1M |
||
|
10 |
KeRRA/011/KLF/39/078/2020-2021 |
Rabai |
C238 |
Open |
5.1M |
||
|
11 |
KeRRA/011/KLF/39/079/2020-2021 |
Rabai |
E3086 |
Women |
5.1M |
||
|
12 |
KeRRA/011/KLF/39/080/2020-2021 |
Malindi |
E3113 |
Open |
5.0M |
||
|
13 |
KeRRA/011/KLF/39/081/2020-2021 |
Malindi |
D1051 |
Open |
5.3M |
||
|
14 |
KeRRA/011/KLF/39/082/2020-2021 |
Magarini |
C233 |
Open |
5.2M |
||
|
15 |
KeRRA/011/KLF/39/083/2020-2021 |
Magarini |
C233 |
Open |
5.1M |
||
|
16 |
KeRRA/011/KLF/39/084/2020-2021 |
Kilifi North |
G31412 |
Open |
5.6M |
||
|
17 |
KeRRA/011/KLF/39/085/2020-2021 |
Kilifi South |
C234 |
Youth |
1.5M |
||
|
18 |
KeRRA/011/KLF/39/086/2020-2021 |
Kilifi South |
C238 |
Women |
4.5M |
||
|
19 |
KeRRA/011/KLF/39/087/2020-2021 |
Kaloleni |
D1049 |
PWD |
2.4M |
||
|
20 |
KeRRA/011/KLF/39/088/2020-2021 |
Kaloleni |
E3087 |
Youth |
3.0M |
||
|
21 |
KeRRA/011/KLF/39/089/2020-2021 |
Rabai |
E3108 |
Open |
3.1M |
||
|
22 |
KeRRA/011/KLF/39/090/2020-2021 |
Rabai |
URF RB 02 |
PWD |
2.8M |
||
|
23 |
KeRRA/011/KLF/39/091/2020-2021 |
Ganze |
C231 |
Youth |
6.0M |
||
|
24 |
KeRRA/011/KLF/39/092/2020-2021 |
Malindi |
E3113 |
Women |
2.9M |
||
|
25 |
KeRRA/011/KLF/39/093/2020-2021 |
Malindi |
U_L7 |
Youth |
2.5M |
||
|
26 |
KeRRA/011/KLF/39/094/2020-2021 |
Magarini |
C233 |
PWD |
3.1M |
||
|
27 |
KeRRA/011/KLF/39/095/2020-2021 |
Magarini |
C233 |
Youth |
3.2M |
QUALIFICATIONS FOR TENDERING
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Attach Certified Certificate of Incorporation certified
- Copies of PIN and VAT Registration Certificates
- Attach copy of Valid Tax Compliance Certificate(Will be verified online)/ Tax exemption clearance certificate from KRA
- Attach Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA)
- All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
- Attach Certified valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- Attach Certified Copy of recent CR12 Form-(12Months) from registrar of companies
- Attach certified copies of IDs for all Directors
- Attach Certified copy of certificate of registration for Youth, Women & Persons with Disability where applicable
- For PWD Tenders attach valid and certified copy of proof of registration with NCPWD
- A bidder may bid for more than one tender BUT will only be considered for one (1) Tender in the region.
- Prices quoted must remain valid for 140 days from the date of opening
- Subsequent to presidential directives issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids.
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 30th June 2021. Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. All Interested bidders are required to continually check the KeRRA website www.kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date
Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kilifi Region)
P.O. Box 27 80108
(Name of Constituency)
KILIFI
So as to be received on or before Wednesday 14th July 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Eng. T. K. Kendagor
REGIONAL DIRECTOR (ROADS) COAST REGION
INVITATION TO TENDER 28th July, 2021
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 in the special group category (Youth, Women and PWD) to bid for Roadworks funded under GOK Allocation FY 2020-2021.
|
SNo. |
Tender Number |
Constituency |
Road Name |
Category |
EE (KSHS) |
|
1 |
KeRRA/011/KLF/39/096/2020-2021 |
Magarini |
Special Groups (Youth or Women or PWD) |
5.0M |
QUALIFICATIONS FOR TENDERING
Scope of Works
The scope of works is as detailed in the Tender Document
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Attach Certified Certificate of Incorporation (by commissioner of oaths) and principal place of business
- Copies of PIN and VAT Registration Certificates
- Attach copy of Valid Tax Compliance Certificate(Will be verified online)/ Tax exemption clearance certificate from KRA
- Attach Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA)
- All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
- Attach Certified valid single business permit issued within the last 12 Months
- At least two (2) major items of construction equipment owned or leased;
- Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
- Attach a Current letter from the bank showing the bank Signatories
- Authority to seek bank reference from the tenderer’s bankers
- Attach Certified Copy of recent CR12 Form-(12Months) from registrar of companies
- Attach certified copies of IDs for all Directors
- Attach Certified copy of certificate of registration for either Youth, Women & or Persons with Disability where applicable
- For PWD Tenders attach valid and certified copy of proof of registration with NCPWD
- A bidder may bid for more than one tender BUT will only be considered for one (1) Tender in the region.
- Prices quoted must remain valid for 140 days from the date of opening
- Subsequent to presidential directives issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids. Bidders will be expected to provide a written Declaration of Knowledge of Site
Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 29th July 2021. Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. All Interested bidders are required to continually check the KeRRA website www.kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date
Completed duly serialized tender documents in sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;
The Regional Director,
Kenya Rural Roads Authority (Kilifi Region)
P.O. Box 27 80108
(Name of Constituency)
KILIFI
So as to be received on or before Friday 6th August 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Eng. T. K. Kendagor
REGIONAL DIRECTOR (ROADS) COAST REGION
Monday, 5th March, 2018
NOTICE TO ALL PRE-QUALIFIED ROADWORKS CONTRACTORS IN KILIFI REGION AND AGPO ELIGIBLE FIRMS
INVITATION TO TENDER NOTICE
The Kenya Rural Roads Authority hereby invites sealed bids from KeRRA – Kilifi Region, Pre-qualified Contractors and under Special group of Youth, Women & Persons Living with Disabilities( Under the AGPO Program), in the Financial Year 2017/2018 for maintenance of roadworks in Kilifi Region, under the 10% RMLF contracts for the under listed roadworks projects.
|
TENDER NUMBER. |
PROJECT NAME (Road No. and Name) |
Constituency and Eligible Firms Category |
Mandatory pre-Tender Site Visit: Date,Venue& Time |
Tender Closing/Opening Date and Time |
Downloads |
|
KeRRA/011/KLF/39/33/2017-2018 |
C231: Mariakani Vitengeni– Kibaoni (Mrima wa Ndzovu) (5+000 – 8+600) |
Kilifi North Constituency (AGPO-YOUTH ONLY) |
Monday 12th March, 2018,KeRRA Kilifi Office, at 9:00 am |
Tuesday 20th March, 2018 at 10:30 am. |
Download Notice |
| KeRRA/011/KLF/39/34/2017-2018 | C238: Ribe – Ng’omeni (Mwanzai Dispensary – Kidutani) (0+000 – 8+100) |
Kilifi South Constituency (Open to Pre-qualified contractors) |
Monday 12th March, 2018,KeRRA Kilifi Office, at 9:00 am |
Tuesday 20th March, 2018 at 10:30 am. |
Download Notice |
| KeRRA/011/KLF/39/35/2017-2018 | C202: Mnago Wa Dola – Guruguru (Ndatani–Mnago Wa Dola) (5+000 – 15+000) | Kaloleni Constituency (AGPO-WOMEN ONLY) | Tuesday 13th March, 2018,CDF Office Kaloleni, at 9:00 am |
Tuesday 20th March, 2018 at 10:30 am. |
Download Notice |
| KeRRA/011/KLF/39/36/2017-2018 | C101: Ribe – Mwakirunge – Kiembeni (Maereni – Kinunguna) (5+000 – 10+000) |
Rabai Constituency (AGPO-PERSONS WITH DISABILITY ONLY) |
Tuesday 13th March, 2018,CDF Office Kaloleni, at 9:00 am | Tuesday 20th March, 2018 at 10:30 am. | Download Notice |
| KeRRA/011/KLF/39/37/2017-2018 |
C231: Mariakani – Vitengeni – Kibaoni (Vitengeni – Shagweni) (10+000 – 20+000) |
Ganze Constituency (Open to Pre-qualified contractors) | Wednesday 14th March, 2018, KeRRA Kilifi Office, at 9:00am | Tuesday 20th March, 2018 at 10:30 am. | Download Notice |
|
KeRRA/011/KLF/39/38/2017-2018 |
C232: Sabaki – Baricho - Langombaya (JCT: E951 – Baolala) (73+000 – 77+000) |
Malindi Constituency (AGPO-YOUTH ONLY) |
Thursday 15th March, 2018,KeRRA Malindi Roads Office, at 9:00am |
Tuesday 20th March, 2018 at 10:30 am. |
Download Notice |
|
KeRRA/011/KLF/39/39/2017-2018 |
C233: Mambrui – Baricho (Garashi – Gandini) (33+000 – 43+000) |
Magarini Constituency (Open to Pre-qualified contractors) |
Thursday 15th March, 2018,KeRRA Malindi Roads Office, at 9:00 am |
Tuesday 20th March, 2018 at 10:30 am. |
Download Notice |
The Following must be submitted together with the tender for bids under Open and Special Groups tender cluster category:-
- Certified Copy of Certificate of incorporation.
- Certified Copy of Registration with National Construction Authority in Category ‘’8’’ and above.
- Copy of valid Tax Compliance Certificate. Copy of VAT and PIN Certificate.
- Current Six months bank statement.
- Proof of having undertaken works of similar nature in the past 2 years, completion certificate must be attached.
- Dully filled and signed anti-fraud and anticorruption form.
- Dully filled and signed environmental and social commitment form. Current workload.
- Schedule of the key personnel, minimum of Diploma in Civil Engineering for the persons to be engaged in undertaking the works.
- Proof of ownership of equipment or a valid and executed lease agreement for the equipments listed in the document.
- Copy of Certificate of Registration in the special group issued by the National Treasury for those applying for the AGPO tenders.
- Copy of the recent CR12 form for 12-months(AGPO Group). Dully signed pre-tender site visit certificate.
- Sequential serialization of the tender document attachments.
- Certified, signed and properly filled written power of attorney form. Properly filled confidential business questionnaire.
- Properly filled and signed form of tender.
Eligible pre-qualified Road Contractors and those bidding under the AGPO group for each of the Constituencies in the Region may obtain further information from the Regional Procurement Office, situated at the KeRRA Regional Office, along the Kibaoni – Prison Road in Kilifi during normal working hours of 8:00 am – 5:00 pm, as from Monday 5th March, 2018.
A complete set of tender documents may be obtained/downloadedFree of Charge by visiting the KeRRA website www.kerra.go.ke. Contractors must carry their tender documents during the Mandatory Pre-tender site visit for certification and should arrange for their own transportation during the pre-tender site visits. Evaluation of the Tenders shall be based on the Evaluation Criteria Stated in the Tender Document and the advertisement notice. Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the tender number, project name and Constituency, and should be deposited in the Tender Box situated at KeRRA Regional Offices, in Kilifi or be addressed to:
The Regional Manager,
KeRRA - Kilifi Region
P.O. Box 27 – 80108,
KILIFI, KENYA.
So as to be received on or before the date and time indicated for each of the tender indicated above. Late submissions will not be accepted. Tenders will be opened immediately thereafter, in the respective date, in the presence of the Tenderers or their representatives who choose to attend at the KeRRA-Kilifi Office, in Kilifi.
Mr.Gilbert Kimaiyo
REGIONAL PROCUREMENT OFFICER
For: REGIONAL MANAGER
INVITATION TO TENDER 22nd October, 2021
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 bidders/eligible Contractors Prequalified in respective Constituencies in Kilifi Region and AGPO eligible firms for the Financial Year 2021/2022.
|
KILIFI NORTH CONSTITUENCY |
||||
|
S/No. |
Tender Number/Download |
Funding |
Tender Description |
Eligibility Group |
|
1 |
22% RMLF |
U_L5_MLD : Gede Forest-Dabaso -Turtle Bay Rd |
Women |
|
|
2 |
22% RMLF |
UG31357: Dera - Mdzongoloni - Kona Mbaya Rd |
Open |
|
|
3 |
22% RMLF |
UG31365: Kwa Kimanje -Kwa Kazuri Road |
Youth |
|
|
4 |
22% RMLF |
UR KN1: Jimba Gede Stage - Jacranda Road |
Open |
|
|
5 |
22% RMLF |
C231: Dida – Dzunguni - Kakanjuni Road |
PWD |
|
|
6 |
10% RMLF |
G31220: Mwangea - Dida Road |
Open |
|
|
7 |
10% RMLF |
E3103: Majajani - Ngamani Road |
Open |
|
|
KILIFI SOUTH CONSTITUENCY |
||||
|
8 |
22% RMLF |
G31279: Kijipwa – Mapawa – Gongoni Road |
Open |
|
|
9 |
22% RMLF |
F3024: Ngombeni – Bundacho Road |
PWD |
|
|
10 |
22% RMLF |
G31248: Mtepeni Pri- Matandale - Bomani Road |
Open |
|
|
11 |
22% RMLF |
G31260: Mwanawinji - Tunzanane Road |
Open |
|
|
12 |
22% RMLF |
UR KS1: Mtomondoni Pri - Kalri Road |
Youth |
|
|
13 |
22% RMLF |
F3026: Mwarakaya - Kizingo Road |
Women |
|
|
14 |
10% RMLF |
G31286: Lutsangani Sec- Pingilikano pri. Road |
Open |
|
|
15 |
10% RMLF |
C238: Kidutani - Ngombeni Road |
Open |
|
|
16 |
10% RMLF |
C234: Vipingo Ridge –Ngombeni- Matangoni Road |
Open |
|
|
KALOLENI CONSTITUENCY |
||||
|
17 |
22% RMLF |
E3106: Kaloleni – Nyalani – Tsunguni Road |
Open |
|
|
18 |
22% RMLF |
E3106: Tsunguni-Tsagwa Road |
Youth |
|
|
19 |
22% RMLF |
F3026: Kizingo – Madaba Road |
Open |
|
|
20 |
22% RMLF |
D1049: Chanagande – Mtsengo Road |
Women |
|
|
21 |
22% RMLF |
UR KL1: Klean Ngala - Makomboani- Msonobarini |
Open |
|
|
22 |
22% RMLF |
UR KL2: Mwanamwinga – Kabathini Road |
PWD |
|
|
23 |
10% RMLF |
E3087: Mnyenzeni – Gotani Road |
Open |
|
|
24 |
10% RMLF |
D1050: Mtulu-Ikanga – Mnyenzeni Road |
Open |
|
|
RABAI CONSTITUENCY |
||||
|
25 |
22% RMLF |
G31234: Bengo – Shikaadabu – Ganga Road |
Open |
|
|
26 |
22% RMLF |
F3028: Kwa Juaje- Bedida – Chiferi Road |
Open |
|
|
27 |
22% RMLF |
UR RB3: Bondora – Mleji Road |
Open |
|
|
28 |
22% RMLF |
URF RB 01: Makobeni- Chauringo Road |
PWD |
|
|
29 |
22% RMLF |
UR RB4: Rabai Power-Peleleza-Uwanja Wa Ndege |
Open |
|
|
30 |
22% RMLF |
UR RB5: Kwa Hamisi Mtoro - Mgandini- Kibaoni |
Youth |
|
|
31 |
10% RMLF |
D1043: Kibao Kiche-Jimba Road |
Women |
|
|
32 |
10% RMLF |
D1043: Jimba-Rabai Power Road |
Open |
|
|
GANZE CONSTITUENCY |
||||
|
33 |
22% RMLF |
C231: Bamba-Katendewa Road |
Open |
|
|
34 |
22% RMLF |
C231: Katendewa-Shangweni Road |
Youth |
|
|
35 |
22% RMLF |
C231: Shangweni-Vitengeni Road |
Open |
|
|
36 |
22% RMLF |
D1041: Matanomane-Malanga-Yembe Road |
Women |
|
|
37 |
22% RMLF |
D1041: Matanomane-Bale-Silala Road |
Open |
|
|
38 |
22% RMLF |
D1041: Magogoni-Silala Road |
PWD |
|
|
39 |
10% RMLF |
G31220: Ngamani-Mwangea Road |
Open |
|
|
40 |
10% RMLF |
C231: Vitengeni-Kidungwa-Dida Road |
Open |
|
|
MALINDI CONSTITUENCY |
||||
|
41 |
22% RMLF |
UR MLD1: Gandini-Marikano Road |
Open |
|
|
42 |
22% RMLF |
UR MLD1: Marikano-Langombaya Road |
Open |
|
|
43 |
22% RMLF |
U_L8 MLD: Kakuyuni-Sokoke Pri. Sch-Bagua |
Women |
|
|
44 |
22% RMLF |
U_L8 MLD : Bagua-Mkao Moto-Kwa Budu Road |
PWD |
|
|
45 |
22% RMLF |
U_P15 MLD : Takaye-Mayungu Road |
Open |
|
|
46 |
22% RMLF |
U_P20 MLD : Kasimbiji-Furunzi Mld Airport Rd |
Open |
|
|
47 |
10% RMLF |
D1041: Baolala-Kabiranduni Road |
Youth |
|
|
48 |
10% RMLF |
D1045: Girimacha-Forest-Ngamani Road |
Open |
|
|
MAGARINI CONSTITUENCY |
||||
|
49 |
22% RMLF |
E3118: Findisha-Ramada-Adu Road |
Youth |
|
|
50 |
22% RMLF |
F3030: Ramada-Kaoyeni Pri. Sch Road |
Open |
|
|
51 |
22% RMLF |
D1040: Gis-Warera Road |
Open |
|
|
52 |
22% RMLF |
D1042: Marafa-Makumba Road |
Women |
|
|
53 |
22% RMLF |
D1040: Baricho-Matorani Road |
PWD |
|
|
54 |
22% RMLF |
G31631: Kwa Mbani-Kitayo Pri. Sch Road |
Open |
|
|
55 |
10% RMLF |
C233: Baricho-Bungale Road |
Open |
|
|
56 |
10% RMLF |
C233: Dhololo-Karimboni-Makumba Road |
Open |
|
|
57 |
10% RMLF |
C233: Makumba-Pumwani Road |
Open |
|
QUALIFICATIONS FOR TENDERING
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Certificate of Incorporation certified
- Certified Copies of PIN and VAT Registration Certificates
- Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker)
- Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA) in category 6, 7 or 8.
- All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
- Certified valid single business permit issued within the last 12 Months
- Proof of Bank Account and Bank statement in the name of the firm for at least Three (3) Months from the date of this
- Authority to seek reference from Contractors’ bankers
- Letter from the Bank showing signatories to the account
- Certified Copy of recent CR12 Form-(12Months) from registrar of companies
- Certified copies of IDs/Passport for all
- Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer)
- Current sworn-in Affidavit (within the last three months)
- Brief Work Methodology relevant to the specific work and work program
- Valid copy of certificate of registration for Youth, Women & Persons with Disability where applicable
- For PWD Tenders attach certified copy of proof of registration with NCPWD
OTHER REQUIREMENTS
- At least two (2) major items of construction equipment owned or leased; Attach Certified copies of Log books or provide certified copies of valid and active Lease Agreements supported by certified copies of Lessor’s log books respectively.
- Similar previous experience (Provide Letters of Award and Completion Certificates)
(Not applicable to special group category)
- Professional and Technical Personnel (provide CVs and academic certificates for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years
(Not applicable to special group category)
- Prices quoted must remain valid for 140 days from the date of opening
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
- To enhance EQUITY each bidder is eligible for award of only ONE (1) contract.
- Contractors with on-going works will not be eligible for award of these contracts
- Tenderer either individually or as a JV member shall not participate in more than one Tender.
- Prices quoted must remain valid for 140 days from the date of opening
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own cost.
All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke free of charge with effect from Monday 25th October, 2021 and to continually check for any tender addendums or clarifications that may arise before the submission date.
Duly completed tender documents in plain sealed envelopes marked with Tender Number, Road Name and Constituency should be deposited in the respective Tender Box and be addressed to;
The Regional Director,
Kenya Rural Roads Authority
Kilifi Region
P.O. Box 27 - 80108
KILIFI
So as to be received on or before Tuesday 9th November 2021 at 10:00 am. Bids submitted after this prescribed time shall be rejected.
Eng. T. K. Kendagor
REGIONAL DIRECTOR- KILIFI REGION
INVITATION TO TENDER 24th November, 2021
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 registered in Kilifi Region and those in the special group category (Youth, Women and PWD) to bid for Roadworks funded under 22% RMLF Savings of Savings-
2020-2021 FY.
|
|
Tender Number |
Constituency |
Link |
Road Name |
Category |
|
1 |
Ganze |
C231 |
Kidungwa-Dida |
Youth |
|
|
2 |
Kilifi South |
G31265 |
Dida- Dzunguni |
PWD |
|
|
3 |
Kilifi North |
UR KS1 |
Mtomondoni Primary-Kalri |
Youth |
|
|
4 |
Rabai |
C101 |
Chauringo- Mtsanjeni |
PWD |
|
|
5 |
Rabai |
C238 |
Bondora- Maereni |
Women |
|
|
6 |
Kaloleni |
C236 |
Kwademu-Solace Education Center |
Women |
|
|
7 |
Magarini |
C233 |
Gandinii- Baricho |
Youth |
|
|
8 |
Malindi |
D1041 |
Viriko- Kibaranduni |
Women |
QUALIFICATIONS FOR TENDERING
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Certificate of Incorporation certified
- Certified Copies of PIN and VAT Registration Certificates
- Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker)
- Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA) in category 7 and 8.
- All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
- Certified valid single business permit issued within the last 12 Months
- Proof of Contractors Bank Account
- Certified Copy of recent CR12 Form-(12Months) from registrar of companies
- Certified copies of IDs/Passport for all
- Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer)
- Current sworn-in Affidavit (within the last three months)
- Brief Work Methodology relevant to the specific work and work program
- Valid copy of certificate of registration for Youth, Women & Persons with Disability where applicable
- For PWD Tenders attach certified copy of proof of registration with NCPWD
OTHER REQUIREMENTS
- At least two (2) major items of construction equipment owned or leased; Attach Certified copies of Log books or provide certified copies of valid and active Lease Agreements supported by certified copies of Lessor’s log books respectively.
- Professional and Technical Personnel (provide CVs and academic certificates for the employees)
- Prices quoted must remain valid for 140 days from the date of opening
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
- To enhance EQUITY each bidder is eligible for award of only ONE (1) contract.
- Contractors with on-going works will not be eligible for award of these contracts
- Tenderer either individually or as a JV member shall not participate in the same tender.
- In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own cost.
All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke free of charge from 1st December 2021 and to continually check for any tender addendums or clarifications that may arise before the submission date.
Duly completed tender documents in plain sealed envelopes marked with Tender Number,Road Name and Constituency should be deposited in the respective Tender Box and be addressed to;
The Regional Director,
Kenya Rural Roads Authority
Kilifi Region
P.O. Box 27 - 80108
KILIFI
So as to be received on or before Tuesday 7th December 2021 at 10:00 am. Bids submitted after this prescribed time shall be rejected.
Eng. T. K. Kendagor
REGIONAL DIRECTOR - KILIFI REGION
INVITATION TO TENDER 9th March, 2022
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 bidders/eligible Contractors in the special group women category to bid for Roadworks.
|
|
Tender Number |
Constituency |
Link |
Road Name |
Category |
|
1 |
Ganze |
D1043 |
Access Roads to Bamba Sub-County Hospital |
Women |
QUALIFICATIONS FOR TENDERING
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Certificate of Incorporation
- Certified Copies of PIN and VAT Registration Certificates
- Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker)
- All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
- Certified valid single business permit issued within the last 12 Months
- Proof of Contractors Bank Account
- Certified Copy of recent CR12 Form-(12Months) from registrar of companies
- Certified copies of IDs/Passport for all
- Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer)
- Current sworn-in Affidavit (within the last three months)
- Brief Work Methodology relevant to the specific work and work program
- Valid copy of special group Women registration certificate
OTHER REQUIREMENTS
- Professional and Technical Personnel (provide CVs and academic certificates for the employees)
- Prices quoted must remain valid for 140 days from the date of opening
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
- To enhance EQUITY each bidder is eligible for award of only ONE (1) contract.
- In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own cost.
All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke free of charge from 16th March 2022 and to continually check for any tender addendums or clarifications that may arise before the submission date.
Duly completed tender documents in plain sealed envelopes marked with Tender Number, Road Name and Constituency should be deposited in the respective Tender Box and be addressed to;
The Regional Director
Kenya Rural Roads Authority
Kilifi Region
P.O. Box 27 - 80108
KILIFI
So as to be received on or before Wednesday 23rd March 2022 at 11:00 am. Bids submitted after this prescribed time shall be rejected.
Eng. T. K. Kendagor
REGIONAL DIRECTOR - KILIFI REGION
TENDER NOTICE- DOWNLOAD HERE
Kilifi Region, under the 10% RMLF contracts for the under listed roadworks projects.
|
TENDER NUMBER. |
PROJECT NAME (Road No. and Name) |
Constituency and Eligible Firms Category |
Mandatory pre-Tender Site Visit: Date,Venue& Time |
Tender Closing/Opening Date and Time |
Document |
|
KeRRA/011/KLF/39 /32/2018-2019 |
C235: Dzitsoni-Jaribuni |
Ganze Constituency (AGPO-YOUTH ONLY) |
Monday 28th January, 2019,KeRRA Kilifi Office, at 9:00 am |
Thursday7thFebruary,20 19 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /33/2018-2019 |
C235: Kasava – Tezo |
Kilifi North Constituency (AGPO-PERSONS WITH DISABILITY ONLY) |
Monday 28th January, 2019,KeRRA Kilifi Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /34/2018-2019 |
C235: Magogoni – Kasava |
Kilifi North Constituency (Open to Pre-qualified contractors) |
Monday 28th January, 2019,KeRRA Kilifi Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /35/2018-2019 |
C238:Jibana-Kidutani |
Kilifi South Constituency (Open to Pre-qualified contractors) |
Monday 28th January, 2019,KeRRA Kilifi Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /36/2018-2019 |
C238: Kidutani – Ngombeni |
Kilifi South Constituency (WOMEN ONLY) |
Monday 28th January, 2019,KeRRA Kilifi Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /37/2018-2019 |
C202:Guruguru-Mnago WaDola |
Kaloleni Constituency (Open to Pre-qualified contractors) |
Tuesday 29th January, 2019,Kaloleni CDF Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
Download |
|
KeRRA/011/KLF/39 /38/2018-2019 |
C202:Guruguru- Ndatani |
Kaloleni Constituency (AGPO-YOUTH ONLY) |
Tuesday 29th January, 2019,Kaloleni CDF Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /39/2018-2019 |
C101: Kinunguna- Mitsajeni |
Rabai Constituency (AGPO-PERSONS WITH DISABILITY ONLY) |
Tuesday 29th January, 2019,Kaloleni CDF Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /40/2018-2019 |
C101:Pangani Primary School-Jibana |
Rabai Constituency (Open to Pre-qualified contractors) |
Tuesday 29th January, 2019,Kaloleni CDF Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /41/2018-2019 |
D1041: Baolala- Kibaranduni-Malanga |
Malindi Constituency (Open to Pre-qualified contractors) |
Wednesday 30thJanuary, 2019, Venue: KeRRAMalindi Roads Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /42/2018-2019 |
E3113: Langobaya-LB Maitha School- Pishimwenga JCT B54 |
Malindi Constituency (Open to Pre-qualified contractors) |
Wednesday 30thJanuary, 2019, Venue: KeRRAMalindi Roads Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilif i Region |
|
|
KeRRA/011/KLF/39 /43/2018-2019 |
C233:Baricho-Garashi |
Magarini Constituency (AGPO YOUTH ONLY) |
Wednesday 30thJanuary, 2019, Venue: KeRRAMalindi Roads Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
|
|
KeRRA/011/KLF/39 /44/2018-2019 |
C233: Garashi-Bate Kaya |
Magarini Constituency (AGPO WOMEN ONLY) |
Wednesday 30thJanuary, 2019, Venue: KeRRAMalindi Roads Office, at 9:00 am |
Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region |
Addendum No.1: Download here!
INVITATION TO TENDER NOTICE - Download here!
|
TENDER NUMBER. |
PROJECT NAME (Road No. and Name) |
Constituency and Eligible Firms Category |
Mandatory pre-Tender Site Visit: Date,Venue& Time |
Tender Closing/Opening Date and Time |
Document |
|
KeRRA/011/KLF/39/51/2017-2018 |
Kibaoni-Kakanjuni-Sokoke (C231: A7: Kibaoni-Kakanjuni) |
Kilifi North Constituency
(AGPO-PWD ONLY) |
Tuesday 10th July, 2018,KeRRA Kilifi Office, at 9:30 am |
Tuesday 24th July, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/52/2017-2018 |
Mitangoni-Mtwapa (C234: Mtwapa-Bomani) |
Kilifi South Constituency
(Open to Pre-qualified contractors) |
Tuesday 10th July, 2018,KeRRA Kilifi Office, at 9:30 am |
Tuesday 24th July, 2018 at 10:30 am |
|
|
KeRRA/011/KLF/39/53/2017-2018 |
C236: Nzovuni-Kizurini (Nguluweni-Mihingoni) |
Kaloleni Constituency
(AGPO-YOUTH ONLY) |
Wednesday 11th July, 2018,KeRRA Kaloleni CDF Office, Kaloleni, at 9:30 am |
Tuesday 24th July, 2018 at 10:30 am |
|
|
KeRRA/011/KLF/39/54/2017-2018 |
C238: Bondora-Tsagwa (Maereni-Pangani) |
Rabai Constituency
(Open to Pre-qualified contractors) |
Wednesday 11th July, 2018,KeRRA Kaloleni CDF Office, Kaloleni, at 9:30 am |
Tuesday 24th July, 2018 at 10:30 am |
|
|
KeRRA/011/KLF/39/55/2017-2018 |
Bamba-Ganze-Magogoni (C237:Bamba-Petanguo) |
Ganze Constituency
(Open to Pre-qualified contractors) |
Friday 13th July, 2018,KeRRA, Kilifi Office, at 9:30 am |
Tuesday 24th July, 2018 at 10:30 am |
|
|
KeRRA/011/KLF/39/56/2017-2018 |
Baricho-Marafa-Kagombani (C232: Baolala-Malanga) |
Malindi Constituency
(Open to Pre-qualified contractors) |
Monday 16th July, 2018,KeRRA, Roads Malindi Office, Malindi, at 9:30 am |
Tuesday 24th July, 2018 at 10:30 am |
|
|
KeRRA/011/KLF/39/57/2017-2018 |
Baricho-Garashi-Majengo (C233: Mambrui-Marekebuni) |
Magarini Constituency
(AGPO-WOMEN ONLY) |
Monday 16th July, 2018,KeRRA, Roads Malindi Office, Malindi, at 9:30 am |
Tuesday 24th July, 2018 at 10:30 am |
KILIFI REGIONAL OFFICE
P.O BOX 27-80108 KILIFI, Email: This email address is being protected from spambots. You need JavaScript enabled to view it., Website: www.kerra.go.ke
KIBAONI – PRISON ROAD
Thursday, 1st November, 2018
NOTICE TO ALL PRE-QUALIFIED ROADWORKS CONTRACTORS IN KILIFI REGION AND AGPO ELIGIBLE FIRMS, FOR KILIFI REGION PROJECTS
INVITATION TO TENDER NOTICE - Download here!
The Kenya Rural Roads Authority hereby invites sealed bids from KeRRA – Kilifi Region, Pre-qualified Contractors and under Special group of Youth,Women& Persons Living with Disability( Under the AGPO Program), in the Financial Year 2018/2019 for maintenance of roadworks in Kilifi Region, under 22% RMLF contracts for the under listed roadworks projects.
|
TENDER NUMBER. |
PROJECT NAME (Road No. and Name) |
Constituency and Eligible Firms Category |
Mandatory pre-Tender Site Visit: Date,Venue& Time |
Tender Closing/Opening Date and Time |
Documents |
|
KeRRA/011/KLF/39/01/2018-2019 |
C231: Dzunguni-Kakanjuni |
Kilifi North Constituency
(AGPO-PERSONS WITH DISABILITY ONLY) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/02/2018-2019 |
C231: Kakanjuni-Kibaoni Kilifi |
Kilifi North Constituency
(Open to Pre-qualified contractors) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/03/2018-2019 |
C231: Dida-Mrima Wa Dzovu |
Kilifi North Constituency
(Open to Pre-qualified contractors) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/04/2018-2019 |
C231: Mrima Wa Dzovu-Dzunguni |
Kilifi North Constituency
(Open to Pre-qualified contractors) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/5/2018-2019 |
C234: Bomani-Vipingo Ridge |
Kilifi South Constituency
(Open to Pre-qualified contractors) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/6/2018-2019 |
C234: Mtwapa-Bomani (A) |
Kilifi South Constituency
(Open to Pre-qualified contractors) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/7/2018-2019 |
C234: Mtwapa-Bomani (B) |
Kilifi South Constituency (AGPO-YOUTH ONLY) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/8/2018-2019 |
C234: Ngombeni-Mitangoni |
Kilifi South Constituency
(Open to Pre-qualified contractors) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/9/2018-2019 |
C234: Vipingo Ridge-Ngombeni |
Kilifi South Constituency (Open to Pre-qualified contractors) |
Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/10/2018-2019 |
C236: Kizurini-Mihingoni |
Kaloleni Constituency
(AGPO-WOMEN ONLY) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/11/2018-2019 |
C236: Kwademu – Nzovuni River |
Kaloleni Constituency
(Open to Pre-qualified contractors) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/12/2018-2019 |
C236:Mihingoni – Nguluweni |
Kaloleni Constituency
(Open to Pre-qualified contractors) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/13/2018-2019 |
C236: Nguluweni – Kwademu |
Kaloleni Constituency
(Open to Pre-qualified contractors) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/14/2018-2019 |
C101: Kinunguna-Mitsajeni |
Rabai Constituency
(Open to Pre-qualified contractors) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/15/2018-2019 |
C101:Mleji-Kinunguna |
Rabai Constituency
(Open to Pre-qualified contractors) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/16/2018-2019 |
C238: Bondora - Maereni |
Rabai Constituency
(AGPO-PERSONS LIVING WITH DISABILITY ONLY) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/17/2018-2019 |
C238: Maereni-Pangani Primary School |
Rabai Constituency
(Open to Pre-qualified contractors) |
Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/18/2018-2019 |
C236: Nzovuni River-Mtsangamali |
Ganze Constituency
(Open to Pre-qualified contractors) |
Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/19/2018-2019 |
C237: Bamba-Kibaoni |
Ganze Constituency
(Open to Pre-qualified contractors) |
Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/20/2018-2019 |
C237: Ganze-Magogoni |
Ganze Constituency
(AGPO-PERSONS WITH DISABILITY ONLY) |
Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/21/2018-2019 |
C237: Kibaoni-Ganze |
Ganze Constituency
(Open to Pre-qualified contractors) |
Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/22/2018-2019 |
D1045: Pishimwenga JCT:Sosobora-Girimacha Primary School |
Malindi Constituency
(Open to Pre-qualified contractors) |
Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/23/2018-2019 |
D1051: Pishimwenga- Kibaoni |
Malindi Constituency
(Open to Pre-qualified contractors) |
Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/24/2018-2019 |
G31601: Gandini-Baolala |
Malindi Constituency
(AGPO-YOUTH ONLY) |
Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/25/2018-2019 |
L9_Malindi- Kakuyuni-Madunguni-Viragoni Chief Camp |
Malindi Constituency
(Open to Pre-qualified contractors) |
Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/26/2018-2019 |
C233: Bate Kaya-Mugumoni |
Magarini Constituency
(Open to Pre-qualified contractors) |
Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/27/2018-2019 |
C233:Garashi-Bate Kaya |
Magarini Constituency
(Open to Pre-qualified contractors) |
Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/28/2018-2019 |
C233:Karimboni-Marekebuni |
Magarini Constituency
(AGPO-WOMEN ONLY) |
Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
Thursday 15th November, 2018 at 10:30 am. |
|
|
KeRRA/011/KLF/39/29/2018-2019 |
C233: Mugumoni-Karimboni |
Magarini Constituency
(Open to Pre-qualified contractors) |
Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
Thursday 15th November, 2018 at 10:30 am. |
The Following must be submitted together with the tender for bids under Open and Special Groups tender cluster category:-
- Certified Copy of Certificate of incorporation.
- Certified Copy of Registration with National Construction Authority in Category ‘’8’’ and above.
- Copy of valid Tax Compliance Certificate.
- Copy of VAT and PIN Certificate.
- Current Six months bank statement.
- Proof of having undertaken works of similar nature in the past 2 years, completion certificate must be attached.
- Dully filled and signed anti-fraud and anticorruption form.
- Dully filled and signed environmental and social commitment form.
- Current workload.
- Schedule of the key personnel, minimum of Diploma in Civil Engineering for the persons to be engaged in undertaking the works.
- Proof of ownership of equipment or a valid and executed lease agreement for the equipments listed in the document.
- Copy of Certificate of Registration in the special group issued by the National Treasury for those applying for the AGPO tenders.
- Copy of the recent CR12 form.
- Dully signed pre-tender site visit certificate.
- Sequential serialization of the tender document attachments.
- Certified, signed and properly filled written power of attorney form.
- Properly filled confidential business questionnaire.
- Properly filled and signed form of tender.
Eligible pre-qualified Road Contractors and those bidding under the AGPO group for each of the Constituencies in the Region may obtain further information from the Regional Procurement Office, situated at the KeRRA Regional Office, along the Kibaoni – Prison Road in Kilifi during normal working hours of 8:00 am – 5:00 pm, as from Thursday 1st November, 2018.
A complete set of tender documents may be obtained/downloadedFree of Charge by visiting the KeRRA website www.kerra.go.ke.
Contractors must carry their tender documents during the Mandatory Pre-tender site visit for certification and should arrange for their own transportation during the pre-tender site visits.
Evaluation of the Tenders shall be based on the Evaluation Criteria Stated in the Tender Document and the advertisement notice.
Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the tender number, project name and Constituency, and should be deposited in the Tender Box situated at KeRRA Regional Offices, in Kilifi or be addressed to:
The Regional Manager,
KeRRA - Kilifi Region
P.O. Box 27 – 80108,
KILIFI, KENYA.
So as to be received on or before the date and time indicated for each of the tender indicated above. Late submissions will not be accepted. Tenders will be opened immediately thereafter, in the respective date, in the presence of the Tenderers or their representatives who choose to attend at the KeRRA-Kilifi Office, in Kilifi.
Mr.Gilbert Kimaiyo
REGIONAL PROCUREMENT OFFICER
For: REGIONAL MANAGER
| Item | TENDER NUMBER | PROJECT NAME (Road No. and Name) | Constituency and Eligible Firms Category | Mandatory PreTender Site Visit: Date, Venue & Time | Click to Download | Tender Closing/ Submission Dates And Time |
|---|---|---|---|---|---|---|
| 1 | KeRRA/011/KLF/ 39/01/2017-2018 |
C233: Mambrui - Baricho .(Karimboni – Garashi Section) (18+000 – 33+000) |
Magarini Constituency (Open to Prequalified contractors) |
Tuesday 23rd January, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
01 -Magarini | Thursday 1st February, 2018 at 10:30 am. |
| 2 | KeRRA/011/KLF/ 39/02/2017-2018 |
C233: Mambrui –Baricho.(Marekebuni-Karimboni) (0+000–18+000) |
Magarini Constituency (Open to Prequalified contractors) |
Tuesday 23rd January, 2018, KeRRA Malindi Roads Offices in Malindi, at 9.00 am. | 02 -Magarini | Thursday 1st February, 2018 at 10:30 am. |
| 3 | KeRRA/011/KLF/ 39/03/2017-2018 |
C232:Sabaki – Marafa -Baricho (Shakadulo – Ulaya) (43+000 – 50+000) |
Magarini Constituency (AGPO-PERSONS WITH DISABILITY ONLY) |
Tuesday 23rd January, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
03 -Magarini | Thursday 1st February, 2018 at 10:30 am. |
| 4 | KeRRA/011/KLF/ 39/04/2017-2018 |
C232: Sabaki – Marafa – Baricho (Sosoni – Shakadulo) (36+000 – 43+000) |
Magarini Constituency (Open to Prequalified contractors) |
Tuesday 23rd January, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
04 -Magarini | Thursday 1st February, 2018 at 10:30 am. |
| 5 | KeRRA/011/KLF/ 39/05/2017-2018 |
C232: Sabaki – Marafa - Baricho (Kibaranduni – Malanga) (13+000 – 18+000) |
Malindi Constituency (Open to Prequalified contractors) |
Tuesday 23rd January, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
05-Malindi | Thursday 1st February, 2018 at 10:30 am. |
| 7 | KeRRA/011/KLF/ 39/06/2017-2018 |
C232: Sabaki – Marafa – Baricho (Baolala – Kibaranduni) (8+000 – 13+000) |
Malindi Constituency (Open to Prequalified contractors) |
Tuesday 23rd January, 2018, KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
06-Malindi | Thursday 1st February, 2018 at 10:30 am. |
| 8 | KeRRA/011/KLF/ 39/07/2017-2018 |
D554: Pishimwenga Kibaoni – Viriko (Pishimwenga Kibaoni) (5+000 – 10+000) |
Malindi Constituency (AGPO-YOUTH ONLY) |
Tuesday 23rd January, 2018,KeRRAMalindi Roads Offices in Malindi, at 9.00 am. |
07-Malindi | Thursday 1st February, 2018 at 10:30 am. |
| 9 | KeRRA/011/KLF/ 39/08/2017-2018 |
D554: Pishimwenga Kibaoni – Viriko (Makobeni – Kibaranduni) (0+000 – 5+000) |
Malindi Constituency (Open to Prequalified contractors) |
Tuesday 23rd January, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am. |
08-Malindi | Thursday 1st February, 2018 at 10:30 am. |
| 10 | KeRRA/011/KLF/ 39/09/2017-2018 |
D551: Kasava – Bamba - Ganze (Silala – Ganze) (8+500 – 17+000) |
Ganze Constituency (Open to Prequalified contractors) |
Thursday 25th January, 2018,KeRRA Kilifi Office, at 9:00 am |
09-Ganze | Thursday 1st February, 2018 at 10:30 am. |
| 11 | KeRRA/011/KLF/ 39/10/2017-2018 |
D551: Kasava – Bamba – Ganze (Kasava – Silala) (0+000 – 8+500) |
Ganze Constituency (Open to Prequalified contractors) |
Thursday 25th January, 2018,KeRRA Kilifi Office, at 9:00 am |
10-Ganze | Thursday 1st February, 2018 at 10:30 am. |
| 12 | KeRRA/011/KLF/ 39/11/2017-2018 |
C237: Bamba – Ganze - Magogoni (Bamba – Pentanguo) (0+000 – 10+000) |
Ganze Constituency (AGPO-WOMEN ONLY) |
Thursday 25th January, 2018,KeRRA Kilifi Office, at 9:00 am |
11-Ganze | Thursday 1st February, 2018 at 10:30 am. |
| 13 | KeRRA/011/KLF/ 39/12/2017-2018 |
C237: Bamba – Ganze - Magogoni (Pentanguo – Ganze) (10+000 – 20+000) |
Ganze Constituency (Open to Prequalified contractors) |
Thursday 25th January, 2018,KeRRA Kilifi Office, at 9:00 am |
12-Ganze | Thursday 1st February, 2018 at 10:30 am. |
| 14 | KeRRA/011/KLF/ 39/13/2017-2018 |
C237: Bamba – Ganze - Magogoni (Ganze – Magogoni) (20+000 – 27+500) |
Ganze Constituency (AGPO-PERSONS WITHDISABILITY ONLY) |
Thursday 25th January, 2018,KeRRA Kilifi Office, at 9:00 am |
13-Ganze | Thursday 1st February, 2018 at 10:30 am. |
| 15 | KeRRA/011/KLF/ 39/14/2017-2018 |
C238: Bondora – Jibana (Tsagwa – Jibana) (9+000 – 12+000) |
Rabai Constituency (Open to Prequalified contractors) |
Wednesday 24th January, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
14-Rabai | Thursday 1st February, 2018 at 10:30 am. |
| 16 | KeRRA/011/KLF/ 39/15/2017-2018 |
C238: Bondora - Jibana (Bondora - Maereni ) (0+000 – 3+000) |
Rabai Constituency (Open to Prequalified contractors) |
Wednesday 24th January, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
15-Rabai | Thursday 1st February, 2018 at 10:30 am. |
| 17 | KeRRA/011/KLF/ 39/16/2017-2018 |
C238: Bondora - Jibana (Pangani – Tsagwa) (6+000 – 9+000) |
Rabai Constituency (AGPO-PERSONS LIVING WITH DISABILITY ONLY) |
Wednesday 24th January, 2018, Kaloleni CDF Office,Kaloleni, at 9:00 am |
16-Rabai | Thursday 1st February, 2018 at 10:30 am. |
| 18 | KeRRA/011/KLF/ 39/17/2017-2018 |
C238: Bondora - Jibana (Maereni - Pangani ) (3+000 – 6+000) |
Rabai Constituency (Open to Prequalified contractors) |
Wednesday 24th January, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
17-Rabai | |
| 19 | KeRRA/011/KLF/ 39/18/2017-2018 |
C236: Kwademu - Kizurini (Kwademu – Nzovuni Bridge) (0+000 – 5+000) |
Kaloleni Constituency (Open to Prequalified contractors) |
Wednesday 24th January, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
18-Kaloleni | Thursday 1st February, 2018 at 10:30 am. |
| 20 | KeRRA/011/KLF/ 39/19/2017-2018 |
C236 : Kwademu - Kizurini (Kizurini – Mihingoni ) (14+000 – 18+500) |
Kaloleni Constituency (Open to Prequalified contractors) |
Wednesday 24th January, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
19-Kaloleni | Thursday 1st February, 2018 at 10:30 am. |
| 21 | KeRRA/011/KLF/ 39/20/2017-2018 |
C236:Kwademu - Kizurini (Mihingoni – Nguluweni) (9+500 – 14+000) |
Kaloleni Constituency (AGPO-YOUTH ONLY) |
Wednesday 24th January, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
20-Kaloleni | Thursday 1st February, 2018 at 10:30 am. |
| 23 | KeRRA/011/KLF/ 39/21/2017-2018 |
C236: Kwademu - Kizurini (Nguluweni – Kwademu) (5+000 – 9+500) |
Kaloleni Constituency (Open to Prequalified contractors) |
Wednesday 24th January, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am |
21-Kaloleni | Thursday 1st February, 2018 at 10:30 am. |
| 24 | KeRRA/011/KLF/ 39/22/2017-2018 |
C234: Mitangoni - Mtwapa (Vipingo – Ng’ombeni) (23+000 – 32+800) |
Kilifi South Constituency (Open to Prequalified contractors) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
22-Kilifi South | Thursday 1st February, 2018 at 10:30 am. |
| 25 | KeRRA/011/KLF/ 39/23/2017-2018 |
C234: Mitangoni - Mtwapa (Bomani – Vipingo) (11+200 – 23+000) |
Kilifi South Constituency (Open to Prequalified contractors) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
23-Kilifi South | Thursday 1st February, 2018 at 10:30 am. |
| 26 | KeRRA/011/KLF/ 39/24/2017-2018 |
C234: Mitangoni - Mtwapa (Mtwapa – Bomani) (0+000 – 11+200) |
Kilifi South Constituency (AGPO-YOUTH ONLY) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
24-Kilifi South | Thursday 1st February, 2018 at 10:30 am. |
| 27 | KeRRA/011/KLF/ 39/25/2017-2018 |
C234: Mitangoni - Mtwapa (Ng’ombeni – Mitangoni) (32+800 – 40+200) |
Kilifi South Constituency (Open to Prequalified contractors) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
25-Kilifi South | Thursday 1st February, 2018 at 10:30 am. |
| 28 | KeRRA/011/KLF/ 39/26/2017-2018 |
C231: Sokoke Forest – Kakanjuni - Kibaoni (Mrima Wa NdzovuSokoke Forest Station) (5+000 – 8+600) |
Kilifi North Constituency (Open to Prequalified contractors) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
26-Kilifi North | Thursday 1st February, 2018 at 10:30 am. |
| 29 | KeRRA/011/KLF/ 39/27/2017-2018 |
C231: Sokoke Forest – Kakanjuni – Kibaoni (Dida – Mrima Wa Ndzovu) (0+000 – 5+000) |
Kilifi North Constituency (Open to Prequalified contractors) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
27-Kilifi North | Thursday 1st February, 2018 at 10:30 am. |
| 30 | KeRRA/011/KLF/ 39/28/2017-2018 |
C231: Sokoke Forest – Kakanjuni - Kibaoni(Sokoke Forest - Kakanjuni) (8+600 – 15+800) |
Kilifi North Constituency (AGPO-WOMEN ONLY) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
28-Kilifi North | Thursday 1st February, 2018 at 10:30 am. |
| 31 | KeRRA/011/KLF/ 39/29/2017-2018 |
C231: Sokoke Forest – Kakanjuni - Kibaoni(Kakanjuni – Kilifi Kibaoni) (15+800 – 25+000) |
Kilifi North Constituency (Open to Prequalified contractors) |
Friday 26th January, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am |
29-Kilifi North | Thursday 1st February, 2018 at 10:30 am. |
KENYA RURAL ROADS AUTHORITY KILIFI REGION
INVITATION TO TENDER 1st March, 2023
The Kenya Rural Roads Authority (KeRRA) is a state Corporation within the State Department of Infrastructure under the Ministry of Roads,Transport and Public Works established through the Kenya Roads Act 2007. The Authority’s Primary Mandate is to Develop,Construct and Maintain the Rural roads Network in the country as per the Kenya Roads Act.2007.
The Authority hereby invites interested Road works Contractors Prequalified in Kilifi Region for the financial year 2021/2023 and Those in the Special Group Category (Youth, Women and PWD).The funding Source is from 10% CS Allocation for Spot Improvement works.
|
S/No. |
Tender Number |
Link |
Road Name |
Eligibility Group |
|
KILIFI SOUTH |
||||
|
1 |
G31257 |
Mzambaraoni-Mtepeni |
Women |
|
|
KALOLENI |
||||
|
2 |
C238 |
Pangani-Tsagwa |
Youth |
|
|
3 |
E3106 |
Kaloleni-Tsagwa |
Pwd |
|
|
4 |
UR KL2 |
Mwanamwinga-Kabathini |
Open |
|
|
5 |
C202 |
Ndatani-Mnago wa Dola |
Women |
|
|
RABAI |
||||
|
6 |
URF RB 02 |
Rabai Power-Kajiweni |
Women |
|
|
7 |
D1043 |
Gotani-Kibao Kiche |
Youth |
|
|
8 |
E3108 |
Mkapuni-Kanyumbuni |
Open |
|
|
GANZE |
||||
|
9 |
D1040 |
Matanomane-Silala |
Women |
|
|
MALINDI |
||||
|
10 |
UR MLDI |
Langombaya-Marikano |
Open |
|
Women category registered with the National Construction Authority certificate were invited to apply for the Works.
Women category registered with the National Construction Authority certificate were invited to apply for the Works.
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor Registered with National Construction Authority Certificate
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- National Identity Cards / Passports of Directors
- Certified Single Business Permit
- Current Bank statement in Company’s name for the last three months
- Authority to seek reference from the Contractors bank
- Letter from the Bank showing signatories to the account.
- Certified copy of certificate registration for Youth, Women & Persons with Disability whereapplicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted
using a serialization machine.
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self – Declaration Forms – Form SDI and SD2
- Fully filled Signed and Stamped Tender Securing Declaration Form
- To enhance EQUITY,bidders shall bid for a maximum of Two (2) Tenders,but can only be Awarded a maximum of ONE (1) Tender,under this tender notice.Bidders who participate in more than Two (2) tenders
shall be disqualified.
b.Director(s) bidding under different companies for the same tender shall be disqualified.
c.Director(s) bidding under different companies should not participate in more than
Two (2) tenders.
Other Requirements
As specified in the respective tender documents covering the following:
- Provide similar previous experience as stated in tender
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2)
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must
provide certified copies of Lease Agreements( From Individual lessors/ MTF)
- a)Any form of Canvassing will lead to disqualification
- b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with KeRRA Regional Director-Kilifi 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 2.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 1st March, 2023.
Procurement and in addition evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (Refer to Section IV.7 in the Tender Document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Regional Director,
Kenya Rural Roads Authority (KeRRA)
P.O. Box 27 – 80108, KILIFI
The same should be deposited in the Region tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Tuesday 14th March, 2023 at 10.00 am.Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
REGIONAL DIRECTOR –KILIFI REGION
KENYA RURAL ROADS AUTHORITY
KILIFI REGION
INVITATION TO TENDER 27th January, 2023
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 respective Constituencies in Kilifi Region for the financial year 2021/2023 and Those in the Special Group Category (Youth, Women and PWD).The funding Source is from 10% RMLF Allocation for Spot Improvement works.
KeRRA/08/KLF/39/10%-22/23-074 - DOWNLOAD
|
|
Tender Number |
Link |
Road Name |
Eligibility Group |
|
|
KILIFI NORTH |
|||||
|
1 |
E3103 |
Majajani-Ngamani |
Women |
||
|
2 |
G31220 |
Dida-Mwangea |
Youth |
||
|
3 |
UG31357 |
Dera-Ndzngoloni-Kona Mbaya |
Pwd |
||
|
4 |
G31219 |
Dzunguni-Chumani |
Open |
||
|
KILIFI SOUTH |
|||||
|
5 |
C238 |
Jibana-Kidutani |
Women |
||
|
6 |
C238 |
Kidutani-Ngombeni |
Youth |
||
|
7 |
F3026 |
Mwarakaya-Kizingo |
Pwd |
||
|
8 |
G31279 |
Kijipwa-Mapawa-Gongoni |
Open |
||
|
9 |
F3105 |
Mwarakaya-Chasimba |
Open |
||
|
KALOLENI |
|||||
|
10 |
G31274 |
West Gate-Chilulu |
Pwd |
||
|
11 |
UR KL2 |
Mwanamwinga-Kabathini |
Youth |
||
|
12 |
D1050 |
Mtulu-Ikanga-Mnyenzeni |
Women |
||
|
13 |
C236 |
Mnyenzeni Ecd-St Georges High Sch. |
Open |
||
|
RABAI |
|
||||
|
14 |
UR RB3 |
Bondora-Mleji |
Pwd |
||
|
15 |
D1043 |
Jimba-Rabai Power |
Youth |
||
|
16 |
D1043 |
Kibao Kiche-Jimba |
Women |
||
|
17 |
URF RB 02 |
Rabai Power-Kajiwe Primary Road |
Open |
||
|
18 |
C238 |
Pangani Primary School- Jibana |
Open |
||
|
|
GANZE |
||||
|
19 |
C231 |
Kidungwa-Dida |
Women |
||
|
20 |
C231 |
Vitengeni-Kidungwa |
Youth |
||
|
21 |
C237 |
Ganze-Magogoni |
Pwd |
||
|
22 |
G31220 |
Mwangea-Ngamani |
Open |
||
|
MALINDI |
|
||||
|
23 |
D1045 |
Pishimwenga Jct:Sosobora Pri.Sch.- .-Girimacha Pri.Sch. Road |
Open |
||
|
24 |
D1051 |
Pishimwenga-Kibaoni |
Pwd |
||
|
25 |
E3113 |
Langombaya- Pishimwenga |
Women |
||
|
26 |
U G31609 |
Jilore-Girimacha Road |
Youth |
||
|
MAGARINI |
|||||
|
27 |
C233 |
Baricho-Bungale |
Women |
||
|
28 |
C233 |
Bungale-Garashi |
Youth |
||
|
29 |
D1040 |
Baricho-Mataroni |
Pwd |
||
|
30 |
D1040 |
GIS-Ramada |
Open |
||
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor (NCA 6,7 and 8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- National Identity Cards / Passports of Directors
- Certified Single Business Permit
- Current Bank statement in Company’s name for the last three months
- Authority to seek reference from the Contractors bank
- Letter from the Bank showing signatories to the account.
- Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self – Declaration Forms – Form SDI and SD2
- Fully filled Signed and Stamped Tender Securing Declaration Form
- To enhance EQUITY,bidders shall bid for a maximum of Two (2) Tenders,but can only be Awarded a maximum of ONE (1) Tender,under this tender notice.Bidders who participate in more than Two (2) tenders
shall be disqualified.
b.Director (s) bidding under different companies for the same tender shall be disqualified.
c.Director (s) bidding under different companies should not participate in more than Two (2) tenders.
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years.
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements (From Individual lessors/ MTF)
- a) Any form of Canvassing will lead to disqualification
- b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with KeRRA Regional Director-Kilifi 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.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Friday 27th January, 2023.
Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and in addition evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (Refer to Section IV.7 in the Tender Document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Regional Director,
Kenya Rural Roads Authority (KeRRA) P. O. Box 27 – 80108, KILIFI
The same should be deposited in the Region tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Thursday 9th February, 2023 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
REGIONAL DIRECTOR – KILIFI REGION
KENYA RURAL ROADS AUTHORITY
KILIFI REGION
30th January 2023.
TENDER NOTICE- ADDENDUM NO.1
TENDER FOR 10% RMLF ROAD WORKS FOR FINACIAL YEAR 2022-2023.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of Management, Development, Rehabilitation and Maintenance of Rural Roads.
Reference is made to the invitation to tender that is currently in the Authority’s website www.kerra.go.ke dated 27th January 2023.
The Authority wishes to provide clarification to the below road works Tender as follows:
Download Tender Notice - ADDENDUM NO.1
|
S/No |
Tender Number |
Clarifications
|
|
1. |
KeRRA/08/KLF/39/10%-22/23-074 |
Road name has been changed from G31220: Dida-Mwangea to UR KN 4:Watamu Post Office-Watamu Sec.School. |
|
2. |
The bid Document has been pulled down and replaced with a new one with BoQs. Download the revised one. |
All other information remains the same,
Any inconvenience caused is regretted.
Eng. T.K. Kendagor
REGIONAL DIRECTOR – KILIFI REGION.
KENYA RURAL ROADS AUTHORITY
KILIFI REGION
INVITATION TO TENDER 07th September, 2022
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 those are in the Special group category (Youth,Women and PWD) for the works below whos’ funding Source is from 10% RMLF Savings Allocation for routine Maintenance and Spot Improvement works.
|
|
Tender Number |
Link |
Road Name |
Category |
|
KILIFI NORTH |
||||
|
1 |
UG 313557 |
Dera-Mdzongoloni-Kona Mbaya |
Women |
|
|
KILIFI SOUTH |
||||
|
2 |
C234 |
Mtwapa-Bomani-Vipingo Ridge |
Youth |
|
|
KALOLENI |
||||
|
3 |
C236 |
Kizurini-Kwa demu |
Pwd |
|
|
RABAI |
||||
|
4 |
C101 |
Mleji-Chauringo |
Women |
|
|
GANZE |
||||
|
5 |
D1041 |
Matanomane-Malanga-Yembe |
Youth |
|
|
MALINDI |
||||
|
6 |
D1045 |
Pishimwenga jct.-Sosobora Pri.Sch-Girimacha |
Pwd |
|
|
MAGARINI |
||||
|
7 |
C233 |
Bungale-Garashi |
Women |
|
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor (NCA 8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- National Identity Cards / Passports of Directors
- Certified Single Business Permit
- Current Bank statement in Company’s name for the last three months
- Authority to seek reference from the Contractors bank
- Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
- No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the fy 2021-2022 are not eligible for award of this
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self – Declaration Forms – Form SDI and SD2
- Fully filled Signed and Stamped Tender Securing Declaration Form
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
- Any form of Canvassing will lead to disqualification
b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 7th September, 2022.
Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (refer to section 1.1.2 in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Deputy Director,
Kenya Rural Roads Authority (KeRRA)
P. O. Box 27 – 80108, KILIFI
The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Tuesday 20th September, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
DEPUTY DIRECTOR –KILIFI REGION
KENYA RURAL ROADS AUTHORITY
INVITATION TO TENDER
23rd November, 2023
The Kenya Rural Roads Authority (KeRRA) is a state corporation under the Ministry of Transport, Infrastructure, Public Works, Housing and Urban Development established under the Kenya Roads Act 2007, with the responsibility to construct, upgrade, rehabilitate and maintain the rural roads network in the country. The Authority hereby invites interested Road works Contractors registered in the region under respective constituency for F/Y 2023-2025 and AGPO eligible firms for the following Spot Improvement works for F/Y 2022/2023 under the 10% RMLF, 10% CS and GOK savings.
|
S/No. |
Tender Number |
Road Code |
Road Name |
Eligibility Group |
|
KILIFI NORTH CONSTITUENCY |
||||
|
1 |
E3103 |
Majajani – Ngamani Road |
PWD |
|
|
2 |
G31219 |
Chumani – Dzunguni Road |
Open |
|
|
KILIFI SOUTH CONSTITUENCY |
||||
|
3 |
C238 |
Kidutani – Ng’ombeni Road |
Women |
|
|
KALOLENI CONSTITUENCY |
||||
|
4 |
C236 |
Kizurini – Mihingoni Road |
Youth |
|
|
5 |
C236 |
Nguruweni – Kwademu Road |
Open |
|
|
6 |
C236 |
Guruguru – Ndatani Road |
Women |
|
|
7 |
G31274 |
West Gate–Chilulu Road |
Youth |
|
|
RABAI CONSTITUENCY |
||||
|
8 |
UR RB5 |
Kwa Hamisi Mtoro-Mgandini-Kibaoni Road |
Women |
|
|
GANZE CONSTITUENCY |
||||
|
9 |
C231 |
Vitengeni-Kidungwa Road |
PWD |
|
|
10 |
D1041 |
Matanomane - Malanga - Yembe |
Open |
|
|
MALINDI CONSTITUENCY |
||||
|
11 |
E3113 |
Pishimwenga - Langombaya |
Women |
|
|
MAGARINI CONSTITUENCY |
||||
|
12 |
C233 |
Baricho – Bungale Road |
Women |
|
QUALIFICATIONS FOR TENDERING
As specified in the bid documents
- To enhance EQUITY, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a maximum of ONE (1) Tender, pursuant to this tender notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Pre-Tender site Visit shall be Open but MANDATORY. Bidders are required to make their own arrangements to visit the project sites in liaison with the respective SARO/ARO’s and have their site Visits Certificates signed by the Regional Director or his representative.
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free. Completed bid documents in plain sealed envelope marked with the respective tender name and tender number should be addressed to:
The Regional Director,
Kenya Rural Roads Authority (KeRRA)
P.O. Box 27 – 80108, KILIFI
The same should be deposited in the respective constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Thursday 7th December, 2023. at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY KILIFI REGION INVITATION TO TENDER 23rd August 2022
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 those in the Special group category (Youth, Women and PWD).The funding Source is from 10% CS for Spot Improvement works.
|
S/No |
Tender Number |
Link |
Road Name |
Category |
|
KALOLENI |
||||
|
1 |
E3087 |
Mnyenzeni-Gotani |
Women |
|
|
2 |
C202 |
Guruguru-Ndatani |
Women |
|
|
3 |
C202 |
Ndatani-Mnago Wa Dola |
Youth |
|
|
RABAI |
||||
|
4 |
C101 |
Ribe-Bondora |
Pwd |
|
|
5 |
URF RB 02 |
Rabai Power-Kajweni Primary Road |
Youth |
|
QUALIFICATIONS FOR TENDERING
Mandatory Requirements and others in tender document,
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor (NCA 6,7 & 8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- National Identity Cards / Passports of Directors
- Certified Single Business Permit
- Current Bank statement in Company’s name for the last three months
- Authority to seek reference from the Contractors bank
- Certified copy of certificate registration for Youth, Women & Persons with Disability where
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted
using a serialization machine.
- No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the current FY are not eligible for award of this
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self–Declaration Forms – Form SDI and SD2
- Fully filled Signed and Stamped Tender Securing Declaration Form
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two
(2) years.
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must
provide certified copies of Lease Agreements( From Individual lessors/ MTF)
- Any form of Canvassing will lead to disqualification
b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Tuesday 23rd August, 2022.
Procurement and evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (Refer to Section IV(7) in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape/spiral bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Deputy Director,
Kenya Rural Roads Authority (KeRRA) P. O. Box 27 – 80108,
KILIFI
The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Monday 5th September, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
DEPUTY DIRECTOR –KILIFI REGION
To: All Bidders
KILIFI REGION 10% RMLF AND 22% SAVINGS FOR FINANCIAL YEAR 2020 – 2021 SUBJECT: ADDENDUM NO. 2_________________________________________________
Reference is made to the tender notice dated 28th June, 2021 published in KeRRA Website (www.kerra.go.ke).
Pursuant to the provisions of Clause 75 of Public Procurement and Asset Disposal Act 2015, we wish to make the following amendments;
- The following Bills of Quantities (BOQ’s) of the two (2) tenders mentioned have been amended as follows;
|
Tender No. |
Road Name |
Revised BOQ Attached |
|
KeRRA/011/KLF/39/092/2020-2021 |
E3113:Langombaya-Marikano |
|
|
Pri. Sch. Road |
||
|
KeRRA/011/KLF/39/093/2020-2021 |
U_L7: Majimboni-MKao Moto |
|
|
Road |
||
The opening dates for ALL the Tenders has been extended to Monday 19th July, 2021 at 10.00am.
All other requirement of the tenders shall remain the same.
Eng. T. Kendagor
Regional Director (Coast Region)
Opening Up Rural Kenya
KENYA RURAL ROADS AUTHORITY
KILIFI REGION
INVITATION TO TENDER 26th July, 2022
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 Kilifi Region for the financial year 2022/2023 and Those in the Special group category (Youth, Women and PWD).The funding Source is from AIA Allocation for Spot Improvement works.
|
|
Tender Number |
Link |
Road Name |
Category |
|
MALINDI |
||||
|
1 |
E3113 |
Pishimwenga -Girimacha |
Open |
|
|
2 |
E3113 |
Langombaya- Pishimwenga |
ywpd |
|
|
MAGARINI |
||||
|
3 |
C233 |
Marekebuni-Pumwani |
Open |
|
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor (NCA 6,7 and 8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- National Identity Cards / Passports of Directors
- Certified Single Business Permit
- Current Bank statement in Company’s name for the last three months
- Authority to seek reference from the Contractors bank
- Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
- No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the fy 2021-2022 are not eligible for award of this
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self – Declaration Forms – Form SDI and SD2
- Fully filled Signed and Stamped Tender Securing Declaration Form
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
- Any form of Canvassing will lead to disqualification
b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Tuesday 26th July, 2022.
Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and in addition evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (refer to section iv.7 in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Regional Director,
Kenya Rural Roads Authority (KeRRA)
P.O. Box 27 – 80108, KILIFI
The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Monday 8th August, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
REGIONAL DIRECTOR –KILIFI REGION
KILIFI REGION TENDERS
INVITATION TO TENDER - Download 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 bidders/eligible Contractors registered with Ministry of Treasury in the special group Youth and Women category to bid for Roadworks.
|
|
Tender Number |
Constituency |
Link |
Road Name |
Category |
|
1 |
KeRRA/08/KLF/39/GOK/064/2021-2022 |
Malindi |
D1041 |
Kabiranduni-baolala Road |
Youth |
|
2 |
KeRRA/08/KLF/39/GOK/065/2021-2022 |
Malindi |
D1051 |
Phishimwenga-Kibaoni Road |
Women |
INVITATION TO TENDER - Download 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 bidders/eligible Contractors in the special group category to bid for Roadworks.
|
|
Tender Number |
Constituency |
Link |
Road Name |
Category |
|
1 |
KeRRA/08/KLF/39/063/2021-2022 |
Magarini |
C233 |
Marekebuni-Garashi-Baricho Road |
YWPD |
KENYA RURAL ROADS AUTHORITY
KILIFI REGION
17th August, 2023
The Kenya Rural Roads Authority (KeRRA) is a state corporation under the Ministry of Transport, Infrastructure, Public Works, Housing and Urban Development established under the Kenya Roads Act 2007, with the responsibility to construct, upgrade, rehabilitate and maintain the rural roads network in the country. The Authority hereby invites interested Road works Contractors registered in the region under respective constituency for F/Y 2021-2023 and AGPO eligible firms for the following Routine Maintenance works for F/Y 2022/2023 under the GOK Development Fund.
|
S/No. |
Tender Number |
Road Code |
Road Name |
Eligibility Group |
|
MALINDI CONSTITUENCY |
||||
|
1 |
D1051 |
Pishimwenga – Kibaoni Road |
Women |
|
|
2 |
D1041 |
Kabiranduni – Baolala Road |
Youth |
|
|
3 |
UR MLD1 |
Gandini – Marikano Road |
Open |
|
|
4 |
E3113 |
Pishimwenga - Girimacha Road |
Open |
|
|
KILIFI NORTH CONSTITUENCY |
||||
|
5 |
UK_03-913 |
Kwa Kipipa-Madeteni Primary - Kona Mbaya Road |
Open |
|
|
6 |
P32_MALINDI |
Kwa Kubo - Msabaha Primary -Menyhart Sec. Road |
Youth |
|
|
7 |
P44_MALINDI |
Rodgers Planet – Baharini Road |
PWD |
|
|
KILIFI SOUTH CONSTITUENCY |
||||
|
8 |
UK_03_912 |
Mtepeni-Miembe Kumi-Timbe Kizingitini Road |
Women |
|
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Current Certificate of Registration with National Construction Authority in Category “NCA 8 and above” together with a valid NCA practicing license
- Copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- Certified “CLEAR COPY”” of National Identity Cards / Passports of Directors
- Certified current Single Business Permit
- Current Bank statement in Company’s name for the last three months
- Authority to seek reference from the Contractors bank
- Letter from the Bank showing signatories to the account.
- Valid copy of certificate of registration for Youth, Women & Persons with Disability where applicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
- Confidential Business Questionnaire correctly filled, signed &
- Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
- Submit a brief relevant Work Methodology and a detailed work program capturing details of activities and timelines
- Fully filled and signed Self – Declaration Forms – Form SDI and SD2
- Fully filled, Signed and Stamped Tender Securing Declaration Form for tenders reserved for special
- All open tenders that have a budget of more than Kenya Shillings five (5) million must be accompanied by tender security as specified in the Tender Data Sheet (TDS).
- To enhance EQUITY, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a maximum of ONE (1) Tender, pursuant to this tender notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified.
- Director (s) bidding under different companies should not participate in more than Two (2)
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements (From Individual lessors/ MTF)
- a) Any form of Canvassing will lead to disqualification
- b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with respective SARO/ARO’s. Site Visits Certificates are supposed to be dully signed by the Regional Director or his representative.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Friday 18th August,2023.
Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Regional Director,
Kenya Rural Roads Authority (KeRRA)
P.O. Box 27 – 80108, KILIFI
The same should be deposited in the respective constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Thursday 31st August, 2023. at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KILIFI REGION
INVITATION TO TENDER
10th January, 2024
The Kenya Rural Roads Authority (KeRRA) is a state corporation under the Ministry of Transport, Infrastructure, Public Works, Housing and Urban Development established under the Kenya Roads Act 2007, with the responsibility to construct, upgrade, rehabilitate and maintain the rural roads network in the country. The Authority hereby invites interested Road works Contractors registered in the region under respective constituency for F/Y 2023-2025 and AGPO eligible firms for the following Spot Improvement works for F/Y 2023/2024 under the AIA Allocation.
|
S/No. |
Tender Number |
Road Code |
Road Name |
Eligibility Group |
|
KALOLENI CONSTITUENCY |
||||
|
1 |
E3106 |
Kaloleni - Nyalani-Tsunguni Road |
Women |
|
|
MAGARINI CONSTITUENCY |
||||
|
2 |
E3119 |
Mjanaheri-Mwaeba Road |
Women |
|
|
3 |
E3119 |
Mwaeba-Garithe Road |
PWD |
|
|
4 |
E3119 |
Garithe-Ngomeni Road |
Restricted to registered bidders |
|
QUALIFICATIONS FOR TENDERING
As specified in the bid documents
- To enhance EQUITY, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a maximum of ONE (1) Tender, pursuant to this tender notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- All open tenders that have a budget of more than Kenya Shillings five (5) million must be accompanied by tender security as specified in the Tender Data Sheet (TDS).
- Pre-Tender site Visit shall be Open but MANDATORY. Bidders are required to make their own arrangements to visit the project sites in liaison with the respective SARO/ARO’s and have their site Visits Certificates signed by the Regional Director or his representative.
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
- Any form of Canvassing will lead to disqualification
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free. Completed bid documents in plain sealed envelope marked with the respective tender name and tender number should be addressed to:
The Regional Director,
Kenya Rural Roads Authority (KeRRA)
P.O. Box 27 – 80108, KILIFI
The same should be deposited in the respective constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Wednesday, 24th January 2024. at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor
REGIONAL DIRECTOR
INVITATION TO TENDER- Download 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 bidders/eligible Contractors in the special group women category to bid for road works.
|
S/No. |
Tender Number |
Funding |
Tender Description |
Eligibilit y Group |
|
RABAI CONSTITUENCY |
||||
|
1 |
KeRRA/08/KLF/39/067/2021-2022 |
CS Allocation Savings |
Bondora - Maereni Road (C238) |
Women |
QUALIFICATIONS FOR TENDERING
MANDATORY REQUIREMENTS
The following must be submitted together with the Tender among those in the Instructions to
Tenderers in the tender document:
(a) Certified Certificate of Incorporation certified
(b) Certified Copies of PIN and VAT Registration Certificates
(c) Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker) (d) Valid National Construction Authority Certificate and the Annual Contractors Practicing
License from National Construction Authority (NCA) in category 6, 7 and 8.
(e) All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED
sequentially as (1,2,3,4….on all pages)
(f) Certified valid single business permit issued within the last 12 Months
(g) Proof of Bank Account and Bank statement in the name of the firm for at least Three (3) Months from the date of this tender.
(h) Authority to seek reference from Contractors’ bankers
(i) Letter from the Bank showing signatories to the account
(j) Certified Copy of recent CR12 Form-(12Months) from registrar of companies
(k) Certified copies of IDs/Passport for all Directors.
(l) Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer) (m) Current sworn-in Affidavit (within the last three months)
(n) Brief Work Methodology relevant to the specific work and work program
(o) Valid copy of certificate of registration for special group Women category.
OTHER REQUIREMENTS
- i) At least two (2) major items of construction equipment owned or leased; Attach Certified copies of Log books or provide certified copies of valid and active Lease Agreements supported by certified copies of Lessor’s log books respective
- ii) Professional and Technical Personnel (provide CVs and academic certificates for the employees)
NOTE:
- 1. All certification of documents shall be original and executed by Commissioner for
Oaths or Notaries Public.
- 2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
- 3. To enhance EQUITY each bidder is eligible for award of only ONE (1) con
- 4. Contractors with on-going works will not be eligible for award of these contract
- 5. Prices quoted must remain valid for 140 days from the date of opening
- 6. Errors in the pricing of the Bills of Quantities will not be correc Bidders with such errors will be disqualified.
- 7. In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own c
All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke free of charge and to continually check for any tender addendums or clarifications that may arise before the submission date.
Duly completed tender documents in plain sealed envelopes marked with Tender Number, Road
Name and Constituency should be deposited in the respective Tender Box and be addressed to;
The Regional Director, Kenya Rural Roads Authority Kilifi Region
P.O. Box 27 - 80108
KILIFI
So as to be received on or before Thursday 24th March 2022 at 11:00 am. Bids submitted after this prescribed time shall be rejected.
Eng. T. K. Kendagor
REGIONAL DIRECTOR - KILIFI REGION
KENYA RURAL ROADS AUTHORITY
9th October, 2024
The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.
Kilifi Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2022/23 for the following tenders.
|
S/No. |
Tender Ref. |
Road Name |
Category & Target group |
Eligible bidders/ NCA |
|
1 |
G31286: Lutsangani-Pingilikani |
PWD |
6,7 or 8 |
|
|
2 |
C231: Dida-Mrima Wa Dzovu-Dzunguni Road |
Youth |
6,7 or 8 |
|
|
3 |
C236: Kizurini-Mihingoni Road |
Women |
6,7 or 8 |
|
|
4 |
UR RB4: Rabai Power-Peleleza |
PWD |
6,7 or 8 |
|
|
5 |
D1045: Girimacha-Mwangea |
Youth |
6,7 or 8 |
|
|
6 |
UR MLD1: Baolala-Gandini Road |
Youth |
6,7 or 8 |
|
|
7 |
C233: Karimboni-Dhololo Road |
Women |
6,7 or 8 |
|
|
8 |
F3028: Kwa Juaje-Bedida-Chiferi |
Women |
6,7 or 8 |
Bidders MUST meet the following requirements alongside other requirements contained in tender
documents.
- To enhance EQUITY bidders shall bid for a maximum of TWO (2) tenders, but can only be awarded a maximum of ONE (1) tender either as a director or a company under this tender notice. Bidders who participate in more than two tenders shall be disqualified.
- Bidders are requested to familiarise themselves with the site before tendering.
- MUST provide one (1) original document.
- All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
NOTE
- All attachments must be certified by a commissioner for oaths.
- The cost estimate of the proposed works has been provided in the tender document.
Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke. Complete tender document duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/KLF/08/39/….) number and Description, should be sent to the address below or deposited in the Tender Box located at KeRRA, Kilifi Regional Office situated along Prison Road.
Regional Director
Kenya Rural Roads Authority,
P.O. Box 27-80108,
KILIFI
So as to be received on Friday 18th October, 2024 at 10:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.
ENG. T.K. KENDAGOR
REGIONAL DIRECTOR,
KILIFI REGION
KENYA RURAL ROADS AUTHORITY
KILIFI REGION
INVITATION TO TENDER
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 those are in the Special group category (Youth,Women and PWD) for the works below whos’ funding Source is from 22% SOS/and GOK Savings Allocation for Spot Improvement works.
|
|
Tender Number |
Link |
Road Name |
Category |
|
KILIFI NORTH |
||||
|
1 |
C231 |
Dida-Kakanjuni |
Women |
|
|
KILIFI SOUTH |
||||
|
2 |
C234 |
Vipingo Ridge-Mitangoni |
Youth |
|
|
KALOLENI |
||||
|
3 |
UR KL1 |
Klean Ngala-Makomboani- Msonobariniri |
Pwd |
|
|
RABAI |
||||
|
4 |
UR RB3 |
Bondora-Mleji |
Women |
|
|
GANZE |
||||
|
5 |
C231 |
Matanomane-Dida |
Youth |
|
|
MALINDI |
||||
|
6 |
D1045 |
Sosobora Pri.Sch-Mwanges |
Pwd |
|
|
MAGARINI |
||||
|
7 |
KeRRA/08/KLF/39/22% SOS/118/2021-2022 |
C233 |
Gandini-Bungale |
Women |
INVITATION TO TENDER
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 those are in the Special group category (Women) for the works below whos’ funding Source is from GOK Savings Allocation for Spot Improvement works.
|
|
Tender Number |
Link |
Road Name |
Category |
|
KALOLENI |
||||
|
1 |
C202 |
Mnago Wa Dola - ndatani |
Women |
|
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor (NCA 6,7 and 8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- National Identity Cards / Passports of Directors
- Certified Single Business Permit
- Current Bank statement in Company’s name for the last three months
- Authority to seek reference from the Contractors bank
- Letter from the Bank showing signatories to the account.
- Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self – Declaration Forms – Form SDI and SD2
- Fully filled Signed and Stamped Tender Securing Declaration Form
- To enhance EQUITY,bidders shall bid for a maximum of Two (2) Tenders,but can only be Awarded a maximum of ONE (1) Tender,under this tender notice.Bidders who participate in more than Two (2) tenders
shall be disqualified.
b.Director (s) bidding under different companies for the same tender shall be disqualified.
c.Director (s) bidding under different companies should not participate in more than Two (2) tenders.
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years.
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
- a)Any form of Canvassing will lead to disqualification
- b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with KeRRA Regional Director-Kilifi 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.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 1st February, 2023.
Procurement and in addition evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (Refer to Section IV.7 in the Tender Document). Price quoted must
be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Regional Director,
Kenya Rural Roads Authority (KeRRA)
- O. Box 27 – 80108, KILIFI
The same should be deposited in the Region tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Tuesday 14th February,2023 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
REGIONAL DIRECTOR –KILIFI REGION
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 registered in Kilifi Region and those in the special group category (Youth, Women and PWD) to bid for Roadworks funded under 22% RMLF, 10% RMLF & 10% CS Allocation as indicated in the table below:
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor (NCA 5,6,7 &8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Copy of CR 12 (Issued within the last 12 months from the tender opening date)
- National Identity Cards / Passports of Directors
- Valid Single Business Permit
- Current Bank statement in Company’s name
- Authority to seek reference from the Contractors bank
- Attach Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted using serialization machine ALL Pages (1,2,3,4,5….) from the first to last page.
- No contractor will be awarded more than one contract
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self – Declaration Form – Form SDI (The Tender Securing Declaration shall remain valid for a period of 28 days beyond the tender validity period)
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
- Current work load if any
- Litigation History (provide sworn Affidavit)- executed within 3 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of Lease Agreements
- Any form of Canvassing will lead to disqualification
- Subsequent to presidential directives issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective officer.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 30th November, 2020.
Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Deputy Director,
Kenya Rural Roads Authority (KeRRA)
P.O. Box 27 - 80108 KILIFI
The same should be deposited in the constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Tuesday, 15th December, 2020 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0745589747. Late submissions will not be accepted.
Eng. T. Kendagor.
DEPUTY DIRECTOR (ROADS) COAST REGION
|
No. |
Pakage Number |
Constituency |
Road Code |
Section Name |
Reserved |
Download |
|
1 |
KeRRA/011/KLF/39/006/2020-2021 |
Ganze |
E3101 |
Jaribuni Dispensary - Maya Island |
Open |
Download |
|
2 |
KeRRA/011/KLF/39/007/2020-2021 |
Ganze |
C231 |
Kidungwa - Dida |
Women |
Download |
|
3 |
KeRRA/011/KLF/39/008/2020-2021 |
Kilifi South |
G31281 |
Kijipwa Police Station - Gongoni - Mwachibora |
Open |
Download |
|
4 |
KeRRA/011/KLF/39/009/2020-2021 |
Kilifi North |
U-P45 |
Timboni - Dabaso Primary Road |
Open |
Download |
|
5 |
KeRRA/011/KLF/39/010/2020-2021 |
Kilifi South |
U-L5 MLD |
Dabaso Shopping Centre - Clab Shark Restaurant Road |
Women |
Download |
|
6 |
KeRRA/011/KLF/39/011/2020-2021 |
Kaloleni |
E3087 |
Deri - St Micheals - Mwino - Mwanamunga |
Open |
Download |
|
7 |
KeRRA/011/KLF/39/012/2020-2021 |
Rabai |
E3108 |
Mkapuni - Kanyumbani Road |
Open |
Download |
|
8 |
KeRRA/011/KLF/39/013/2020-2021 |
Rabai |
URF RB 01 |
Makobeni - Mleji Primary School |
PWD |
Download |
|
9 |
KeRRA/011/KLF/39/014/2020-2021 |
Rabai |
URF RB 02 |
Rabai Power - Kajiwe Primary Road |
Open |
Download |
|
10 |
KeRRA/011/KLF/39/073/2019-2020 |
Kaloleni |
C236 |
Kizurini- Mihingoni |
Open |
Download |
|
11 |
KeRRA/011/KLF/39/075/2019-2020 |
Rabai |
C101 |
Mleji- Ribe Boys |
Youth |
Download |
|
12 |
KeRRA/011/KLF/39/017/2020-2021 |
Magarini |
URF MGN 01 |
Dodosa Bungale Road |
Youth |
Download |
|
13 |
KeRRA/011/KLF/39/018/2020-2021 |
Magarini |
C233 |
Karimboni-Marekebuni |
Open |
Download |
|
14 |
KeRRA/011/KLF/39/019/2020-2021 |
Kilifi North |
C231 |
Dida - Mrima Wa Dzovu |
PWD |
Download |
|
15 |
KeRRA/011/KLF/39/020/2020-2021 |
Kilifi North |
C231 |
Mrima Wa Dzovu - Dzunguni |
Open |
Download |
|
16 |
KeRRA/011/KLF/39/021/2020-2021 |
Kilifi North |
C231 |
Ezamoyo - Kakanjuni |
Women |
Download |
|
17 |
KeRRA/011/KLF/39/022/2020-2021 |
Kilifi North |
C231 |
Kakanjuni - Mdzongoloni |
Open |
Download |
|
18 |
KeRRA/011/KLF/39/023/2020-2021 |
Kilifi North |
C231 |
Mdzongoloni -Kibaoni |
Open |
Download |
|
19 |
KeRRA/011/KLF/39/024/2020-2021 |
Kilifi North |
C231 |
Dzunguni - Ezamoyo |
Youth |
Download |
|
20 |
KeRRA/011/KLF/39/025/2020-2021 |
Kilifi South |
C234 |
Mtwapa - Bomani |
Open |
Download |
|
21 |
KeRRA/011/KLF/39/026/2020-2021 |
Kilifi South |
C234 |
Bomani - Vipingo Ridge |
Women |
Download |
|
22 |
KeRRA/011/KLF/39/027/2020-2021 |
Kilifi South |
C234 |
Vipingo Ridge - Ngombeni |
Open |
Download |
|
23 |
KeRRA/011/KLF/39/028/2020-2021 |
Kilifi South |
C234 |
Ngombeni - Mitangoni |
Open |
Download |
|
24 |
KeRRA/011/KLF/39/029/2020-2021 |
Kilifi South |
C234 |
Lutsangani - Pingilikani |
PWD |
Download |
|
25 |
KeRRA/011/KLF/39/030/2020-2021 |
Kaloleni |
C236 |
Kizurini - Mihingoni |
Open |
Download |
|
26 |
KeRRA/011/KLF/39/031/2020-2021 |
Kaloleni |
C236 |
Kwademu - Solace Education Centre |
PWD |
Download |
|
27 |
KeRRA/011/KLF/39/032/2020-2021 |
Kaloleni |
C236 |
Solace Education Centre - Nzovuni River |
Women |
Download |
|
28 |
KeRRA/011/KLF/39/033/2020-2021 |
Kaloleni |
C236 |
Mihingoni - Nguruweni |
Open |
Download |
|
29 |
KeRRA/011/KLF/39/034/2020-2021 |
Kaloleni |
C236 |
Nguruweni - Kwademu |
Youth |
Download |
|
30 |
KeRRA/011/KLF/39/035/2020-2021 |
Rabai |
C101 |
Chauringo - Mtsanjeni |
Open |
Download |
|
31 |
KeRRA/011/KLF/39/036/2020-2021 |
Rabai |
C101 |
Mtsanjeni - Jinyume - Myatsani |
Open |
Download |
|
32 |
KeRRA/011/KLF/39/037/2020-2021 |
Rabai |
C238 |
Bondora-Maereni |
Youth |
Download |
|
33 |
KeRRA/011/KLF/39/038/2020-2021 |
Rabai |
C238 |
Maereni-Pangani Primary School |
Women |
Download |
|
34 |
KeRRA/011/KLF/39/039/2020-2021 |
Rabai |
C238 |
Pangani Primary School-Jibana |
PWD |
Download |
|
35 |
KeRRA/011/KLF/39/040/2020-2021 |
Ganze |
C231 |
Katendewa - Shangweni |
Women |
Download |
|
36 |
KeRRA/011/KLF/39/041/2020-2021 |
Ganze |
C231 |
Shangweni - Vitengeni |
Open |
Download |
|
37 |
KeRRA/011/KLF/39/042/2020-2021 |
Ganze |
C236 |
Mtsangamali - Kibaoni |
Open |
Download |
|
38 |
KeRRA/011/KLF/39/043/2020-2021 |
Ganze |
C236 |
Nzovuni River - Mtsangamali |
Open |
Download |
|
39 |
KeRRA/011/KLF/39/044/2020-2021 |
Ganze |
C237 |
Ganze - Magogoni |
PWD |
Download |
|
40 |
KeRRA/011/KLF/39/045/2020-2021 |
Ganze |
C237 |
Bamba - Ganze |
Youth |
Download |
|
41 |
KeRRA/011/KLF/39/046/2020-2021 |
Malindi |
D1045 |
Pishimwenga - Sosobora Pri. Sch. |
Youth |
Download |
|
42 |
KeRRA/011/KLF/39/047/2020-2021 |
Malindi |
D1045 |
Sosobora Pri. Sch. - Girimacha |
Women |
Download |
|
43 |
KeRRA/011/KLF/39/048/2020-2021 |
Malindi |
U_L7 |
Mkao Moto - Bobi Tuva - Forest |
PWD |
Download |
|
44 |
KeRRA/011/KLF/39/049/2020-2021 |
Malindi |
G31601 |
Gandini - Baolala |
Open |
Download |
|
45 |
KeRRA/011/KLF/39/050/2020-2021 |
Malindi |
L9_Malindi |
Kakuyuni - Madunguni |
Open |
Download |
|
46 |
KeRRA/011/KLF/39/051/2020-2021 |
Magarini |
C233 |
Batekaya-Mugumoni |
PWD |
Download |
|
47 |
KeRRA/011/KLF/39/052/2020-2021 |
Magarini |
C233 |
Garashi-Batekaya |
Open |
Download |
|
48 |
KeRRA/011/KLF/39/053/2020-2021 |
Magarini |
C233 |
Karimboni - Marekebuni |
Open |
Download |
|
49 |
KeRRA/011/KLF/39/054/2020-2021 |
Magarini |
C233 |
Mugumoni- Dhololo |
Women |
Download |
|
50 |
KeRRA/011/KLF/39/055/2020-2021 |
Magarini |
C233 |
Dhololo - Karimboni |
Youth |
Download |
INVITATION TO TENDER 21st November, 2019
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 or rural roads.
The Authority hereby invites all interested Road works Contractors prequalified in the Region and AGPO eligible firms/ groups to the – Financial Year 2019 / 2020 for routine maintenance and spot improvement works, on the roads indicated below:
|
No |
PACKAGE NO. |
CONSTITUENCY |
ROAD NO. |
ROAD LINK |
LENGTH |
ESTIMATE |
CATEGORY |
SITE VISIT |
Document Download |
|
1 |
KeRRA/011/KLF/39/001/2019-2020 |
Kilifi North |
C231 |
DIDA - MRIMA WA DZOVU |
6.00 |
4,200,000.00 |
Open |
2nd Dec 2019 |
Download |
|
2 |
KeRRA/011/KLF/39/002/2019-2020 |
Kilifi South |
C238 |
JIBANA - KIDUTANI |
7.50 |
4,600,000.00 |
Women |
2nd Dec 2019 |
Download |
|
3 |
KeRRA/011/KLF/39/003/2019-2020 |
Ganze |
C231 |
VITENGENI - KIDUNGWA |
9.00 |
4,200,000.00 |
Youth |
2nd Dec 2019 |
Download |
|
4 |
KeRRA/011/KLF/39/004/2019-2020 |
Kilifi South |
G31265 |
CHINJE-CHENGONI - MTEPENI |
9.94 |
4,600,000.00 |
Open |
2nd Dec 2019 |
Download |
|
5 |
KeRRA/011/KLF/39/005/2019-2020 |
Kilifi North |
UG31365 |
KIMANJE - KWA KAZURI |
6.80 |
4,000,000.00 |
PWD |
2nd Dec 2019 |
Download |
|
6 |
KeRRA/011/KLF/39/006/2019-2020 |
Kilifi North |
UG31357 |
KIBAONI - NDZONGOLONI |
4.70 |
4,000,000.00 |
Women |
2nd Dec 2019 |
Download |
|
7 |
KeRRA/011/KLF/39/007/2019-2020 |
Magarini |
E1921 |
G.I.S JCT - KABIBONI - WARESA PRI. SCH. |
6.50 |
6,000,000.00 |
Open |
4th Dec 2019 |
Download |
|
8 |
KeRRA/011/KLF/39/008/2019-2020 |
Kilifi North |
C231 |
DIDA - MRIMA WA DZOVU |
6.00 |
5,641,304.24 |
Youth |
2nd Dec 2019 |
Download |
|
9 |
KeRRA/011/KLF/39/009/2019-2020 |
Kilifi North |
C231 |
DZUNGUNI - KAKANJUNI |
6.00 |
4,641,123.82 |
Youth |
2nd Dec 2019 |
Download |
|
10 |
KeRRa/011/KLF/39/010/2019-2020 |
Kilifi North |
C231 |
KAKANJUNI - KIBAONI KILIFI |
8.52 |
5,871,463.79 |
Open |
2nd Dec 2019 |
Download |
|
11 |
KeRRA/011/KLF/39/011/2019-2020 |
Kilifi North |
C231 |
MRIMA WA DZOVU - DZUNGUNI |
4.00 |
5,407,854.24 |
PWD |
2nd Dec 2019 |
Download |
|
12 |
KeRRA/011/KLF/39/012/2019-2020 |
Kilifi South |
C234 |
BOMANI - VIPINGO RIDGE |
9.20 |
4,218,793.77 |
Women |
2nd Dec 2019 |
Download |
|
13 |
KeRRA/011/KLF/39/013/2019-2020 |
Kilifi South |
C234 |
MTWAPA - BOMANI |
10.80 |
4,625,645.00 |
Open |
2nd Dec 2019 |
Download |
|
14 |
KeRRA/011/KLF/39/014/2019-2020 |
Kilifi South |
C234 |
MTWAPA - BOMANI |
10.80 |
2,822,715.25 |
PWD |
2nd Dec 2019 |
Download |
|
15 |
KeRRA/011/KLF/39/015/2019-2020 |
Kilifi South |
C234 |
NGOMBENI - MITANGONI |
10.25 |
4,953,224.14 |
Youth |
2nd Dec 2019 |
Download |
|
16 |
KeRRA/011/KLF/39/016/2019-2020 |
Kilifi South |
C234 |
VIPINGO RIDGE - NGOMBENI |
9.00 |
4,964,627.54 |
Open |
2nd Dec 2019 |
Download |
|
17 |
KeRRA/011/KLF/39/017/2019-2020 |
Kaloleni |
C236 |
KIZURINI - MIHINGONI |
4.50 |
5,278,471.60 |
Youth |
3rd Dec 2019 |
Download |
|
18 |
KeRRA/011/KLF/39/018/2019-2020 |
Kaloleni |
C236 |
KWADEMU - NZOVUNI RIVER |
5.00 |
5,475,754.37 |
Women |
3rd Dec 2019 |
Download |
|
19 |
KeRRA/011/KLF/39/019/2019-2020 |
Kaloleni |
C236 |
MIHINGONI - NGURUWENI |
4.50 |
5,357,564.30 |
Open |
3rd Dec 2019 |
Download |
|
20 |
KeRRA/011/KLF/39/020/2019-2020 |
Kaloleni |
C236 |
NGURUWENI - KWADEMU |
4.50 |
5,448,494.37 |
Open |
3rd Dec 2019 |
Download |
|
21 |
KeRRA/011/KLF/39/021/2019-2020 |
Rabai |
C101 |
CHAURINGO - MWAKIRUNGE |
4.15 |
5,757,082.33 |
Open |
3rd Dec 2019 |
Download |
|
22 |
KeRRA/011/KLF/39/022/2019-2020 |
Rabai |
C101 |
MAERENI - CHAURINGO |
4.20 |
5,670,729.95 |
Open |
3rd Dec 2019 |
Download |
|
23 |
KeRRA/011/KLF/39/023/2019-2020 |
Rabai |
C101 |
MLEJI - RIBE BOYS |
3.00 |
5,072,288.19 |
PWD |
3rd Dec 2019 |
Download |
|
24 |
KeRRA/011/KLF/39/024/2019-2020 |
Rabai |
C238 |
BONDORA-MAERENI |
3.00 |
5,037,116.69 |
Women |
3rd Dec 2019 |
Download |
|
25 |
KeRRA/011/KLF/39/025/2019-2020 |
Ganze |
C236 |
NZOVUNI RIVER - MTSANGAMALI |
6.25 |
5,430,654.92 |
Youth |
2nd Dec 2019 |
Download |
|
26 |
KeRRA/011/KLF/39/026/2019-2020 |
Ganze |
C237 |
BAMBA - KIBAONI |
10.00 |
5,208,703.73 |
Open |
2nd Dec 2019 |
Download |
|
27 |
KeRRA/011/KLF/39/027/2019-2020 |
Ganze |
C237 |
GANZE - MAGOGONI |
7.56 |
5,312,395.54 |
women |
2nd Dec 2019 |
Download |
|
28 |
KeRRA/011/KLF/39/028/2019-2020 |
Ganze |
C237 |
KIBAONI - GANZE |
10.00 |
5,617,643.88 |
Youth |
2nd Dec 2019 |
Download |
|
29 |
KeRRA/011/KLF/39/029/2019-2020 |
Malindi |
D1045 |
PISHIMWENGA JCT: SOSOBORA PRI. SCH. - GIRIMACHA PRI. SCH. |
31.00 |
5,280,272.75 |
PWD |
4th Dec 2019 |
Download |
|
30 |
KeRRA/011/KLF/39/030/2019-2020 |
Malindi |
D1051 |
PISHIMWENGA - KIBAONI |
7.20 |
5,487,996.13 |
Open |
4th Dec 2019 |
Download |
|
31 |
KeRRA/011/KLF/39/031/2019-2020 |
Malindi |
G31601 |
GANDINI - BAOLALA |
3.30 |
5,222,337.07 |
Youth |
4th Dec 2019 |
Download |
|
32 |
KeRRA/011/KLF/39/032/2019-2020 |
Malindi |
L9_Malindi |
KAKUYUNI - MADUNGUNI |
8.00 |
5,371,884.77 |
Open |
4th Dec 2019 |
Download |
|
33 |
KeRRA/011/KLF/39/033/2019-2020 |
Magarini |
C233 |
BARICHO-GARASHI |
15.00 |
4,251,106.87 |
Women |
4th Dec 2019 |
Download |
|
34 |
KeRRA/011/KLF/39/034/2019-2020 |
Magarini |
C233 |
GARASHI-KARIMBONI |
20.00 |
5,512,297.24 |
Youth |
4th Dec 2019 |
Download |
|
35 |
KeRRA/011/KLF/39/035/2019-2020 |
Magarini |
C233 |
KARIMBONI-MAREKEBUNI |
14.50 |
5,542,929.64 |
Women |
4th Dec 2019 |
Download |
|
36 |
KeRRA/011/KLF/39/036/2019-2020 |
Magarini |
C233 |
MAREKEBUNI-MAMBRUI |
5.20 |
5,895,194.84 |
PWD |
4th Dec 2019 |
Download |
|
37 |
KeRRA/011/KLF/39/037/2019-2020 |
Kaloleni |
C236 |
MIHINGONI - NGURUWENI |
4.50 |
4,612,111.88 |
Open |
3rd Dec 2019 |
Download |
|
38 |
KeRRA/011/KLF/39/038/2019-2020 |
Rabai |
C205 |
KALOLENI - MKAPUNI |
11.50 |
4,701,319.57 |
Open |
3rd Dec 2019 |
Download |
|
39 |
KeRRA/011/KLF/39/039/2019-2020 |
Magarini |
C233 |
GARASHI-KARIMBONI |
20.00 |
3,856,080.07 |
PWD |
4th Dec 2019 |
Download |
|
40 |
KeRRA/011/KLF/39/040/2019-2020 |
Malindi |
D1045 |
PISHIMWENGA JCT: SOSOBORA PRI. SCH. - GIRIMACHA PRI. SCH. |
31.00 |
4,800,012.23 |
Youth |
4th Dec 2019 |
Download |
|
41 |
KeRRA/011/KLF/39/041/2019-2020 |
Kilifi North |
C235 |
KASAVA - TEZO |
8.66 |
4,834,894.41 |
Open |
2nd Dec 2019 |
Download |
|
42 |
KeRRA/011/KLF/39/042/2019-2020 |
Kilifi North |
C235 |
MAGOGONI - KASAVA |
10.70 |
4,970,381.51 |
Youth |
2nd Dec 2019 |
Download |
|
43 |
KeRRA/011/KLF/39/043/2019-2020 |
Kilifi South |
C238 |
JIBANA - KIDUTANI |
7.50 |
4,623,281.19 |
Women |
2nd Dec 2019 |
Download |
|
44 |
KeRRA/011/KLF/39/044/2029-2020 |
Kilifi South |
C238 |
KIDUTANI - NGOMBENI |
7.47 |
5,177,749.59 |
PWD |
2nd Dec 2019 |
Download |
|
45 |
KeRRA/011/KLF/39/045/2019-2020 |
Kaloleni |
C202 |
GURUGURU - NDATANI |
6.00 |
5,062,613.78 |
Women |
3rd Dec 2019 |
Download |
|
46 |
KeRRA/011/KLF/39/046/2019-2020 |
Kaloleni |
C202 |
MNAGO WA DOLA - SILALONI |
6.90 |
4,738,092.18 |
Youth |
3rd Dec 2019 |
Download |
|
47 |
KeRRA/011/KLF/39/047/2019-2020 |
Rabai |
C238 |
MAERENI-PANGANI PRIMARY SCHOOL |
3.00 |
4,733,181.49 |
Open |
3rd Dec 2019 |
Download |
|
48 |
KeRRA/011/KLF/39/048/2019-2020 |
Rabai |
C238 |
PANGANI PRIMARY SCHOOL-JIBANA |
3.00 |
5,067,469.08 |
Open |
3rd Dec 2019 |
Download |
|
49 |
KeRRA/011/KLF/39/049/2019-2020 |
Ganze |
C235 |
DZITSONI - JARIBUNI |
9.70 |
5,758,253.63 |
Open |
2nd Dec 2019 |
Download |
|
50 |
KeRRA/011/KLF/39/050/2019-2020 |
Ganze |
C235 |
JARIBUNI - MAGOGONI |
8.50 |
4,042,184.31 |
Women |
2nd Dec 2019 |
Download |
|
51 |
KeRRA/011/KLF/39/051/2019-2020 |
Malindi |
C232 |
BAOLALA - LANGOBAYA |
5.00 |
4,831,208.25 |
Youth |
4th Dec 2019 |
Download |
|
52 |
KeRRA/011/KLF/39/052/2019-2020 |
Malindi |
D1041 |
BAOLALA - KIBARANDUNI - MALANGA |
9.00 |
4,751,748.24 |
PWD |
4th Dec 2019 |
Download |
|
53 |
KeRRA/011/KLF/39/053/2019-2020 |
Magarini |
C233 |
BARICHO-GARASHI |
15.00 |
4,952,196.23 |
Open |
4th Dec 2019 |
Download |
|
54 |
KeRRA/011/KLF/39/054/2019-2020 |
Magarini |
C233 |
GARASHI-KARIMBONI |
20.00 |
4,861,764.37 |
Youth |
4th Dec 2019 |
Download |
|
55 |
KeRRA/011/KLF/39/055/2019-2020 |
Kilifi South |
C234 |
BOMANI - VIPINGO RIDGE |
9.20 |
4,944,533.25 |
Open |
2nd Dec 2019 |
Download |
|
56 |
KeRRA/011/KLF/39/056/2019-2020 |
Kilifi North |
C231 |
KAKANJUNI - KIBAONI KILIFI |
8.52 |
5,401,120.49 |
Women |
2nd Dec 2019 |
Download |
|
57 |
KeRRA/011/KLF/39/057/2019-2020 |
Ganze |
C237 |
BAMBA - KIBAONI |
10.00 |
4,408,780.49 |
Open |
2nd Dec 2019 |
Download |
|
58 |
KeRRA/011/KLF/39/058/2019-2020 |
Kilifi North |
C235 |
KAKANJUNI - TEZO |
18.00 |
5,300,000.00 |
Open |
2nd Dec 2019 |
Download |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid:
- Certified copy of Certificate of Incorporation
- Valid practicing license as a contractor (Roads & Civil Works NCA 6,7&8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Copy of CR 12 (Issued within the last 12 months from the tender opening date)
- National Identity Cards / Passports of Directors
- Valid Single Business Permit
- 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), Small Works and Engineering
- Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled
(Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring MUST provide certified copies of Lease Agreements
- Current Sworn Affidavit not more than 3 months from the tender opening date
- Current Bank statement in contractor’s name -3 months current bank statement
- Authority to seek reference from Contractors bankers
- Provide letter from the Bank proving that directors in CR12 are signatories to the account
- Form of tender correctly filled, signed & stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted using serialization machine
- Submit a brief Work Methodology
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
- Current work load if any
- Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
- Eligibility:
a. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
b.Any form of Canvassing will lead to disqualification
c.Mandatory pre – tender site visit shall take place as indicated in the table above, contractors meet at the Regional office at 9.00am every day.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 27th November, 2019. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:
The Deputy Director,
Kenya Rural Roads Authority (KeRRA)
(Name of Constituency)
P.O. Box 27 - 80108 KILIFI
The same should be deposited in the constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Tuesday, 10th December 2019 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late submissions will not be accepted.
Eng. Alex M. Machira.
DEPUTY DIRECTOR ROADS (COAST REGION
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 Kilifi Region for the financial year 2021/2022 and Those in the Special group category (Youth, Women and PWD).The funding Source is from 10% and 22% RMLF Savings Allocation for routine Maintenance and Spot Improvement works.
|
|
Tender Number |
Link |
Road Name |
Category |
|
KILIFI NORTH |
||||
|
1 |
UG 313557 |
Dera-Mdzongoloni-Kona |
Open |
|
|
2 |
E3103 |
Majajani - Ngamani |
Youth |
|
|
3 |
P54 |
Maziwa - Mkangagani |
Women |
|
|
KILIFI SOUTH |
||||
|
4 |
G31265 |
Chunje-Mtepeni |
Women |
|
|
5 |
F3026/G31267 |
Mwarakaya – Kizingo and Kwa Kadzengo - Bomani |
Pwd |
|
|
6 |
UR KS1 |
Mtomodoni Pr. Sch - KALRI - Mtepeni |
Open |
|
|
KALOLENI |
||||
|
7 |
C236 |
Kwademu-Nzovuni River |
Open |
|
|
8 |
D1049 |
Chanagande - Mtsengo |
Pwd |
|
|
9 |
E3106 |
Tsunguni - Tsugwa |
Women |
|
|
RABAI |
||||
|
10 |
C238 |
Bondora-Maereni |
Open |
|
|
11 |
E3108 |
Mkapuni – Batani - Kasidi |
Women |
|
|
12 |
G31227 |
Pipeline – Kwabe Kasidi - Ngaferi |
Youth |
|
|
GANZE |
||||
|
13 |
C236 |
Nzovuni River-Mtsangamali |
Open |
|
|
14 |
D1041 |
Silala – Mugumoini - Matanomane |
Youth |
|
|
15 |
C236 |
Kibaoni – Palakumi |
Pwd |
|
|
MALINDI |
||||
|
16 |
D1045 |
Pishimwenga-Sosobora Pri.Sch |
Open |
|
|
17 |
D1045 |
Girimacha - Mwangea |
Pwd |
|
|
18 |
UR MLD1 |
Marikano - Gandini |
Women |
|
|
MAGARINI |
||||
|
19 |
C233 |
Bungale-Garashi |
Women |
|
|
20 |
C233 |
Bungale - Baricho |
Open |
|
|
21 |
G31631 |
Kitayo - Kanyumbuni |
Youth |
|
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
Eligible bidders MUST meet and submit the following with the bid document:
- Certified copy of Certificate of Incorporation/Registration
- Valid practicing license as a contractor (NCA 7 & 8)
- Certified copy of VAT & PIN registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
- National Identity Cards / Passports of Directors
- Certified Single Business Permit
- Current Bank statement in Company’s name
- Authority to seek reference from the Contractors bank
- Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
- For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
- Form of tender and priced Bills of Quantities correctly filled, signed & stamped
- Declaration form filled, signed and stamped
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
- No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the current FY are not eligible for award of this
- Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
- Fully filled and signed Self – Declaration Forms – Form SDI and SD2
- Fully filled Signed and Stamped Tender Securing Declaration Form
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience where applicable (Not applicable to special group category)
- Professional and Technical Personnel (provide CVs for the employees and their certificates)
- Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
- Current work load if any
- Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
- Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
- Any form of Canvassing will lead to disqualification
b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.
NOTE:
- All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
- Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Thursday 7th July, 2022.
Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (refer to section 1.1.2 in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:
The Deputy Director,
Kenya Rural Roads Authority (KeRRA)
P.O. Box 27 – 80108,
KILIFI
The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Wednesday 13th July, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.
Eng. T. K. Kendagor.
DEPUTY DIRECTOR –KILIFI REGION
KENYA RURAL ROADS AUTHORITY
KIRINYAGA REGION
INVITATION TO TENDER
Date: 3rd April, 2019
GOK DEVELOPMENT FY 2018-19
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works as listed in the table below.
|
|
Tender No |
Road NO. |
Road name |
SITE VISIT |
Category |
NCA |
CATEGORY |
Downloads |
|
1 |
KERRA/011/KIR/39/073/2018-19 |
K2-KIRINYAGA |
DC’S OFFICE - KIANGOTHE |
KIRINYGA CENTRAL |
C,E |
6,7,8 |
OPEN |
Download |
|
2 |
KERRA/011/KIR/39/074/2018-19 |
K3-KIRINYAGA |
NGARU – KABARE |
KIRINYAGA CENTRAL |
C,E |
6,7,8 |
OPEN |
Download |
|
3 |
KERRA/011/KIR/39/075/2018-19 |
C399(D460 ) |
MURUBARA - KANDONGU |
KIRINYAGA CENTRAL |
C,E |
6,7,8 |
WOMEN |
Download |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.)
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Contract estimate is provided in tender document.to promote openes and prevent overquoting and so low quoting to meet employers objective.
There will be Mandatory pretender site visit as from 10th April, 2019 Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
- Filled and signed Appendix to form of Bid with someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the depondent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permited.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest In Terms Of Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any caniversation by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.O Box 390-10300, kerugoya
To be received on or before 23rd April, 2019 at 11.00 am. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
REGIONAL PROCUREMENT OFFICER
FOR; DEPUTY DIRECTOR (RAM)
KIRINYAGA REGION
Download tender notice here!
|
|
Tender No |
Road NO. |
Road name |
SITE VISIT |
Category |
NCA |
CATEGORY |
Downloads |
|
NDIA CONSTITUENCY |
|
|||||||
|
1 |
KERRA/011/KIR/39/025/2018-19 |
F2175 |
B25(Githuguya) - Gacharu(E612A) |
31st January 2019 |
C,E |
6,7,8 |
OPEN |
|
|
2 |
KERRA/011/KIR/39/026/2018-19 |
F2175 |
Gacharu – a2 Kiangwachi |
31st January 2019 |
C,E |
6,7,8 |
YOUTH |
|
|
3 |
KERRA/011/KIR/39/027/2018-19 |
G26073 |
D1374KATHAKA – F2175 Gacharu |
31st January 2019 |
C,E |
6,7,8 |
WOMEN |
|
INVITATION TO TENDER
The Kenya Rural Roads Authority (KeRRA) is a state Corporation established under the Kenya Roads Act 2007 and whose mandate is to offer guidance in the construction, maintenance and management of the rural roads network in the country.
The Kenya Rural Roads Authority (Kirinyaga Region) wishes to invite bids for the maintenance of the following roads works in the financial year 2017/18 to be funded through the RMLF Cabinet Minister allocation.
Gichugu Constituency
|
S/NO |
TENDER NO |
TENDER NAME & DESCRIPTION |
ESTIMATED COST (KSHS) |
RESERVATION |
DOWNLOADS |
|
1. |
KeRRA/011/KIR/39/068/2017-18 |
D458 – Mbiri – PI Embu Light Grading/Gravelling |
5,400,000.00 |
Open |
|
|
2. |
KeRRA/011/KIR/39/063/2017-18 |
E1637 - Kiandai – Kavote Light Grading/Gravelling |
5,300,000.00 |
Open |
Interested firms may examine, download and print free of charge the tender documents with detailed specification from the KeRRA Website: www.kerra.go.ke
Qualification for Tendering (Mandatory)
(a) Certificate of Incorporation
(b) National Construction Authority Certificate (NCA)
(c) PIN/VAT Registration Certificates.
(d) Valid Tax Compliance Certificate.
(e) Experience of the contractor on similar works.
(f) Authority to seek reference from the tenders bankers
(g) Current Litigation information
(h) CR12 and ID copies of the Directors.
(i) Pre site visit certificate.
(j) Proof of bank account (Provide bank statement)
(k) Only pre-qualified contractors for the constituency are eligible to bid.
(l) AGPO tenders should provide with the bid document certificate for small works & engineering
Procurement and evaluation will be based on the above details and post qualification criteria as stated in the Instruction to Tenderers. Bid documents must be submitted in plain sealed envelope marked with tender number and description and/or addressed to the above address. Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period and deposited in the tender box at the regional offices.
Mandatory Pre-site tender briefing and visit shall be conducted on the following schedule:
Wednesday 21st March, 2018
Interested Contractors pre-qualified in the region are hereby requested to be at the Regional offices at 9:00AM on schedule dates for pre-briefing meeting and inspection.
Bidders are free to visit the sites with prior arrangement with Constituency Roads Officer (CRO’s) where the projects are located during the normal working days but before the close of the tenders. Bidders must however ensure that the Site Visit Certificate is signed by the respective officer.
So as to be received by 29th March, 2018 at 10:00AM and Opening of the bids will take place at the Regional offices in Kerugoya immediately thereafter in presence of bidders or their representatives who wish to attend.
Tenders submitted after the closing date shall be disqualified and return un-opened.
NB: Tenders who shall not fulfill these conditions shall automatically be disqualified.
REGIONAL PROCUREMENT OFFICER
FOR: REGIONAL MANAGER
KIRINYAGA REGION
INVITATION TO TENDER
The Kenya Rural Roads Authority (KeRRA) is a state Corporation established under the Kenya Roads Act 2007 and whose mandate is to offer guidance in the construction, maintenance and management of the rural roads network in the country.
The Kenya Rural Roads Authority (Kirinyaga Region) wishes to invite bids for the maintenance of the following roads works in the financial year 2017/18 to be funded through the RMLF.
Gichugu Constituency
|
S/NO |
TENDER NO |
TENDER NAME & DESCRIPTION |
ESTIMATED COST (KSHS) |
RESERVATION |
Downloads |
|
1. |
KeRRA/011/KIR/39/013/2017-18 |
E1636: Junct E616J1 Kainamoi – Forest Edge Light Bush /Light Grading/Gravelling |
2,369,880.00 |
Open |
Download Notice |
|
2. |
KeRRA/011/KIR/39/038/2017-18 |
E618: E620J1 Mucagara – D459 Kiamutugu Light Grading/ Gravelling |
2,309,270.00 |
Youth |
Download Notice |
Kirinyaga Central Constituency
|
S/NO |
TENDER NO |
TENDER DESCRIPTION |
ESTIMATED COST (KSHS) |
RESERVATION |
Downloads |
|
1. |
KeRRA/011/ KIR/39/021/2017-18 |
D455: C47 Kerugoya – D455 Mutitu Light Grading/Gravelling |
1,838,611.00 |
Disability |
Download Notice |
|
2. |
KeRRA/011/ KIR/39/051/2017-18 |
D455: C47 Kerugoya – D455 Mutitu Light bush/light Grading/Gravelling/Pothole patching |
2,201,697.00 |
Open |
Download Notice |
|
3. |
KeRRA/011/ KIR/39/067/2017-18 |
D455: C47 Kerugoya – D455 Mutitu Light Grading/Gravelling |
1,939,623.00 |
Women |
Download Notice |
Mwea Constituency
|
S/N |
TENDER NO |
TENDER DESCRIPTION |
ESTIMATED COST (KSHS) |
RESERVATION |
Downloads |
|
1. |
KeRRA/011/ KIR/39/028/2017-18 |
U_G27137: E659 Kiumbu – DB Embu Light Bush/Light Grading/Gravelling |
1,866,405.00 |
Youth |
Download Notice |
|
2. |
KeRRA/011/ KIR/39/029/2017-18 |
U_G27137: E659 Kiumbu – DB Embu Light Bush /Light Grading/Gravelling |
2,056,784.00 |
Open |
Download Notice |
|
3. |
KeRRA/011/ KIR/39/045/2017-18 |
U_G27137: E659 Kiumbu – DB Embu Light Bush /Light Grading/Gravelling |
1,099,912.00 |
Women |
Download Notice |
|
4. |
KeRRA/011/ KIR/39/052/2017-18 |
D460: D455 Kandongu – B6 Murubara Light Bush /Light Grading/Culvert Cleaning/Gravelling |
2,200,723.00 |
Open |
Download Notice |
Ndia Constituency
|
S/N |
TENDER NO |
TENDER DESCRIPTION |
ESTIMATED COST (KSHS) |
RESERVATION |
Downloads |
|
1. |
KeRRA/011/ KIR/39/032/2017-18 |
D455: Junct D454 Baricho – C73 Kagio Light Bush/Light Grading/Gravelling |
2,206,633.00 |
Youth |
Download Notice |
|
2. |
KeRRA/011/ KIR/39/033/2017-18 |
D454: D455 Baricho – D454 Kiwe (Constituency Boundary) Light Bush/Light Grading/Gravelling |
3,071,796.00 |
Open |
Download Notice |
Interested firms may examine, download and print free of charge the tender documents with detailed specification from the KeRRA Website: www.kerra.go.ke
Qualification for Tendering (Mandatory)
- Certificate of Incorporation
- National Construction Authority Certificate (NCA)
- PIN/VAT Registration Certificates.
- Valid Tax Compliance Certificate.
- Experience of the contractor on similar works.
- Authority to seek reference from the tenders bankers
- Current Litigation information
- CR12 and ID copies of the Directors.
- Pre site visit certificate.
- Proof of bank account (Provide bank statement)
- Only pre-qualified contractors for the constituency are eligible to bid.
- AGPO tenders should provide with the bid document certificate for small works & engineering
Procurement and evaluation will be based on the above details and post qualification criteria as stated in the Instruction to Tenderers. Bid documents must be submitted in plain sealed envelope marked with tender number and description and/or addressed to the above address. Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period and deposited in the tender box at the regional offices.
Mandatory Pre-site tender briefing and visit shall be conducted on the following schedule:
Tuesday 27th March, 2018 - Gichugu & Mwea Constituencies
Wednesday, 28th March, 2018 - Kirinyaga Central and Ndia Constituencies.
Interested Contractors pre-qualified in the region are hereby requested to be at the Regional offices at 9:00AM on schedule dates for pre-briefing meeting and inspection.
Bidders are free to visit the sites with prior arrangement with Constituency Roads Officer (CRO’s) where the projects are located during the normal working days but before the close of the tenders. Bidders must however ensure that the Site Visit Certificate is signed by the respective officer.
So as to be received by Wednesday, 4th April, 2018 at 10:00AM and Opening of the bids will take place at the Regional offices in Kerugoya immediately thereafter in presence of bidders or their representatives who wish to attend.
Tenders submitted after the closing date shall be disqualified and return un-opened.
NB: Tenders who shall not fulfill these conditions shall automatically be disqualified.
REGIONAL PROCUREMENT OFFICER
FOR: REGIONAL MANAGER
KIRINYAGA REGION
INVITATION FOR TENDERS
Date: 20th December, 2018
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works to be financed under 10% RMLF FY 2018-19 as listed in the table below.
KIRNYAGA CENTRAL CONSTITUENCY
|
|
Tender No |
Road NO. |
Road name |
SITE VISIT |
Category |
NCA |
CATEGORY |
Download |
|
1 |
KERRA/011/KIR/39/021/2018-19 |
C527 |
KERUGOYA - MUTITU |
3rd January 2019 |
A,C,E |
6,7,8 |
OPEN |
Download |
|
NDIA CONSTITUENCY |
||||||||
|
2 |
KERRA/011/KIR/39/022/2018-19 |
C527 |
MUTITU-BARICHO-KAGIO |
3rd January 2019 |
A,C,E |
6,7,8 |
PWD |
Download |
|
GICHUGU CONSTITUENCY |
||||||||
|
3 |
KERRA/011/KIR/39/023/2018-19 |
C396 |
Kangaita - Kimunye(E616) |
2nd January 2019 |
A,C,E |
6,7,8 |
YOUTH |
Download |
|
MWEA CONSTITUENCY |
||||||||
|
4 |
KERRA/011/KIR/39/024/2018-19 |
C399 |
Kandongu- Murubara(D460) |
3rd January 2019 |
A,C,E |
6,7,8 |
WOMEN |
Download |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Engineers estimate is provided in tender document.to promote openness and prevent over quoting and so low quoting to meet employer’s objective.
There will be Mandatory pretender site visit as indicated above starting at 10.00am starting from the Regional office Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
- Filled and signed Appendix to form of Bid with someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the deponent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any conversation by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Manager
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.o Box 390-10300, kerugoya
To be received on or before 9th January, 2019 at 11.30 am for Gichugu Constituency and 10th January, 2019 for Kirinyaga central Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
SENIOR SUPPLY CHAIN OFFICER
FOR; DEPUTY DIRECTOR
KIRINYAGA REGION
Download the Advert here: Download.
KENYA RURAL ROADS AUTHORITY
-----------------------------KIRINYAGA REGION-----------------------------------
INVITATION TO TENDER
Date: 28th May, 2020
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.
Kenya Rural Roads Authority (KeRRA) – Kirinyaga Region, hereby invites tenders, from eligible bidders for road maintenance works to be financed under GOK Funds. Please see table below,
|
Sn |
Tender No |
Road No. |
Road name CLICK LINK TO DOWNLOAD HERE↓↓
|
Constituency |
Prequalification Category Either |
NCA Either |
Reserved Category |
|
1 |
KERRA/08/39/KIR/109/2020-21 |
C527 |
KIRINYAGA CENTRAL |
A,C,D,E |
4,5,6 |
OPEN |
|
|
2 |
KERRA/08/39/KIR/110/2020-21 |
G26440 |
MWEA |
C,D,E |
5,6,7,8 |
WOMEN |
|
|
3 |
KERRA/08/39/KIR/111/2020-21 |
F2182 |
KIRINYAGA CENTRAL |
C,D,E |
5,6,7,8 |
OPEN |
|
|
4 |
KERRA/08/39/KIR/112/2020-21 |
F2186/D1373 |
GICHUGU |
C,D,E |
5,6,7,8 |
YOUTH |
|
|
5 |
KERRA/08/39/KIR/113/2020-21 |
C396 |
GICHUGU |
C,D,E |
5,6,7,8 |
OPEN |
|
|
6 |
KERRA/08/39/KIR/114/2020-21 |
D1374 |
NDIA |
C,D,E |
5,6,7,8 |
OPEN |
|
|
7 |
KERRA/08/39/KIR/115/2020-21 |
D1374 |
NDIA |
C,D,E |
5,6,7,8 |
PWD |
|
|
8 |
KERRA/08/39/KIR/116/2020-21 |
D1377 |
NDIA |
C,D,E |
5,6,7,8 |
YOUTH |
|
|
9 |
KERRA/08/39/KIR/117/2020-21 |
G26056 |
NDIA |
C,D,E |
5,6,7,8 |
WOMEN |
|
|
10 |
KERRA/08/39/KIR/118/2020-21 |
D1384 |
MWEA |
C,D,E |
5,6,7,8 |
YOUTH |
|
|
11 |
KERRA/08/39/KIR/119/2020-21 |
D1381 |
KIRINYAGA CENTRAL |
C,D,E |
5,6,7,8 |
OPEN |
|
|
12 |
KERRA/08/39/KIR/120/2020-21 |
D1381 |
KIRINYAGA CENTRAL |
C,D,E |
5,6,7,8 |
OPEN |
|
|
13 |
KERRA/08/39/KIR/121/2020-21 |
E2139 |
MWEA |
C,D,E |
5,6,7,8 |
OPEN |
|
|
14 |
KERRA/08/39/KIR/122/2020-21 |
D1385 |
MWEA |
C,D,E |
5,6,7,8 |
OPEN |
|
|
15 |
KERRA/08/39/KIR/123/2020-21 |
C399 |
MWEA |
C,D,E |
5,6,7,8 |
OPEN |
|
|
16 |
KERRA/08/39/KIR/124/2020-21 |
D1374 |
NDIA |
C,D,E |
5,6,7,8 |
OPEN |
|
|
17 |
KERRA/08/39/KIR/125/2020-21 |
C399 |
MWEA |
C,D,E |
5,6,7,8 |
WOMEN |
|
|
18 |
KERRA/08/39/KIR/126/2020-21 |
F2186 |
GICHUGU |
C,D,E |
5,6,7,8 |
PWD |
|
|
19 |
KERRA/08/39/KIR/127/2020-21 |
D1371 |
GICHUGU |
A,C,D,E |
5,6,7,8 |
YOUTH |
|
|
20 |
KERRA/08/39/KIR/128/2020-21 |
G26756 |
GICHUGU |
C,D,E |
5,6,7,8 |
OPEN |
|
|
21 |
KERRA/08/39/KIR/129/2020-21 |
G26766 |
GICHUGU |
C,D,E |
5,6,7,8 |
OPEN |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Supply Chain Office during normal working hours (8.30am-12.00 noon and 2.00pm-4.30pm)
A complete set of tender documents may be obtained by interested candidates by downloading from KeRRA website: www.kerra.go.ke with effect from 8th June, 2021.
INVITATION FOR TENDERS
10% RMLF BY MINISTER FY 2018-19
Download the advert here Date: 13th June, 2019
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works as listed in the table below.
|
Sn |
Tender No |
Road N. |
Road name |
Constituency |
Prequalification Category |
NCA |
Special group Category |
|
1 |
KERRA/011/KIR/39/080/2018-19 |
G26786 |
KAJIJI - KATHIRIKI |
MWEA |
C,E |
6,7,8 |
WOMEN |
|
2 |
KERRA/011/KIR/39/081/2018-19 |
F2187(R4) |
Difathas - Togonye |
MWEA |
C,E |
6,7,8 |
YOUTH |
|
3 |
KERRA/011/KIR/39/082/2018-19 |
G27115 |
Dam-Itangi-Kasarani |
MWEA |
C,E |
6,7,8 |
OPEN |
|
4 |
KERRA/011/KIR/39/083/2018-19 |
F2191(R31) |
Mururi - Karoti |
MWEA |
C,E |
6,7,8 |
OPEN |
|
5 |
KERRA/011/KIR/39/084/2018-19 |
G27134 |
Morgan - Ikurungu |
MWEA |
C,E |
6,7,8 |
OPEN |
|
6 |
KERRA/011/KIR/39/085/2018-19 |
G27131 |
Yoda Road |
MWEA |
C,E |
6,7,8 |
PWD |
|
7 |
KERRA/011/KIR/39/086/2018-19 |
G27136 |
Makuti - Mukuyu |
MWEA |
C,E |
6,7,8 |
OPEN |
|
8 |
KERRA/011/KIR/39/087/2018-19 |
C526 |
D458J1 - B6 Kimbimbi (UC_B6_Kimbimbi) |
MWEA |
C,E |
6,7,8 |
YOUTH |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.)
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Contract estimate is provided in tender document.to promote opens and prevent overquoting and so low quoting to meet employers objective.
There will be Mandatory pretender site visit as from 18th June, 2019 Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
- Filled and signed Appendix to form of Bid with someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the depondent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permited.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest In Terms Of Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any caniversation by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.O Box 390-10300, kerugoya
To be received on or before 24th June, 2019 at 11.00 am. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
Senior Supply Chain OFFICER
FOR; DEPUTY DIRECTOR (RAM)
KIRINYAGA REGION
KENYA RURAL ROADS AUTHORITY
KIRINYAGA REGION
INVITATION FOR TENDERS
Date: 14th February, 2019
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works to be financed under 10% By Minister Levy Funds FY 2018-19 as listed in the table below.
|
Tender No |
Road N. |
Road name |
Constituency |
Category |
NCA |
CATEGORY |
|
|
1 |
KERRA/011/KIR/39/029/2018-19 |
D1375 |
BARICHO-MUTIRA-GATHUTHUMA |
NDIA |
C,E |
6,7,8 |
OPEN |
|
2 |
KERRA/011/KIR/39/030/2018-19 |
C396 |
Gathaithi – Gathuthuma |
NDIA |
C,E |
6,7,8 |
PWD |
|
3 |
KERRA/011/KIR/39/031/2018-19 |
D1374 |
GATHAKA – THIGUKU |
NDIA |
C,E |
6,7,8 |
OPEN |
|
4 |
KERRA/011/KIR/39/032/2018-19 |
C396 |
KANGAITA - KIMUNYE |
GICHUGU |
C,E |
6,7,8 |
WOMEN |
|
5 |
KERRA/011/KIR/39/033/2018-19 |
G26240 |
KAMUIRU-MUTITU(BARICHO |
NDIA |
C,E |
6,7,8 |
YOUTH |
|
6 |
KERRA/011/KIR/39/034/2018-19 |
C399 |
BARICHO - KIBIRIGWI |
NDIA |
A,C,E |
5,6,7 |
WOMEN |
|
7 |
KERRA/011/KIR/39/035/2018-19 |
F2188 |
PIAI - MUMBU |
MWEA |
C,E |
6,7,8 |
OPEN |
|
8 |
KERRA/011/KIR/39/036/2018-19 |
C526 |
PI - KIMBIMBI |
MWEA |
C,E |
6,7,8 |
OPEN |
|
9 |
KERRA/011/KIR/39/037/2018-19 |
F2177(E1643J1) |
MURURIINI – RIAMUGAA |
NDIA |
C,E |
6,7,8 |
OPEN |
|
10 |
KERRA/011/KIR/39/038/2018-19 |
C527 |
BARICHO - KAGIO |
NDIA |
A,C,E |
5,6,7 |
YOUTH |
|
11 |
KERRA/011/KIR/39/039/2018-19 |
C527 |
KERUGOYA - MUTITU |
KIRINYAGA CETNRAL |
A,C,E |
5,6,7 |
OPEN |
|
12 |
KERRA/011/KIR/39/040/2018-19 |
G26111(E608) |
KIARAGANA - RIAKIANIA |
NDIA |
C,E |
6,7,8 |
WOMEN |
|
13 |
KERRA/011/KIR/39/041/2018-19 |
G26026(R26A) |
KIBURU - KIANGWACHI |
NDIA |
C,E |
6,7,8 |
OPEN |
|
14 |
KERRA/011/KIR/39/042/2018-19 |
F2180 |
MUKINDURI – KIAMUTHAMBI |
KIRINYAGA CENTRAL |
C,E |
6,7,8 |
YOUTH |
|
15 |
KERRA/011/KIR/39/043/2018-19 |
F2179 |
NGUGUIINI - KIRIMUGAA |
NDIA |
C,E |
6,7,8 |
OPEN |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.)
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Contract estimate is provided in tender document.to promote opens and prevent overquoting and so low quoting to meet employers objective.
There will be Mandatory pretender site visit as from 19th February, 2019 Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
- Filled and signed Appendix to form of Bid with someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the depondent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permited.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest In Terms Of Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any caniversation by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.O Box 390-10300, kerugoya
To be received on or before Thursday 28th February, 2019 at 11.00 am. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
Senior Supply Chain Officer
FOR; DEPUTY DIRECTOR (RAM)
KIRINYAGA REGION
ADDENDUM NO.1 - Download here!
INVITATION TO TENDER - Download 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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works to be financed under 22% RMLF FY 2018-19 as listed in the table below.
KIRNYAGA REGION
|
|
Tender No |
Road NO. |
Road name |
SITE VISIT |
Document |
NCA |
CATEGORY |
|
KIRINYAGA CENTRAL CONSTITUENCY |
|||||||
|
1 |
KERRA/011/KIR/39/001/2018-19 |
C527 |
KERUGOYA - MUTITU |
3rd January 2019 |
7 and Above |
OPEN |
|
|
2 |
KERRA/011/KIR/39/008/2018-19 |
C527 |
KERUGOYA - MUTITU |
3rd January 2019 |
7 and Above |
WOMEN |
|
|
GICHUGU CONSTITUENCY |
|||||||
|
3 |
KERRA/011/KIR/39/009/2018-19 |
C403 |
Gatugura - Kiamutugu(E618) |
2nd January 2019 |
5,6,7,8 |
OPEN |
|
|
4 |
KERRA/011/KIR/39/010/2018-19 |
C403 |
Gatugura - Kiamutugu(E618) |
2nd January 2019 |
5,6,7,8 |
YOUTH |
|
|
5 |
KERRA/011/KIR/39/011/2018-19 |
C403 |
Kiamutugu-Muthigaini(E624) |
2nd January 2019 |
5,6,7,8 |
WOMEN |
|
|
6 |
KERRA/011/KIR/39/012/2018-19 |
C403 |
Kiamutugu-Muthigaini(E624) |
2nd January 2019 |
5,6,7,8 |
PWD |
|
|
7 |
KERRA/011/KIR/39/013/2018-19 |
C403 |
Kiamutugu-Muthigaini(E624) |
2nd January 2019 |
5,6,7,8 |
OPEN |
|
|
MWEA CONSTITUENCY |
|||||||
|
8 |
KERRA/011/KIR/39/003/2018-19 |
C526 |
PI Embu - UC_B6_Kimbimbi(D458J1) |
2nd January 2019 |
5,6,7,8 |
OPEN |
|
|
9 |
KERRA/011/KIR/39/005/2018-19 |
C399 |
Kiumbu - Kangeta |
2nd January 2019 |
5,6,7,8 |
WOMEN |
|
|
10 |
KERRA/011/KIR/39/006/2018-19 |
C399 |
Ndindiruku – Kiumbu (R2000 – STRATEGY) |
2nd January 2019 |
7 and Above |
YOUTH |
|
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke or Supplier Portal: supplier.treasury.go.ke free of charge.
Contract estimate is provided in tender document.to promote openness and prevent over quoting and so low quoting to meet employers objective.
There will be Mandatory pretender site visit as indicated above starting at 10.00am from regional office Bidders must ensure the site visit certificate are signed by the CRO of the constituency the roads are located.
MANDATORY REQUIREMENTS
- All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
- Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
- Filled and signed Appendix to form of Bid with someone authorized to do so.
- Schedules of Supplementary Information, All forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the deponent.
- Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
- Certificate for Labour based from KIHBT (Category E) MUST be attached for contract KERRA/011/KIR/39/006/2018-19
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.
INSTRUCTION TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any caniversation by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority kirinyaga Regional Office, kerugoya town or addressed to:
The Regional Manager
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.o Box 390-10300, kerugoya
To be received on or before 9th January, 2019 at 11.30 am for Gichugu and Mwea Constituency and 10th January, 2019 for Kirinyaga central and all 10% RMLF at 11.30am respectively. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
SENIOR SUPPLY CHAIN OFFICER
FOR; DEPUTY DIRECTOR
KIRINYAGA REGION
TENDER NOTICE Download here
Gichugu Constituency
|
S/N |
TENDER NO |
TENDER DESCRIPTION |
ESTIMATED COST (KSHS) |
CLOSING DATE |
DOCUMENT |
|
1. |
KeRRA/011/KIR/39/014/2017-18 |
E618: E620J1 Mucagara-D459 Kiamutugu Light Bush Clearing /Light Grading/Gravelling |
1,814,240.00 |
09/07/2018 (10:00 AM) |
|
|
2. |
KeRRA/011/KIR/39/039/2017-18 |
D459 Kiamutugu-D459 Kanteen Light Grading/ Gravelling |
1,549,876.00 |
09/07/2018 (10:00 AM) |
Mwea Constituency
|
S/N |
TENDER NO |
TENDER DESCRIPTION |
ESTIMATED COST (KSHS) |
CLOSING DATE |
|
|
1. |
KeRRA/011/ KIR/39/081/2017-18 |
D455 Kandongu-B6 Murubara Light Grading/ Gravelling |
1,549,876.00 |
09/07/2018 (10:00 AM) |
Kirinyaga Central Constituency
|
S/N |
TENDER NO |
TENDER DESCRIPTION |
ESTIMATED COST (KSHS) |
CLOSING DATE |
|
|
1. |
KeRRA/011/ KIR/39/084/2017-18 |
E1650:E1632J1 Gatuto-D456 Kiamuthambi Light Grading/Gravelling |
3,008,947.00 |
09/07/2018 (10:00 AM) |
|
|
2. |
KeRRA/011/ KIR/39/086/2017-18 |
E1650J1:D456 Kiamuthambi-E1632J1 Gatuto Light Grading/Gravelling |
1,023,120.00 |
09/07/2018 (10:00 AM) |
|
|
3. |
KeRRA/011/ KIR/39/080/2017-18 |
D455:C74 Kerugoya-D455 Mutitu Light Grading/Gravelling |
1,544,830.00 |
09/07/2018 (10:00 AM) |
Ndia Constituency
|
S/N |
TENDER NO |
TENDER DESCRIPTION |
ESTIMATED COST (KSHS) |
CLOSING DATE |
|
|
1. |
KeRRA/011/ KIR/39/037/2017-18 |
E617J1: E609 Gathaithi-E617J1 Gathuthuma Light Grading/Gravelling:Light Bush Clearing |
3,011,034.00 |
09/07/2018 (10:00 AM) |
|
|
2. |
KeRRA/011/ KIR/39/047/2017-18 |
E617J1: E609 Gathaithi-E617J1 Gathuthuma Light Grading/Gravelling: Light Bush Clearing |
1,337,393.00 |
09/07/2018 (10:00 AM) |
|
|
3. |
KeRRA/011/ KIR/39/082/2017-18 |
D455:Junct. D454 Baricho-C73 Kagio Light Grading/Gravelling |
1,519,472.00 |
09/07/2018 (10:00 AM) |
KENYA RURAL ROADS AUTHORITY
________KIRINYAGA REGION_______
INVITATION FOR TENDERS
Date: 22nd October 2020
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 wishes to invite bids from competent eligible pre-qualified firms for routine maintenance Road Works to be financed under Public Participation GoK Development Funds as listed in the table below.
|
Sn |
Tender No |
Road No. |
Road name |
Constituency |
Prequalification Category Either |
NCA Either |
Reserved Category |
Downloads |
|
1 |
KeRRA/011/KIR/39/GoK/037/2020-21 |
G26752 |
KAMAGAMBO – KATHUGU - MUCHAGARA |
GICHUGU |
C,D,E |
5,6,7,8 |
OPEN |
Download |
|
2 |
KeRRA/011/KIR/39/GoK/038/2020-21 |
G26674 |
KAMWETI- GASAMI – RWATHIA - KARUMANDI |
GICHUGU |
C,D,E |
5,6,7,8 |
OPEN |
Download |
|
3 |
KeRRA/011/KIR/39/GoK/039/2020-21 |
G27061 |
KEGWA – LAINI – MUTHIGAINI |
GICHUGU |
C,D,E |
5,6,7,8 |
OPEN |
Download |
|
4 |
KeRRA/011/KIR/39/GoK/040/2020-21 |
G26695 |
KIANJIRU – RWAMBITI – MBURI |
GICHUGU |
C,D,E |
5,6,7,8 |
OPEN |
Download |
|
5 |
KERRA/011/KIR/39/GOK/091/2019-20 |
G26786 |
RUKANGA - NJAKAKA |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
6 |
KERRA/011/KIR/39/GOK/116/2019-20 |
G26786 |
NJAKAKA - NGOTHI |
MWEA |
C,D,E |
6,7,8 |
WOMEN |
Download |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm - to 4.30pm.)
A complete set of tender documents may be obtained by interested candidates by downloading from the KeRRA website: www.kerra.go.ke with effect from 26th October 2020
Contract estimate is provided in tender document.to promote openness and prevent overquoting/underquoting to meet employers objective.
Due to Covid-19 Pandemic and the Government protocols there will be no organized pre tender site visits, however bidders are encouraged to acquaint themselves with the project roads as directed by Constituency Roads Officer (CRO) before submitting their bids. The site visit certificate must be signed to ensure that the bidder knows the site well
MANDATORY REQUIREMENTS
- All documents must be bound, and machine serialized, pages indicated for each bid submitted. All forms filled appropriately.
- Proof of prequalification of the contractor on categories and constituency tendered for.
- Proof of acquittance to the road project – Site visit certificate
- Certified Copy of certificate of incorporation.
- Certified Copy of valid Tax compliance certificate
- Certified Copy of valid VAT/PIN Registration certificate.
- Certified Copy of ID and CR 12 for the Directors of the Company.
- Certified Copy of certificate of principle place of business by County Government.
- Certified Registration and license with National Construction Authority (as per respective bids.)
- Proof of financial soundness: financial statements for last 3 years (new company- proof of bank account)
- Properly and dully filled form of bid; stamped or sealed and signed by authorized person.
- Filled and signed Appendix to form of Bid by authorized person.
- Schedules of Supplementary Information, all forms MUST be filled appropriately.
- Stamped and signed Power of Attorney.
- Stamped and signed affidavit by the deponent.
- Properly and dully filled Bills of Quantities; stamped or sealed and signed by authorized person.
- Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement by third party providers.
- Professional & Technical personnel CV and certificates as per requirement.
- Five-page methodology for contracts above 3 million only.
- Authority to seek references from the Tenderer’s bankers
SPECIAL GROUPS ADDITIONAL DOCUMENTS.
- Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories (only works certificates will be considered)
- Properly and dully filled Tender Securing Declaration Forms; stamped or sealed and signed by someone authorized to do so.
SPECIAL INSTRUCTIONS TO BIDDERS
- Serialisation MUST be done by machine, Hand write serialisation will not be considered.
- Any alteration or white –out without countersigning will be disqualified.
- Pursuant to section 80 of Public Procurement and asset disposal act 2015.The Lowest Evaluated bids will be awarded, not necessarily the Lowest in Terms of Quoted price but the quality of Tender document and compliance to criteria there in.
- Price quoted will be considered in the third stage of financial stage.
- Bids will be subjected to market rates sensitivity analysis to ascertain capacity and quality output. Too low prices may not be considered in the basis of the above fact.
- Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
- Any canvassing by contractors will lead to outright disqualification.
Bidders must ensure that their completed tender documents are enclosed in plain sealed envelopes marked with Tender name and reference number and deposited in the Tender Box situated at Kenya Rural Roads Authority Kirinyaga Regional Office, Kerugoya town or addressed to:
The Regional Deputy Director
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.O Box 390-10300, kerugoya
To be received on or before 4th November 2020 at 11.00 am. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.
SENIOR SUPPLY CHAIN OFFICER
FOR; DEPUTY DIRECTOR (ROADS)
KIRINYAGA REGION
-----------------------------KIRINYAGA REGION-----------------------------------
INVITATION TO TENDER
Date: 2nd December, 2020
The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.
Kenya Rural Roads Authority (KeRRA) – Kirinyaga Region, hereby invites tenders, from eligible bidders for road maintenance works to be financed under 10% by CS and GOK Development Funds. Please see the annex for the list of works.
|
Sn |
Tender No |
Road No. |
Road name |
Constituency |
Prequalification Category Either |
NCA Either |
Reserved Category |
Download |
|
1 |
KERRA/011/KIR/39/10%CS/041/2019-20 |
G27025 |
ICANGI - KARIBA |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
2 |
KERRA/011/KIR/39/10%CS/042/2019-20 |
F2189 |
KIUMBU – DB EMBU |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
3 |
KERRA/011/KIR/39/10%CS/043/2019-20 |
G27119 |
NDINDIRUKU - GATEGI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
4 |
KERRA/011/KIR/39/10%CS/046/2019-20 |
G27151 |
MARURUMO - GITOBOTO |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
5 |
KERRA/011/KIR/39/10%CS/047/2019-20 |
G26868 |
HA IRIA – RIAMAHIANYU – NDOGINO - KAMUKUNJI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
6 |
KERRA/011/KIR/39/10%CS/048/2019-20 |
G26756 |
MURURI - NGIRIAMBU |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
Download |
|
7 |
KERRA/011/KIR/39/10%CS/049/2019-20 |
D1385 |
KIORUGARI - NYAGATI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
8 |
KERRA/011/KIR/39/10%CS/050/2019-20 |
F2186 |
KAVOTE - KIANDAI |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
Download |
|
9 |
KERRA/011/KIR/39/GOK/051/2019-20 |
D1374 |
ACCESS TO GACHARU PRY SCH |
NDIA |
C,D,E |
6,7,8 |
PWD |
Download |
|
10 |
KERRA/011/KIR/39/GOK/052/2019-20 |
D1377 |
ACCESS TO KIANGAI |
NDIA |
C,D,E |
6,7,8 |
PWD |
Download |
|
11 |
KERRA/011/KIR/39/GOK/053/2019-20 |
C527 |
KAGIO – BARICHO – KERUGOYA |
KIRINYAGA CENTRAL |
C,D,E |
6,7,8 |
OPEN |
Download |
|
12 |
KERRA/011/KIR/39/GOK/054/2019-20 |
F2186 |
KIANYAGA – KIANDAI - KAVOTE |
GICHUGU |
C,D,E |
6,7,8 |
PWD |
Download |
|
13 |
KERRA/011/KIR/39/GOK/055/2019-20 |
G26056 |
ACCESS TO KIANGOMA |
NDIA |
C,D,E |
6,7,8 |
YOUTH |
Download |
|
14 |
KERRA/011/KIR/39/GOK/056/2019-20 |
D1371 |
RUKENYA – KABARE - KIMUNYE |
GICHUGU |
C,D,E |
6,7,8 |
PWD |
Download |
|
15 |
KERRA/011/KIR/39/GOK/057/2019-20 |
D1384 |
KUTUS – KIMBIMBI - KIORUGARI |
MWEA |
C,D,E |
6,7,8 |
YOUTH |
Download |
|
16 |
KERRA/011/KIR/39/GOK/058/2019-20 |
D1381 |
KIABAITHIKIRI - KIANDERI |
KIRINYAGA CENTRAL |
C,D,E |
6,7,8 |
OPEN |
Download |
|
17 |
KERRA/011/KIR/39/GOK/059/2019-20 |
D1381 |
KIANDERI – OLD KANGAITA |
KIRINYAGA CENTRAL |
C,D,E |
6,7,8 |
WOMEN |
Download |
|
18 |
KERRA/011/KIR/39/GOK/060/2019-20 |
E2139 |
KUTUS - KIMBIMBI |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
|
19 |
KERRA/011/KIR/39/GOK/061/2019-20 |
D1385 |
KIORUGARI - NYAGATI |
MWEA |
C,D,E |
6,7,8 |
WOMEN |
Download |
|
20 |
KERRA/011/KIR/39/GOK/062/2019-20 |
G26906 |
DIFATHAS - MBIRI |
MWEA |
C,D,E |
6,7,8 |
WOMEN |
Download |
|
21 |
KERRA/011/KIR/39/GOK/063/2019-20 |
G26756 |
MURURI - NGIRIAMBU |
GICHUGU |
C,D,E |
6,7,8 |
OPEN |
Download |
|
22 |
KERRA/011/KIR/39/GOK/064/2019-20 |
C399 |
KIUMBU - NDINDIRUKU |
MWEA |
C,D,E |
6,7,8 |
YOUTH |
Download |
|
23 |
KERRA/011/KIR/39/GOK/065/2019-20 |
C399 |
ITANGI - MORGAN |
MWEA |
C,D,E |
6,7,8 |
OPEN |
Download |
Interested eligible candidates may obtain further information and inspect tender documents from the Regional Procurement Office during normal working hours (8.30am-12.00 noon and 2.00pm-4.30pm)
A complete set of tender documents may be obtained by interested candidates by downloading from KeRRA website: www.kerra.go.ke with effect from 7th December, 2020.
Contract estimate is provided in the tender document to help bidders to quote within the market prices (too low/high prices will be rejected).
Due to Covid-19 Pandemic and Government protocols, organized pre-tender site visits are discouraged, however bidders are encouraged to acquaint themselves with the project roads with the help of respective Constituency Roads Officer (CRO) before submitting of their bids.
MANDATORY REQUIREMENTS
- Tender document must be spiral bound, all pages sequentially machine serialized for each bid submitted
- Bidders must be prequalified in the constituency and category (as per respective tender)
- Certified copy of certificate of incorporation
- Valid copy of Tax Compliance
- Certified copy of VAT/PIN Registration certificate
- Certified copy ID(s) and CR12 for the Director(s) of the Company
- Certified copy of certificate of principal place of business by County Government
- Certified Registration and License with National Construction Authority (NCA) as per respective bids
- Properly and duly filled form of bid, stamped/sealed and signed by an authorized person
- Schedules of Supplementary Information, all forms MUST be filled appropriately
- Stamped and signed Power of Attorney
- Stamped and signed affidavit by the deponent
- Properly and duly filled BoQs; stamped/sealed and signed by the authorized person
- Authority to seek reference from the Tenderer’s Bankers
- Financial Soundness: Audited accounts for the last three (3) years; newly incorporated companies should show proof of a Bank Account.
- Equipment Holding: Attach log books of the company/Director(s) or Equipment Lease Agreements by equipment providers
- Professional & Technical personnel; attach CVs and certificates as required
- Five-page methodology for contracts above 3 million
SPECIAL GROUP ADDITIONAL DOCUMENTS
- Certified copy of certificate of registration in Target Group issued by National Treasury
- Stamped/sealed, signed and properly/ duly filled Tender Securing Declaration Form by an authorized person
SPECIAL INSTRUCTION TO BIDDERS
- Serialization must be done by machine (hand written serialization will be disqualified)
- Any alteration or whiteout must be countersigned.
- Pursuant to clause 86(1) (a) of the Public Procurement and Disposal Act 2015. The lowest evaluated bid will be awarded the tender
- Bids will be subjected to market rates sensitivity analysis to ascertain quality and capacity
- Tender Securing Form for special group (Youth, Women and PWD) must be filled, stamped and signed
- Any canvassing will lead to outright disqualification
Completed tender documents are to be enclosed in plain sealed envelopes, marked with tender number and name should be deposited in the tender box at Kenya rural roads authority- Kirinyaga regional office, Kerugoya town or addressed and sent to the address below:
The Deputy Director (RAM)
Kenya Rural Roads Authority (KeRRA),
Kirinyaga Regional Office,
P.O. Box 390-10300, Kerugoya
To be received on before 15th December,2020 at 10.00am, opening will take place immediately thereafter in the presence of Tenderers/Representatives who choose to attend.
Senior Supply Chain Officer
For: Deputy Director (RAM)
KIRINYAGA REGION
KENYA RURAL ROADS AUTHORITY
KIRINYAGA REGION
INVITATION TO TENDER
Date: 5th October, 2023
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
The Authority hereby invites bids from suitably qualified firms in Kirinyaga Region under categories A, C, D and E in Financial Year 2023/2024 for Routine Maintenance of selected roads to be funded under 22% & 10% RMLF allocation for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Kerugoya during the normal working hours Monday – Friday.
Tender documents can also be downloaded free of charge from the KeRRA website www.kerra.go.ke from Tuesday 10th October 2023
|
NO |
ROAD NAME |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
KARUMANDI - MUCHAGARA |
GICHUGU |
WOMEN |
6,711,760.00 |
22% RMLF |
|
|
2 |
ITHAREINI - KIAMICIRI |
GICHUGU |
OPEN |
7,308,000.00 |
22% RMLF |
|
|
3 |
KIANGOMBE - ITHAREINI |
GICHUGU |
OPEN |
6,751,200.00 |
22% RMLF |
|
|
4 |
THIBA DAM- KIAMICIRI |
GICHUGU |
YOUTH |
4,744,400.00 |
22% RMLF |
|
|
5 |
MUCAGARA - KIAMUTUGU |
GICHUGU |
OPEN |
6,704,800.00 |
22% RMLF |
|
|
6 |
GATUNGURU – KIMANDI - MUGUMO |
GICHUGU |
YOUTH |
5,559,880.00 |
22% RMLF |
|
|
7 |
DIFATHAS - GATUTO-KENDA |
GICHUGU |
OPEN |
6,658,400.00 |
22% RMLF |
|
|
8 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
GICHUGU |
WOMEN |
8,642,000.00 |
10% RMLF |
|
|
9 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
GICHUGU |
OPEN |
8,642,000.00 |
10% RMLF |
|
|
10 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
GICHUGU |
PWD |
2,952,142.00 |
10% RMLF |
|
|
11 |
KERUGOYA - MUTITU |
KIRINYAGA CENTRAL |
OPEN |
6,721,852.00 |
10% RMLF |
|
|
12 |
KERUGOYA - MUTITU |
KIRINYAGA CENTRAL |
PWD |
6,721,852.00 |
10% RMLF |
|
|
13 |
KERUGOYA - MUTITU |
KIRINYAGA CENTRAL |
OPEN |
7,257,598.00 |
10% RMLF |
|
|
14 |
KARANDI - KANGAITA |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
|
15 |
KARANDI - KANGAITA |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
|
16 |
KERUGOYA - MUTITU |
KIRINYAGA CENTRAL |
YOUTH |
9,871,600.00 |
22% RMLF |
|
|
17 |
KERUGOYA - MUTITU |
KIRINYAGA CENTRAL |
OPEN |
9,871,600.00 |
22% RMLF |
|
|
18 |
KERUGOYA - MUTITU |
KIRINYAGA CENTRAL |
WOMEN |
9,871,600.00 |
22% RMLF |
|
|
19 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
MWEA |
PWD |
2,793,280.00 |
10% RMLF |
|
|
20 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
MWEA |
OPEN |
7,7687,52.00 |
10% RMLF |
|
|
21 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
MWEA |
WOMEN |
9,673,356.00 |
10% RMLF |
|
|
22 |
KIUMBU - KANGETA |
MWEA |
OPEN |
9,171,853.20 |
22% RMLF |
|
|
23 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
MWEA |
OPEN |
8,772,384.00 |
22% RMLF |
|
|
24 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
MWEA |
YOUTH |
8,772,384.00 |
22% RMLF |
|
|
25 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
MWEA |
OPEN |
8,946,384.00 |
22% RMLF |
|
|
26 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
MWEA |
OPEN |
8,859,036.00 |
22% RMLF |
|
|
27 |
KIBURU – KIANGAI |
KeRRA/KIR/08/39/22%/N/032/2023-24 |
NDIA |
OPEN |
44,000,000.00 |
22% RMLF |
|
28 |
KIBURU – KIANGAI |
KeRRA/KIR/08/39/22%/N/033/2023-24 |
NDIA |
OPEN |
20,000,000.00 |
10% RMLF |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 4,5,6,7,8)
- PIN/VAT Registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury, for those bidding for PWD contracts, must attach copies of IDs issued by the NCPWD (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Power of attorney/ affidavit.
- Authority to seek reference from tenderers’ bankers
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Any form of Canvassing will lead to disqualification
- Tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th October, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE TUESDAY, 24TH OCTOBER, 2023 at 11.00AM, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
P.O. Box 390-10300
KIRINYAGA
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Kerugoya so as to be received on/or before Tuesday, 24TH OCTOBER, 2023 at 11.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
SSCMO
for
REGIONAL DIRECTOR
KIRINYAGA REGION
KIRINYAGA REGION
ADDENDUM 2
DOWNLOAD ADDENDUM HERE Date: 16th October, 2023
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
The Authority hereby invites bids from suitably qualified firms in Kirinyaga Region under categories A, C, D and E in Financial Year 2023/2024 for Routine Maintenance of selected roads to be funded under 22% & 10% RMLF allocation for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Kerugoya during the normal working hours Monday – Friday.
Tender documents can also be downloaded free of charge from the KeRRA website www.kerra.go.ke from Tuesday 10th October 2023
|
NO |
ROAD NAME |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
KARUMANDI - MUCHAGARA |
KeRRA/KIR/08/39/22%/G/006/2023-24 |
GICHUGU |
WOMEN |
6,711,760.00 |
22% RMLF |
|
2 |
ITHAREINI - KIAMICIRI |
KeRRA/KIR/08/39/22%/G/007/2023-24 |
GICHUGU |
OPEN |
7,308,000.00 |
22% RMLF |
|
3 |
KIANGOMBE - ITHAREINI |
KeRRA/KIR/08/39/22%/G/008/2023-24 |
GICHUGU |
OPEN |
6,751,200.00 |
22% RMLF |
|
4 |
THIBA DAM- KIAMICIRI |
KeRRA/KIR/08/39/22%/G/009/2023-24 |
GICHUGU |
YOUTH |
4,744,400.00 |
22% RMLF |
|
5 |
MUCAGARA - KIAMUTUGU |
KeRRA/KIR/08/39/22%/G/010/2023-24 |
GICHUGU |
OPEN |
6,704,800.00 |
22% RMLF |
|
6 |
GATUNGURU – KIMANDI - MUGUMO |
KeRRA/KIR/08/39/22%/G/011/2023-24 |
GICHUGU |
YOUTH |
5,559,880.00 |
22% RMLF |
|
7 |
DIFATHAS – GATUTO - KENDA |
KeRRA/KIR/08/39/22%/G/012/2023-24 |
GICHUGU |
OPEN |
6,658,400.00 |
22% RMLF |
|
8 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
KeRRA/KIR/08/39/10%/G/013/2023-24 |
GICHUGU |
WOMEN |
8,642,000.00 |
10% RMLF |
|
9 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
KeRRA/KIR/08/39/10%/G/014/2023-24 |
GICHUGU |
OPEN |
8,642,000.00 |
10% RMLF |
|
10 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
KeRRA/KIR/08/39/10%/G/015/2023-24 |
GICHUGU |
PWD |
2,952,142.00 |
10% RMLF |
|
11 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/10%/KC/016/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
6,721,852.00 |
10% RMLF |
|
12 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/10%/KC/018/2023-24 |
KIRINYAGA CENTRAL |
PWD |
6,721,852.00 |
10% RMLF |
|
13 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/10%/KC/019/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,257,598.00 |
10% RMLF |
|
14 |
KARANDI - KANGAITA |
KeRRA/KIR/08/39/22%/KC/020/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
15 |
KARANDI - KANGAITA |
KeRRA/KIR/08/39/22%/KC/021/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
16 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/022/2023-24 |
KIRINYAGA CENTRAL |
YOUTH |
9,871,600.00 |
22% RMLF |
|
17 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/023/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
9,871,600.00 |
22% RMLF |
|
18 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/024/2023-24 |
KIRINYAGA CENTRAL |
WOMEN |
9,871,600.00 |
22% RMLF |
|
19 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/10%/M/017/2023-24 |
MWEA |
PWD |
2,793,280.00 |
10% RMLF |
|
20 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/10%/M/025/2023-24 |
MWEA |
OPEN |
7,7687,52.00 |
10% RMLF |
|
21 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/10%/M/026/2023-24 |
MWEA |
WOMEN |
9,673,356.00 |
10% RMLF |
|
22 |
KIUMBU - KANGETA |
KeRRA/KIR/08/39/22%/M/027/2023-24 |
MWEA |
OPEN |
9,171,853.20 |
22% RMLF |
|
23 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/028/2023-24 |
MWEA |
OPEN |
8,772,384.00 |
22% RMLF |
|
24 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/029/2023-24 |
MWEA |
YOUTH |
8,772,384.00 |
22% RMLF |
|
25 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/030/2023-24 |
MWEA |
OPEN |
8,946,384.00 |
22% RMLF |
|
26 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/031/2023-24 |
MWEA |
OPEN |
8,859,036.00 |
22% RMLF |
The following tenders have been withdrawn until a later date.
|
NO |
ROAD NAME |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
KIBURU – KIANGAI |
KeRRA/KIR/08/39/22%/N/032/2023-24 |
NDIA |
OPEN |
44,000,000.00 |
22% RMLF |
|
2 |
KIBURU – KIANGAI |
KeRRA/KIR/08/39/22%/N/033/2023-24 |
NDIA |
OPEN |
20,000,000.00 |
10% RMLF |
The following tenders have been withdrawn until a later date.
|
NO |
ROAD NAME |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
KARANDI - KANGAITA |
KeRRA/KIR/08/39/22%/KC/020/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
2 |
KARANDI - KANGAITA |
KeRRA/KIR/08/39/22%/KC/021/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
3 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/022/2023-24 |
KIRINYAGA CENTRAL |
YOUTH |
9,871,600.00 |
22% RMLF |
|
4 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/023/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
9,871,600.00 |
22% RMLF |
|
5 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/024/2023-24 |
KIRINYAGA CENTRAL |
WOMEN |
9,871,600.00 |
22% RMLF |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 4,5,6,7,8)
- PIN/VAT Registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury, for those bidding for PWD contracts, must attach copies of IDs issued by the NCPWD (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Power of attorney/ affidavit.
- Authority to seek reference from tenderers’ bankers
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Any form of Canvassing will lead to disqualification
- Tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th October, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE TUESDAY, 24TH OCTOBER, 2023 at 11.00AM, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
- O. Box 390-10300
KIRINYAGA
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Kerugoya so as to be received on/or before Tuesday, 24TH OCTOBER, 2023 at 11.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
SSCMO
for
REGIONAL DIRECTOR
KIRINYAGA REGION
KENYA RURAL ROADS AUTHORITY
KIRINYAGA REGION
Date: 9th October, 2023
The Kenya Rural Roads Authority is a state corporation established under the Kenya Roads Acts 2007 with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.
The Authority hereby invites bids from suitably qualified firms in Kirinyaga Region under categories A, C, D and E in Financial Year 2023/2024 for Routine Maintenance of selected roads to be funded under 22% & 10% RMLF allocation for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Kerugoya during the normal working hours Monday – Friday.
Tender documents can also be downloaded free of charge from the KeRRA website www.kerra.go.ke from Tuesday 10th October 2023
|
NO |
ROAD NAME |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
KARUMANDI - MUCHAGARA |
KeRRA/KIR/08/39/22%/G/006/2023-24 |
GICHUGU |
WOMEN |
6,711,760.00 |
22% RMLF |
|
2 |
ITHAREINI - KIAMICIRI |
KeRRA/KIR/08/39/22%/G/007/2023-24 |
GICHUGU |
OPEN |
7,308,000.00 |
22% RMLF |
|
3 |
KIANGOMBE - ITHAREINI |
KeRRA/KIR/08/39/22%/G/008/2023-24 |
GICHUGU |
OPEN |
6,751,200.00 |
22% RMLF |
|
4 |
THIBA DAM- KIAMICIRI |
KeRRA/KIR/08/39/22%/G/009/2023-24 |
GICHUGU |
YOUTH |
4,744,400.00 |
22% RMLF |
|
5 |
MUCAGARA - KIAMUTUGU |
KeRRA/KIR/08/39/22%/G/010/2023-24 |
GICHUGU |
OPEN |
6,704,800.00 |
22% RMLF |
|
6 |
GATUNGURU – KIMANDI - MUGUMO |
KeRRA/KIR/08/39/22%/G/011/2023-24 |
GICHUGU |
YOUTH |
5,5598,80.00 |
22% RMLF |
|
7 |
DIFATHAS - MBIRI |
KeRRA/KIR/08/39/22%/G/012/2023-24 |
GICHUGU |
OPEN |
6,658,400.00 |
22% RMLF |
|
8 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
KeRRA/KIR/08/39/10%/G/013/2023-24 |
GICHUGU |
WOMEN |
8,642,000.00 |
10% RMLF |
|
9 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
KeRRA/KIR/08/39/10%/G/014/2023-24 |
GICHUGU |
OPEN |
8,642,000.00 |
10% RMLF |
|
10 |
KIMUNYE – KAVOTE – THUMAITA - NGARIAMA |
KeRRA/KIR/08/39/10%/G/015/2023-24 |
GICHUGU |
PWD |
2,952,142.00 |
10% RMLF |
|
11 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/10%/KC/016/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
6,721,852.00 |
10% RMLF |
|
12 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/10%/KC/018/2023-24 |
KIRINYAGA CENTRAL |
PWD |
6,721,852.00 |
10% RMLF |
|
13 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/10%/KC/019/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,257,598.00 |
10% RMLF |
|
14 |
KARANDI - KANGAITA |
KeRRA/KIR/08/39/22%/KC/020/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
15 |
KARANDI - KANGAITA |
KeRRA/KIR/08/39/22%/KC/021/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
7,441,516.00 |
22% RMLF |
|
16 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/022/2023-24 |
KIRINYAGA CENTRAL |
YOUTH |
9,871,600.00 |
22% RMLF |
|
17 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/023/2023-24 |
KIRINYAGA CENTRAL |
OPEN |
9,871,600.00 |
22% RMLF |
|
18 |
KERUGOYA - MUTITU |
KeRRA/KIR/08/39/22%/KC/024/2023-24 |
KIRINYAGA CENTRAL |
WOMEN |
9,871,600.00 |
22% RMLF |
|
19 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/10%/M/017/2023-24 |
MWEA |
PWD |
2,793,280.00 |
10% RMLF |
|
20 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/10%/M/025/2023-24 |
MWEA |
OPEN |
7,7687,52.00 |
10% RMLF |
|
21 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/10%/M/026/2023-24 |
MWEA |
WOMEN |
9,673,356.00 |
10% RMLF |
|
22 |
KIUMBU - KANGETA |
KeRRA/KIR/08/39/22%/M/027/2023-24 |
MWEA |
OPEN |
9,171,853.20 |
22% RMLF |
|
23 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/028/2023-24 |
MWEA |
OPEN |
8,772,384.00 |
22% RMLF |
|
24 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/029/2023-24 |
MWEA |
YOUTH |
8,772,384.00 |
22% RMLF |
|
25 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/030/2023-24 |
MWEA |
OPEN |
8,946,384.00 |
22% RMLF |
|
26 |
B6 WANGURU – NDINDIRUKU – MARURUMO |
KeRRA/KIR/08/39/22%/M/031/2023-24 |
MWEA |
OPEN |
8,859,036.00 |
22% RMLF |
The following tenders have been withdrawn until a later date.
|
NO |
ROAD NAME |
TENDER NUMBER |
CONSTITUENCY |
RESERVATION |
BUDGET |
FUNDING |
|
1 |
KIBURU – KIANGAI |
KeRRA/KIR/08/39/22%/N/032/2023-24 |
NDIA |
OPEN |
44,000,000.00 |
22% RMLF |
|
2 |
KIBURU – KIANGAI |
KeRRA/KIR/08/39/22%/N/033/2023-24 |
NDIA |
OPEN |
20,000,000.00 |
10% RMLF |
QUALIFICATIONS FOR TENDERING
Mandatory Requirements
The following MUST be submitted together with the Bid:
- Certified copy of Certificate of Incorporation.
- Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 4,5,6,7,8)
- PIN/VAT Registration certificate
- Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
- Certified Copy of recent CR12 (Will be verified on the register of the company)
- Certified copy of National Identity Cards / Passports of all the Directors
- Certified copy of Valid Single Business Permit
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury, for those bidding for PWD contracts, must attach copies of IDs issued by the NCPWD (Certified Copies).
- Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
- Power of attorney/ affidavit.
- Authority to seek reference from tenderers’ bankers
- Form of tender correctly filled, signed & stamped and with a letter head.
- Confidential Business Questionnaire correctly filled, signed & stamped
- Bidders Must Serialize sequentially ALL pages of the tender documents
Other Requirements
As specified in the respective tender documents covering the following:
- Similar previous experience is required (Not applicable to special group category)
- Professional and Technical Personnel (provide certificates and CVs for the employees)
- Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
- To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
- Director (s) bidding under different companies for the same tender shall be disqualified
- Any form of Canvassing will lead to disqualification
- Tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective Officer.
NOTE:
- 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’
- Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies
Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th October, 2023.
Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE TUESDAY, 24TH OCTOBER, 2023 at 11.00AM, should be addressed to:
The Regional Director
Kenya Rural Roads Authority
- O. Box 390-10300
KIRINYAGA
And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Kerugoya so as to be received on/or before Tuesday, 24TH OCTOBER, 2023 at 11.00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.
The Authority reserves the right to accept or reject any or all tenders and to cancel the tender process at any time prior to award of the contract without thereby incurring any liability to the affected tender or tenderer on the ground for the action and is not bound to accept the lowest or any tender.
SSCMO
for
REGIONAL DIRECTOR
KIRINYAGA REGION
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: :0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/027 Date: 6th July, 2022
INVITATION TO TENDER.
10% RMLF SAVINGS
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 10% RMLF Savings Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
|
1 |
180 |
KeRRA/008/KSI/039/180/ 2021-2022 |
Riana-Kasarani-Eclub-Kiendege |
Women |
DOWNLOAD |
|
2 |
193 |
KeRRA/008/KSI/039/193/ 2021-2022 |
Gesusu-Kiemenyinga |
Prequalified |
DOWNLOAD |
|
3 |
194 |
KeRRA/008/KSI/039/194/ 2021-2022 |
Iranya-Nyamache |
Prequalified |
DOWNLOAD |
|
4 |
195 |
KeRRA/008/KSI/039/195/ 2021-2022 |
Kioge-Matongo (Bigogo-Nyakoe) |
Youth |
DOWNLOAD |
|
5 |
196 |
KeRRA/008/KSI/039/196/ 2021-2022 |
Ngenyi-Charachani |
Prequalified |
DOWNLOAD |
|
6 |
197 |
KeRRA/008/KSI/039/197/ 2021-2022 |
Nyangusu-Riankuru |
Women |
DOWNLOAD |
|
7 |
198 |
KeRRA/008/KSI/039/198/ 2021-2022 |
Sofaset-Egetuki |
PWD |
DOWNLOAD |
|
8 |
200 |
KeRRA/008/KSI/039/200/ 2021-2022 |
Etago-Mogenda-Geteni-Nyamondo |
Prequalified |
DOWNLOAD |
|
9 |
203 |
KeRRA/008/KSI/039/203/ 2021-2022 |
Keumbu-Riobara |
Prequalified |
DOWNLOAD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10%, RMLF, 22% RMLF or GOK bids for FY 2021/2022 may apply but will not be considered
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 18th July, 2022 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
ADDENDUM NO.1
DATE: 25th June 2019
.
We wish to bring to your attention that the errors on the documents for the roads below have been corrected. Kindly ensure that you download and submit the correct documents. Sorry for any inconveniences caused.
|
S/No |
CONSTITUENCY |
ROAD CODE &NAME |
RESERVATIONS |
TENDER No. |
|
|
1 |
Bonchari |
G64994 Itierio-Oroche-Iruma-Sewage |
Prequalified |
KeRRA/011/KSI/39/72-2-46-18/19 |
Download |
|
2. |
Kitutu Chache South |
C863 Mosasa-Oroboti-Geturi |
Prequalified |
KeRRA/011/KSI/39/81-2-46-18/19 |
Download |
NB The closing and opening dates remain the same.
Deputy Director (Kisii),
Kenya Rural Roads Authority,
P O Box 1084-00100,
KISII.
Deputy Director,
KISII REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE No. 1
DATE: 10th April, 2018
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER 22% AND 10% RMLF FOR THE FINANCIAL YEAR 2017/18.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 22%and 10% Fuel Levy (RMLF) allocation.
download the tender notice here
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
DOWNLOAD |
|
1 |
Bomachoge Chache |
URA23-Gucha Buyonge-Nyagenke |
10% Disability |
KeRRA/011/KSI/39/44/2017-18 |
NOTICE |
|
2 |
D204 Kenyenya-Mesabakwa |
22% Open |
KeRRA/011/KSI/39/38/2017-18 |
NOTICE |
|
|
3 |
URP18-Gucha Misesi-Genga-Gakero |
10% YW |
KeRRA/011/KSI/39/43/2017-18 |
NOTICE |
|
|
4 |
URA25-Gucha Sameta-Egetuki-Maroba |
22% Open |
KeRRA/011/KSI/39/39/2017-18 |
NOTICE |
|
|
5 |
U_G65537 Sani-Tunta-Itabago |
22% Open |
KeRRA/011/KSI/39/41/2017-18 |
NOTICE |
|
|
6 |
URA17-Gucha Tendere-Eburi-Nyamasege |
22% Open |
KeRRA/011/KSI/39/40/2017-18 |
NOTICE |
|
|
7 |
Bomachoge Borabu |
R339-Gucha Bendera-Transmara Border |
22% Open |
KeRRA/011/KSI/39/09/2017-18 |
NOTICE |
|
8 |
U_G65431 Etono-Randani-Kiango |
22% Open |
KeRRA/011/KSI/39/10/2017-18 |
NOTICE |
|
|
9 |
R40-Gucha Getumo-Omobera |
22% Open |
KeRRA/011/KSI/39/05/2017-18 |
NOTICE |
|
|
10 |
E1041Mariwa-Nyamaiya-Geteni-Ekona ya Ngare (A) |
22% Open |
KeRRA/011/KSI/39/07/2017-18 |
NOTICE |
|
|
11 |
E1041Mariwa-Nyamaiya-Geteni-Ekona ya Ngare (B) |
22% YW |
KeRRA/011/KSI/39/08/2017-18 |
NOTICE |
|
|
12 |
URP3-Transmara Rianyanchabera-Riyabu-Tongeri |
10% Open |
KeRRA/011/KSI/39/13/2017-18 |
NOTICE |
|
|
13 |
U_G65423 Riokindo-Maroba |
22% Open |
KeRRA/011/KSI/39/11/2017-18 |
NOTICE |
|
|
14 |
E203 Nyamaiya-Kenyenya |
22% Disability |
KeRRA/011/KSI/39/06/2017-18 |
NOTICE |
|
|
15 |
Bonchari |
U_G64991 Bogiakumu-Nyauno-Ekerore |
22% Open |
KeRRA/011/KSI/39/28/2017-18 |
NOTICE |
|
16 |
U_G65571 Itibo-Nyangiti |
22% YW |
KeRRA/011/KSI/39/26/2017-18 |
NOTICE |
|
|
17 |
E207J1 Itibo-Riamasagara |
22% Open |
KeRRA/011/KSI/39/24/2017-18 |
NOTICE |
|
|
18 |
URP7-Kisii Kerina-Nyamaiya |
22% Open |
KeRRA/011/KSI/39/25/2017-18 |
NOTICE |
|
|
19 |
E1068A Matongo-Igonga-Raganga |
10% Open |
KeRRA/011/KSI/39/30/2017-18 |
NOTICE |
|
|
20 |
U_G65003 Nyangoge-Botoro-Itibo |
22% Disability |
KeRRA/011/KSI/39/27/2017-18 |
NOTICE |
|
|
21 |
Kitutu Chache North |
URA20-Kisii Gesieka Kiomoncha |
22% Disability |
KeRRA/011/KSI/39/04/2017-18 |
NOTICE |
|
22 |
E208 Kegogi-Marani |
22% YW |
KeRRA/011/KSI/39/01/2017-18 |
NOTICE |
|
|
23 |
U_G64923 Nyakeyo-Sawosawo Bridge-Owalo |
22% Open |
KeRRA/011/KSI/39/03/2017-18 |
NOTICE |
|
|
24 |
E1066 Tinga- Bobaracho |
22% Open |
KeRRA/011/KSI/39/02/2017-18 |
NOTICE |
|
|
25 |
Kitutu Chache South |
R42-Kisii Mosocho-Matieko |
22% Disability |
KeRRA/011/KSI/39/57/2017-18 |
NOTICE |
|
26 |
R54-Kisii Nyakoe-Matongo |
22% Open |
KeRRA/011/KSI/39/59/2017-18 |
NOTICE |
|
|
27 |
E208A Nyakoe-Nyagisai |
22% Open |
KeRRA/011/KSI/39/58/2017-18 |
NOTICE |
|
|
28 |
E218J4 Nyatieko-Geturi |
10% YW |
KeRRA/011/KSI/39/62/2017-18 |
NOTICE |
|
|
29 |
R69-Kisii Nyatieko-Nyakoe |
22% Open |
KeRRA/011/KSI/39/60/2017-18 |
NOTICE |
|
|
30 |
Nyaribari Masaba |
D223J1 Chironge-Kiamokama-Birongo |
10% Open |
KeRRA/011/KSI/39/22/2017-18 |
NOTICE |
|
31 |
U-G65175 Ekona-Njipship |
22% Disability |
KeRRA/011/KSI/39/15/2017-18 |
NOTICE |
|
|
32 |
T1101 Friends-Borangi |
10% Open |
KeRRA/011/KSI/39/23/2017-18 |
NOTICE |
|
|
33 |
T1106 Keroka-Ibacho |
22% Open |
KeRRA/011/KSI/39/18/2017-18 |
NOTICE |
|
|
34 |
D208 Kiemenyinga-Gesusu |
22% Open |
KeRRA/011/KSI/39/20/2017-18 |
NOTICE |
|
|
35 |
E1042 Kilgoris-Kiomiti |
22% YW |
KeRRA/011/KSI/39/16/2017-18 |
NOTICE |
|
|
36 |
E191 Motonyoni-Shartuka |
22% Open |
KeRRA/011/KSI/39/17/2017-18 |
NOTICE |
|
|
37 |
E192 Nyanturago-Ekona |
22% YW |
KeRRA/011/KSI/39/14/2017-18 |
NOTICE |
|
|
38 |
South Mugirango |
R25-Gucha Maroo-Suguta |
22% Disability |
KeRRA/011/KSI/39/34/2017-18 |
NOTICE |
|
39 |
D204 Nyabera-Nyansembe |
10% Open |
KeRRA/011/KSI/39/37/2017-18 |
NOTICE |
|
|
40 |
E207 Nyakeyo-Nyamasege |
22% Open |
KeRRA/011/KSI/39/33/2017-18 |
NOTICE |
|
|
41 |
E1041 Nyamaiya-Geteni |
22% Open |
KeRRA/011/KSI/39/32/2017-18 |
NOTICE |
|
|
42 |
D204 Nyansembe-Mesabakwa |
22% Open |
KeRRA/011/KSI/39/31/2017-18 |
NOTICE |
|
|
43 |
R25-Gucha Suguta-Nyamaiya |
22% YW |
KeRRA/011/KSI/39/35/2017-18 |
NOTICE |
|
|
44 |
Bobasi |
R31-Gucha Motonto-Nyakegogi |
22% Open |
KeRRA/011/KSI/39/63/2017-18 |
NOTICE |
|
45 |
R32-Gucha Sameta-Igare |
22% Open |
KeRRA/011/KSI/39/64/2017-18 |
NOTICE |
|
|
46 |
URA27-Gucha Ogembo-Rusinga-Igare |
22% Open |
KeRRA/011/KSI/39/65/2017-18 |
NOTICE |
|
|
47 |
R36-Gucha Igare-Borangi |
22% YW |
KeRRA/011/KSI/39/66/2017-18 |
NOTICE |
|
|
48 |
E1137 Nyansongo-Gitenyi |
22% Open |
KeRRA/011/KSI/39/67/2017-18 |
NOTICE |
|
|
49 |
R13-Gucha Mogonga-Nyamache |
10% Disability |
KeRRA/011/KSI/39/68/2017-18 |
NOTICE |
|
|
50 |
T1101 Nyamache-Friends |
10% Y/W |
KeRRA/011/KSI/39/69/2017-18 |
NOTICE |
|
|
51 |
D206 Igembe-Riobara |
10% Open |
KeRRA/011/KSI/39/70/2017-18 |
NOTICE |
DATE: 09th February, 2018
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS TO BE FUNDED UNDER THE FUEL LEVY FUND FOR FINANCIAL YEAR 2016/17.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure and the Constituency Roads Committees to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the Fuel Levy Fund:
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
Dowload
|
|
1 |
South Mugirango |
E207 Nyakeyo - Ekona Yonduko (A) |
Open |
KeRRA/011/KSI/39/9990/2016-17 |
Dowload |
|
2 |
E207 Nyakeyo - Ekona Yonduko - Nyamasege (B) |
Open |
KeRRA/011/KSI/39/9991/2016-17 |
Dowload |
|
|
3 |
Bonchari |
R63 –Kisii Nyamira – Nyangoso - Nyaramba |
Open |
KeRRA/011/KSI/39/9993/2016-17 |
Dowload |
|
4 |
U_G65016 Ekiendege – Airstrip - Nyamisaro |
Open |
KeRRA/011/KSI/39/9992/2016-17 |
Dowload |
|
|
5 |
Nyaribari Chache |
D223J1 Birongo - Chirichiro |
Open |
KeRRA/011/KSI/39/993/2016-17 |
|
|
6 |
D223J1 Mobamba - Nyabisabo |
YWPD |
KeRRA/011/KSI/39/994/2016-17 |
MANDATORY Pre-bid site shall be held as indicated in the schedule above starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.
KeRRA is ISO 9001:2008 CERTIFIED
Opening Up Rural Kenya Page 1 of 2 PRE-TENDER SITE VISIT SCHEDULE
|
No. |
CONSTITUENCY |
PRE-TENDER |
ASSEMBLE |
TIME |
Download |
|
1. |
South Mugirango |
20/02/2018 |
Nyamarambe CDF Office |
10.00am |
Dowload |
|
2. |
Bonchari |
19/02/2018 |
Suneka KeNHA Office |
10.00am |
Dowload |
|
3 |
Nyaribari Chache |
21/02/2018 |
Regional Office |
10.00am |
Dowload |
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 13th February, 2018. Interested pre-qualified (FY2016/17) and eligible tenderers may obtain complete tender Documents from the regional office at KeRRA Kisii as from 13th February, 2018 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;
|
Branch Name |
: - Moi Avenue, Nairobi |
|
Account No. |
: - 1114343196 |
|
Account Name |
:- KeRRA A-1-A |
|
Transacted by |
: R24..... (Firm name) |
The Tenderer shall prepare one original and one copy of the Tender Documents as described in the Instructions to Tenderers.
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before Tuesday 27th February, 2018 at 11.00am. Thereafter, opening of the bids will take place at the same venue starting from 11:15am. Regional Manager (Kisii),
Kenya Rural Roads Authority, P O Box 1084-00100, KISII.
Regional Manager,
KISII REGION
KENYA RURAL ROADS AUTHORITY
KeRRA is ISO 9001:2008 CERTIFIED
DATE: 09th February, 2018
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS TO BE FUNDED UNDER THE GoK DEVELOPMENT VOTE FOR FINANCIAL YEAR 2016/17.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the Development Vote:
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
Download |
|
1 |
South Mugirango |
U_G65630 Riosiri-Mosache |
YWPD |
KeRRA/011/KSI/39/9995/2016-17 |
|
|
2 |
U_G65603 Nyandiwa - Omogwa - Nyamarambe |
YWPD - Disability |
KeRRA/011/KSI/39/9996/2016-17 |
||
|
3 |
U_G65626 Gotichaki Pri – Tambatito - Mosache |
YWPD |
KeRRA/011/KSI/39/9997/2016-17 |
||
|
4 |
U_G65629 Nyasore - Riosiri Market |
YWPD |
KeRRA/011/KSI/39/9998/2016-17 |
||
|
5 |
E203 Etago – Ekona - Nyamaiya |
YWPD |
KeRRA/011/KSI/39/9999/2016-17 |
Notice |
|
|
6 |
R25-Gucha Ekona – Maroo - Suguta |
Open |
KeRRA/011/KSI/39/99990/2016-17 |
||
|
7 |
Cameroon – Kiorina Capital |
Open |
KeRRA/011/KSI/39/99991/2016-17 |
||
|
8 |
Bobasi |
D223J1 Nyacheki - Kiamokama |
Open |
KeRRA/011/KSI/39/9994/2016-17 |
KeRRA is ISO 9001:2008 CERTIFIED
Opening Up Rural Kenya Page 1 of 2 MANDATORY Pre-bid site shall be held as indicated in the schedule above starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.
PRE-TENDER SITE VISIT SCHEDULE
|
No. |
CONSTITUENCY |
PRE-TENDER |
ASSEMBLE |
TIME |
Download |
|
1. |
South Mugirango |
20/02/2018 |
Nyamarambe CDF Office |
10.00AM |
Dowload Notice |
|
2. |
Bobasi |
21/02/2018 |
Ogembo KeRRA Office |
10.00AM |
Dowload Notice |
Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 13th February, 2018. Interested pre-qualified and eligible tenderers may obtain complete tender Documents from the regional office at KeRRA Kisii as from 13th February, 2018 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;
|
Branch Name |
: - Moi Avenue, Nairobi |
|
Account No. |
: - 1114343196 |
|
Account Name |
:- KeRRA A-1-A |
|
Transacted by |
: R24..... (Firm name) |
The Tenderer shall prepare one original and one copy of the Tender Documents as described in the Instructions to Tenderers.
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before Tuesday 27th February, 2018 at 11.00am. Thereafter, opening of the bids will take place at the same venue starting from 11:15am. Regional Manager (Kisii),
Kenya Rural Roads Authority, P O Box 1084-00100, KISII.
Regional Manager,
KISII REGION
KENYA RURAL ROADS AUTHORITY
KeRRA is ISO 9001:2008 CERTIFIED
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER NOTICE
DATE:21st February,2019
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 10% RMLF FOR THE FINANCIAL YEAR 2018/19.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 10% RMLF.
|
S/No |
CONSTITUENCY |
ROAD CODE &NAME |
RESERVATIONS |
TENDER No. |
|
1 |
Nyaribari chache |
U_G65083 Keumbu-Riondonga-Nyanturago |
10% Open |
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GOK DEVELOPMENT FUND FOR THE FINANCIAL YEAR 2017/18.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Fund
|
S/No |
CONSTITUENCY |
ROAD CODE &NAME |
RESERVATIONS |
TENDER No. |
|
1 |
Bomachoge Borabu |
G65438 Kerongo SDA – Metembe-Samba |
Youth |
|
|
2 |
G65493 Eberege-Mokubo-Nyabiosi-Botaranda |
Open |
||
|
3 |
G65420 Nyamecheo Boarding-Maiga-Nyangeti-Tongeri |
Open |
||
|
4 |
G65422 Riokindo-Kenyenya-Riaasa Tea Buying |
Open |
||
|
5 |
G65490 Nyagancha-Omogumo |
Women |
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 22% AND 10% RMLF FOR THE FINANCIAL YEAR 2018/19.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 22% & 10% RMLF.
|
S/No |
CONSTITUENCY |
ROAD CODE &NAME |
RESERVATIONS |
TENDER No. |
|
1 |
Bomachoge Borabu |
F6172 Getumo-Omobera |
22% Open |
|
|
2 |
C884 Geteni-Magenche |
22% Open |
||
|
3 |
E1041 Magenche-Kiango |
22% Youth |
||
|
4 |
G65410 Nyabiore-Transmara Border |
22% PWD |
||
|
5 |
E6270 Etono-Randani-Kiango |
22% Open |
||
|
6 |
G65423 Riokindo-Maroba |
22% Open |
||
|
7 |
E6265 Rianyanchabera-Riyabu-Tongeri |
10% Open |
||
|
8 |
Bonchari |
URA12 Nyabieyo-Airstrip Plaza |
22% Open |
|
|
9 |
D1914 Nyakeogiro-Ekerorano-Kiambiri-Sugunana |
22% Open |
||
|
10 |
E6211 Nyamaonde-Metaburo-Motonto-Bonyaoro-Motonto |
22% Open |
||
|
11 |
G61384 Nyamaiya-Kerina |
22% Open |
||
|
12 |
G65018 Mwata-Mugoiri-Nyatoima |
22% Women |
||
|
13 |
F6150 Gesero-Nyamerako-Gesonso |
22% Open |
||
|
14 |
G65572 Bogiakumu- Nyauno-Ekerore |
22% PWD |
||
|
15 |
E873 Mwata-Nyameuru-Nyasagati-Kerina |
10% Open |
||
|
16 |
Kitutu Chache South |
R65 Mogusii-Ititi |
22% Open |
|
|
17 |
E6218 Riverside-Gesieka |
22% Open |
||
|
18 |
E6219 Ruga-Gesieka |
22% Open |
||
|
19 |
E6226 Nyamataro-Iranda |
22% Youth |
||
|
20 |
G64986 Matieko-Ruga |
22% PWD |
||
|
21 |
G64987 Mosocho-Matieko |
22% Open |
||
|
22 |
G64968 Nyabururu-Rianyamari TBC |
22% Open |
||
|
23 |
G64978 Gombe-Keore-Nyabururu |
22% Open |
||
|
24 |
E6231 Motemomwamu-Moneke-Mutiple Culvert |
10% Women |
||
|
25 |
Kitutu Chache North |
C897 Kegogi-Marani |
22% Open |
|
|
26 |
E1066 Tinga-Bobaracho |
22% Open |
||
|
27 |
E6219 Nyakome-Gesieka |
22% PWD |
||
|
28 |
G64923 Nyakeyo-Sawosawo Bridge-Owalo |
22% Open |
||
|
29 |
E6183 Gesieka-Kiomoncha |
22% Youth |
||
|
30 |
C892 Ngenyi-Charachani |
10% Women |
||
|
31 |
Nyaribari Chache |
C894 Birongo-Chirochiro |
22% Open |
|
|
32 |
C891 Kegati-Nyabisabo |
22% Open |
||
|
33 |
C893 Riobara-Keumbu |
22% Youth |
||
|
34 |
C891 Kegati-Kayati |
22% Open |
||
|
35 |
E6232 Keumbu-Chindwani |
22% Open |
||
|
36 |
G65060 Keumbu-Riariga |
22% Open |
||
|
37 |
C891 Kiemenyinga-Nyabisabo |
22% PWD |
||
|
38 |
E6207 Amariba-Nyambunde |
10% Open |
||
|
39 |
F6147 Kiogoro-Nyaguta |
22% Open |
||
|
40 |
Nyaribari Masaba |
C740 Nyanturago-Njipship |
22% Youth |
|
|
41 |
C741 Kilgoris-Kiomiti |
22% Open |
||
|
42 |
C891 Gesusu-Kiemenyinga |
22% PWD |
||
|
43 |
E6234 Keroka-Ibacho |
22% Open |
||
|
44 |
E6237 Masimba-Ibacho |
22% Open |
||
|
45 |
F6144 Masimba-Metembe |
22% Open |
||
|
46 |
G65131 Taracha-Ibacho |
22% Women |
||
|
47 |
C896 Borangi-Friends |
10% Open |
||
|
48 |
Bomachoge Chache |
D1950 Mogambi-Sengera |
22% Open |
|
|
49 |
F6173 Sofaset- Egetuki-Matongo |
22% Open |
||
|
50 |
G65449 Omosasa-Getuki-Riakimai |
22% Open |
||
|
51 |
G65508 Tendere-Eburi-Nyamasege |
22% Open |
||
|
52 |
G65531 Sameta Junction-Egetuki |
22% Youth |
||
|
53 |
URP18 Buyonge-Nyagenke |
10% Youth |
||
|
54 |
Bobasi |
C893 Igembe-Riobara |
22% Women |
|
|
55 |
R36 Igare-Borangi |
22% Open |
||
|
56 |
D1953 Mogonga-Emenwa |
22% Open |
||
|
57 |
D1957 Nyansongo-Gitenyi |
22% PWD |
||
|
58 |
D1959 Ogembo-Igare |
22% Open |
||
|
59 |
E6263 Mogonga-Nyamache |
22% Women |
||
|
60 |
R32 Sameta-Igare |
22% Open |
||
|
61 |
G65556 Motonto-Nyakegogi |
22% Open |
||
|
62 |
G65371 Borangi-Mochengo |
10% Open |
||
|
63 |
South Mugirango |
C861 Nyakeyo-Nyamasege |
22% Youth |
|
|
64 |
R20 Nduru-Matangamano-Ikoba |
22% Open |
||
|
65 |
C884 Maroo-Nyamaiya |
22% Open |
||
|
66 |
D1955 Ekona-Mogenda |
22% Open |
||
|
67 |
E866 Nyabera-Nyansembe |
22% PWD |
||
|
68 |
C884 Nyamaiya-Geteni |
10% Open |
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 10% CS ALLOCATION FOR THE FINANCIAL YEAR 2018/19.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 10% CS
|
S/No |
CONSTITUENCY |
ROAD CODE &NAME |
RESERVATIONS |
TENDER No. |
|
1 |
Bomachoge Borabu |
F6172 Getumo-Omobera |
10% CS |
|
|
2 |
Nyaribari Chache |
E6207 Nyanderema-Nyankwana |
10% CS |
|
|
3 |
G65022 Nyataro-Nyanguru |
10% CS |
||
|
4 |
G65023 Otamba-Kiogoro-Bokebo |
10% CS Women |
||
|
5 |
Nyaribari Masaba |
C740 Nyanturago-Ikorongo |
10% CS |
|
|
6 |
G65090 Rianyoka-Giesembe |
10% CS |
||
|
7 |
Kitutu Chache North |
C892 Kegogi-Marani |
10% CS |
|
|
8 |
G64903 Nyamokenye-Nyansakia-Marani-Ititi |
10% CS |
TENDER NOTICE - Download here!
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
DOCUMENT |
|
1 |
South Mugirango |
E207 Nyakeyo-Ekona Yonduka (A) |
Open |
KeRRA/011/KSI/39/9990/2017-18 |
|
|
2 |
E207 Nyakeyo-Ekona Yonduka-Nyamasege (B) |
Open |
KeRRA/011/KSI/39/9991/2017-18 |
||
|
3. |
|
R63-Kisii Nyamira-Nyangoso-Nyaramba |
Open |
KeRRA/011/KSI/39/9993/2017-18 |
|
|
4. |
U_G65016 Ekiendege-Airstrip -Nyamisaro |
Open |
KeRRA/011/KSI/39/9992/2017-18 |
TENDER NOTICE - Downlod here
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
DOCUMENT |
|
1 |
Nyaribari Chache |
T1105-Gucha Amariba-Nyambunde |
22% Open |
KeRRA/011/KSI/39/49/2017-18 |
|
|
2 |
URA8-Kisii Birongo-Nyankororo |
10% Open |
KeRRA/011/KSI/39/53/2017-18 |
||
|
3 |
U_G65049 Boruma-Birongo |
22% Y/W |
KeRRA/011/KSI/39/52/2017-18 |
||
|
4 |
D223J1 Birongo-Chirichiro |
22% Open |
KeRRA/011/KSI/39/51/2017-18 |
||
|
5 |
E1142X Ekenyoru-Nyamemiso |
22% Y/W |
KeRRA/011/KSI/39/50/2017-18 |
||
|
6 |
E1056 Kegati-Kayati |
22% Disability |
KeRRA/011/KSI/39/47/2017-18 |
||
|
7 |
R82-Kisii Kegati-Nyabisabo |
22% Open |
KeRRA/011/KSI/39/45/2017-18 |
||
|
8 |
R80-Gucha Otamba-Kiogoro |
10% Open |
KeRRA/011/KSI/39/55/2017-18 |
||
|
9 |
D207 Riobara-Keumbu |
10% Disability |
KeRRA/011/KSI/39/56/2017-18 |
MANDAT
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: : 0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.3/010 Date: 1st February, 2023
INVITATION TO TENDER 10% RMLF FUNDING
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 10% RMLF Allocation Financial Year 2022-2023
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME & CODE |
CATEGORY |
|
|
1 |
109 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-109 |
Rianyanchabera-Riyabu- Tongeri (E6265) |
PWD |
download |
|
2 |
110 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-110 |
Getumo-Omobera- (F6172) |
Prequalified |
download |
|
3 |
111 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-111 |
Riamuma-Maiga-Nyamecheo Bording (E6266) |
Prequalified |
download |
|
4 |
112 |
KeRRA/08/24/KSI/39/BB/2-46-2022/2023-112 |
Eberege-Botaranda- (G65492) |
Prequalified |
download |
|
5 |
113 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-113 |
Rural –Kirwanda-Nyabieyo-Ombek (G65538) |
Prequalified |
download |
|
6 |
114 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-114 |
Kiamori-Ekerore- (G64992) |
Prequalified |
download |
|
7 |
115 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-115 |
Nyagwekoa-Ekebuse -(G64998) |
PWD |
download |
|
8 |
116 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-116 |
Luthe Dongo-Nyamatuta- (G61003) |
Women |
download |
|
9 |
117 |
KeRRA/08/24/KSI/39/BON/2-46-2022/2023-117 |
Nyamira Junction-Genga- St. Franciscan-Suku-Nyamira (G65019) |
Prequalified |
download |
|
10 |
118 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-118 |
Riabineri-Oroboti-Nyakeogiro- (D1914) |
Prequalified |
download |
|
11 |
119 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-119 |
Nyambera-Nyankongo – (E1929) |
Youth |
download |
|
12 |
120 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-120 |
Mogumo-Raganga- (G65002) |
Women |
download |
|
13 |
121 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-121 |
Moneke-Riamichieka-Nyatieko – (D6055) |
Prequalified |
download |
|
14 |
122 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-122 |
Nyakoe-Matongo- (G64978) |
Prequalified |
download |
|
15 |
123 |
KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-123 |
Jogoo-Kisii Bottlers-Getare Stage Miwa – (K2-KISII) |
Prequalified |
download |
|
16 |
124 |
KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-124 |
Motonto PAG Sch-Kenyoro-Nyakeyo –(G64884) |
Prequalified |
download |
|
17 |
125 |
KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-125 |
Ngenyi-Charachani (C892) |
Women |
download |
|
18 |
126 |
KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-126 |
Marani-Kegogi (C897) |
Prequalified |
download |
|
19 |
127 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-127 |
Kegati-Kayati –(C891) |
Youth |
download |
|
20 |
128 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-128 |
Kiemenyinga-Nyabisabo- (C891) |
Prequalified |
download |
|
21 |
129 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-129 |
Riobara-Keumbu- (C893) |
Youth |
download |
|
22 |
130 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-130 |
Menyinkwa-Masongo – (D1963) |
Prequalified |
download |
|
23 |
131 |
KeRRA/08/24/KSI/39/NC/2-46-2022/2023-131 |
Chirichiro-Birongo – (C894) |
Prequalified |
download |
|
24 |
132 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-132 |
Sengera-Kiagware (R21) |
Prequalified |
download |
|
25 |
133 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-133 |
Gesusu-Nyabisabo (C891) |
PWD |
download |
|
26 |
134 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-134 |
Chironge-Moremani (C894) |
Women |
download |
|
27 |
135 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-135 |
Moremani-Chirichiro- (C894) |
Prequalified |
download |
|
28 |
136 |
KeRRA/08/24/KSI/39/NM/2-46-2022/2023-136 |
Ibacho-Masimba-( E6237) |
Prequalified |
download |
|
29 |
137 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-137 |
Kineni-Nyamasege –( G65509) |
Women |
download |
|
30 |
138 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-138 |
Sofaset-Egetuki – (G65537) |
Youth |
download |
|
31 |
139 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-139 |
Omosasa-Getuki-Matagaro – (G65549) |
Prequalified |
download |
|
32 |
140 |
KeRRA/08/24/KSI/39/BC/2-46-2022/2023-140 |
Mbaka Corner-Muma-Machengo – (G65624) |
Prequalified |
download |
|
33 |
141 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-141 |
Igembe-Riobara (C893) |
Women |
download |
|
34 |
142 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-142 |
Nyamache-Bigogo-Nyacheki – (C894) |
Youth |
download |
|
35 |
143 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-143 |
Friends-Nyacheki – (C896) |
Women |
download |
|
36 |
144 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-144 |
Itumbe-Igare- (D206) |
Prequalified |
download |
|
37 |
145 |
KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-145 |
Igare-Mogonga – (E6261) |
Prequalified |
download |
|
38 |
147 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-147 |
Ochotororo-Nyamaiya – (R25) |
Prequalified |
download |
|
39 |
148 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-148 |
Etago-Mogenda-Geteni-Nyamondo – (D1955) |
Prequalified |
download |
|
40 |
149 |
KeRRA/08/24/KSI/39/SM/2-46-2022/2023-149 |
Nyandiwa-Mote-Onkoba- (F6161) |
Youth |
download |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified current trading license.
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f, g, and h)
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 22% RMLF bids for FY 2022/2023 may apply but will not be considered.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 10th February, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Tender Notice Here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/010 Date: 8th November, 2021
INVITATION TO TENDER.
10% RMLF
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 10% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
077 |
KeRRA/011/KSI/39/077/2021-2022 |
Itibo-Ekerubo |
Prequalified |
|
2 |
078 |
KeRRA/011/KSI/39/078/2021-2022 |
Riana-Kasarani Eclub-Kiendege |
Prequalified |
|
3 |
079 |
KeRRA/011/KSI/39/079/2021-2022 |
Nyamira Junction-Genga-St. Franciscan-Suku-Nyamira |
Youth |
|
4 |
080 |
KeRRA/011/KSI/39/081/2021-2022 |
Oria-Ogonga-Nyansembe |
PWD |
|
5 |
082 |
KeRRA/011/KSI/39/082/2021-2022 |
Nyakeyo-Nyamasege |
Prequalified |
|
6 |
083 |
KeRRA/011/KSI/39/083/2021-2022 |
Etago-Mogenda-Geteni |
Prequalified |
|
7 |
084 |
KeRRA/011/KSI/39/084/2021-2022 |
Rianyanchabera-Riyabu-Tongeri |
Prequalified |
|
8 |
085 |
KeRRA/011/KSI/39/085/2021-2022 |
Getumo-Omobera |
Women |
|
9 |
086 |
KeRRA/011/KSI/39/086/2021-2022 |
Eberege-Botaranda |
Prequalified |
|
10 |
087 |
KeRRA/011/KSI/39/087/2021-2022 |
Igembe-Riobara |
Youth |
|
11 |
088 |
KeRRA/011/KSI/39/088/2021-2022 |
Iranya-Nyamache |
Prequalified |
|
12 |
089 |
KeRRA/011/KSI/39/089/2021-2022 |
Igare-Mogonga |
Women |
|
13 |
090 |
KeRRA/011/KSI/39/090/2021-2022 |
Itumbe-Igare |
Prequalified |
|
14 |
091 |
KeRRA/011/KSI/39/091/2021-2022 |
Sofaset -Egetuki |
PWD |
|
15 |
092 |
KeRRA/011/KSI/39/092/2021-2022 |
Mbaka Corner-Muma-Machongo |
Women |
|
16 |
093 |
KeRRA/011/KSI/39/093/2021-2022 |
Nyamoranga-Gakero-Nyamboga |
Prequalified |
|
17 |
094 |
KeRRA/011/KSI/39/094/2021-2022 |
Chironge-Mobamba |
Prequalified |
|
18 |
095 |
KeRRA/011/KSI/39/095/2021-2022 |
Mobamba-Chirichiro |
Prequalified |
|
19 |
096 |
KeRRA/011/KSI/39/096/2021-2022 |
Ibacho-Masimba |
Youth |
|
20 |
097 |
KeRRA/011/KSI/39/097/2021-2022 |
Kegati-Kayati |
Prequalified |
|
21 |
098 |
KeRRA/011/KSI/39/098/2021-2022 |
Kiemenyinga-Nyabisabo |
Women |
|
22 |
099 |
KeRRA/011/KSI/39/099/2021-2022 |
Keumbu-Riobara |
PWD |
|
23 |
100 |
KeRRA/011/KSI/39/100/2021-2022 |
Chirichiro-Birongo |
Prequalified |
|
24 |
101 |
KeRRA/011/KSI/39/101/2021-2022 |
Geturi-Nyakeyo |
Prequalified |
|
25 |
102 |
KeRRA/011/KSI/39/102/2021-2022 |
Ngenyi-Charachani |
PWD |
|
26 |
103 |
KeRRA/011/KSI/39/103/2021-2022 |
Gesarara-Multiple Culverts |
Youth |
|
27 |
104 |
KeRRA/011/KSI/39/104/2021-2022 |
Rianyamari TBC-Nyamataro |
Women |
|
28 |
105 |
KeRRA/011/KSI/39/105/2021-2022 |
Kioge-Matongo (Bigogo-Nyakoe) |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
INVITATION TO TENDER.
22% RMLF FOR BOBASI
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from prequalified contractors for financial year 2019/21 in the Region for the Procurement of below stated Roads funded under 22% RMLF Allocation for Bobasi Financial Year 2020-2021
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
061 |
Mogonga-Emenwa |
Prequalified |
|
|
2 |
062 |
Nyansongo-Gitenya |
Prequalified |
|
|
3 |
063 |
Ogembo-Riakemoni |
Prequalified |
|
|
4 |
064 |
Rise-Nyambunde |
Prequalified |
|
|
5 |
065 |
Mogonga-Nyamache |
Youth |
|
|
6 |
066 |
Sameta-Igare |
Women |
|
|
7 |
067 |
Rionyoni-Majimazuri-Nyacheki |
Prequalified |
|
|
8 |
068 |
Motonto-Nyakegogi |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquaters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Valid copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Valid for the last 12 Months)
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site
visit, bidders are advised to make their own personal arrangements to familiarize themselves with the
site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- For people leaving with disability shall additionally attach a certified copy of National Council of Persons leaving with disabilities.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 19th February 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Senior Supply Chain Management Officer
FOR: REGIONAL DEPUTY DIRECTOR
INVITATION TO TENDER.
22% RMLF FOR BOMACHOGE BORABU
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from prequalified contractors for financial year 2019/21 in the Region for the Procurement of below stated Roads funded under 22% RMLF Allocation for Bomachoge Borabu Financial Year 2020-2021
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
001 |
Nyamecheo Bording - Tongari |
Prequalified |
|
|
2 |
002 |
Getumo - Omobera |
Prequalified |
|
|
3 |
003 |
Kerongo SDA - Samba |
Woman |
|
|
4 |
004 |
Magena - Ritembu |
PWD |
|
|
5 |
005 |
Bendera-Transmara Boder |
Youth |
|
|
6 |
006 |
Gateni-Ekona ya Ngare |
Prequalified |
|
|
7 |
007 |
Riokindo-Maroba |
Prequalified |
|
|
8 |
008 |
Etono-Randani-Kiango |
Prequalified |
|
|
9 |
009 |
Eberege-Botaranda |
Prequalified |
|
|
10 |
010 |
Mokubo-Etago |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquaters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Valid copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Valid for the last 12 Months)
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site
visit, bidders are advised to make their own personal arrangements to familiarize themselves with the
site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- For people leaving with disability shall additionally attach a certified copy of National Council of Persons leaving with disabilities.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 18th February 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Senior Supply Chain Management Officer
FOR: REGIONAL DEPUTY DIRECTOR
INVITATION TO TENDER.
22% RMLF FOR BONCHARI
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from prequalified contractors for financial year 2019/21 in the Region for the Procurement of below stated Roads funded under 22% RMLF Allocation for Bonchari Financial Year 2020-2021
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
011 |
Itibo - Nyangiti |
Prequalified |
|
|
2 |
012 |
Matongo – Igonga – Raganga |
Prequalified |
|
|
3 |
013 |
Geseso – Nyamerako |
Woman |
|
|
4 |
014 |
Botoro-Itibo-Nyangoge |
Youth |
|
|
5 |
015 |
Kerina-Nyamaiya |
Prequalified |
|
|
6 |
016 |
Rural – Kirwanda |
Prequalified |
|
|
7 |
017 |
Riamontinga-Nyotoima |
Prequalified |
|
|
8 |
018 |
Welcome-Sewerage |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquaters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Valid copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Valid for the last 12 Months)
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site
visit, bidders are advised to make their own personal arrangements to familiarize themselves with the
site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- For people leaving with disability shall additionally attach a certified copy of National Council of Persons leaving with disabilities.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DEPUTY DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 18th February 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Senior Supply Chain Management Officer
FOR: REGIONAL DEPUTY DIRECTOR
Download Tender Notice here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/004 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR BOBASI CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
028 |
KeRRA/011/KSI/39/028/2021-2022 |
Mogonga-Emenwa |
Prequalified |
|
2 |
029 |
KeRRA/011/KSI/39/029/2021-2022 |
Nyansongo-Gitenyi |
Prequalified |
|
3 |
030 |
KeRRA/011/KSI/39/030/2021-2022 |
Rise-Nyambunde |
Women |
|
4 |
031 |
KeRRA/011/KSI/39/031/2021-2022 |
Mogonga-Nyamache |
PWD |
|
5 |
032 |
KeRRA/011/KSI/39/032/2021-2022 |
Borangi-Mochongo-Nyacheki |
Prequalified |
|
6 |
033 |
KeRRA/011/KSI/39/033/2021-2022 |
Igare-Borangi |
Youth |
|
7 |
034 |
KeRRA/011/KSI/39/034/2021-2022 |
Nyamache-Bigogo-Riokibeni |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Tender Notice Here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/003 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR BOMACHOGE BORABU CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
018 |
KeRRA/011/KSI/39/018/2021-2022 |
Etago-Magenche |
Women |
|
2 |
019 |
KeRRA/011/KSI/39/019/2021-2022 |
Mariwa-Nyamaiya-Geteni-Ekona ya Ngare (Magenche-Kiango) |
Prequalified |
|
3 |
020 |
KeRRA/011/KSI/39/020/2021-2022 |
Nyangusu-Riankuru |
Prequalified |
|
4 |
021 |
KeRRA/011/KSI/39/021/2021-2022 |
Magena-Ritembu |
Prequalified |
|
5 |
022 |
KeRRA/011/KSI/39/022/2021-2022 |
Riokindo-Geteni |
Youth |
|
6 |
023 |
KeRRA/011/KSI/39/023/2021-2022 |
Nyamecheo Boarding-Tongeri |
PWD |
|
7 |
024 |
KeRRA/011/KSI/39/024/2021-2022 |
Riokindo-Maroba |
Prequalified |
|
8 |
025 |
KeRRA/011/KSI/39/025/2021-2022 |
Etono-Randani-kiango |
Prequalified |
|
9 |
026 |
KeRRA/011/KSI/39/026/2021-2022 |
Mokubo-Etago |
Prequalified |
|
10 |
027 |
KeRRA/011/KSI/39/027/2021-2022 |
Omobera-Metembe |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Tender Notice Here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/005 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR BOMACHOGE CHACHE CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
035 |
KeRRA/011/KSI/39/035/2021-2022 |
Nyansara-Eburi-Nyamasege |
Prequalified |
|
2 |
037 |
KeRRA/011/KSI/39/037/2021-2022 |
Sameta Junction-Egetuki |
Prequalified |
|
3 |
038 |
KeRRA/011/KSI/39/038/2021-2022 |
Sani-Tunta-Itabago |
Prequalified |
|
4 |
039 |
KeRRA/011/KSI/39/039/2021-2022 |
Nyamiobo-Riotonyi |
Youth |
|
5 |
040 |
KeRRA/011/KSI/39/040/2021-2022 |
Buyonge-Nyagenke |
Prequalified |
|
6 |
041 |
KeRRA/011/KSI/39/041/2021-2022 |
Tendere Junction-Enamba-Omosocho |
Women |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Downlaod Tender Notice Here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/001 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR BONCHARI CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
001 |
KeRRA/011/KSI/39/001/2021-2022 |
Matongo-Igonga-Raganga |
Prequalified |
|
2 |
002 |
KeRRA/011/KSI/39/002/2021-2022 |
Gesero-Nyamerako-Gesonso |
Prequalified |
|
3 |
003 |
KeRRA/011/KSI/39/003/2021-2022 |
Kerina-Nyasagati-Kemora-Nyameuru-Mwata |
Prequalified |
|
4 |
004 |
KeRRA/011/KSI/39/004/2021-2022 |
Itiero-Riamoncha-Oroche-Sewage |
Women |
|
5 |
005 |
KeRRA/011/KSI/39/005/2021-2022 |
Bogiakumu-Omatayo-Nyauno-Ekerore |
Women |
|
6 |
006 |
KeRRA/011/KSI/39/006/2021-2022 |
Nyagwekoa-Plaza-Airstrip |
Youth |
|
7 |
007 |
KeRRA/011/KSI/39/007/2021-2022 |
Kerina-Kiorori-Bonyancha-Etureti-Gesero |
Prequalified |
|
8 |
008 |
KeRRA/011/KSI/39/008/2021-2022 |
Gesero-Sigisi-Sae Kona Mbaya |
Prequalified |
|
9 |
009 |
KeRRA/011/KSI/39/009/2021-2022 |
Matagaro-Riotwori |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Here Tender Notice
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/009 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR KITUTU CHACHE SOUTH
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
069 |
KeRRA/011/KSI/39/069/2021-2022 |
Riverside-Gesieka |
Prequalified |
|
2 |
070 |
KeRRA/011/KSI/39/070/2021-2022 |
Raganga-Mosocho |
PWD |
|
3 |
071 |
KeRRA/011/KSI/39/071/2021-2022 |
Nyatieko-Nyakoe |
Prequalified |
|
4 |
072 |
KeRRA/011/KSI/39/072/2021-2022 |
Nyamataro-Iranda |
Youth |
|
5 |
073 |
KeRRA/011/KSI/39/073/2021-2022 |
Nyamboga-Getwanyansi-Nyatieko |
Women |
|
6 |
074 |
KeRRA/011/KSI/39/074/2021-2022 |
Nyabururu-Keore |
Prequalified |
|
7 |
075 |
KeRRA/011/KSI/39/075/2021-2022 |
Matieko-Roga |
Prequalified |
|
8 |
076 |
KeRRA/011/KSI/39/076/2021-2022 |
Jokevilla-Riogaro-Getare-B |
Prequalified |
|
9 |
081 |
KeRRA/011/KSI/39/081/2021-2022 |
Nyatieko-Getare |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Tender Notice Here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/002 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR SOUTH MUGIRANGO
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
010 |
KeRRA/011/KSI/39/010/2021-2022 |
Kiagware-Openda |
Women |
|
2 |
011 |
KeRRA/011/KSI/39/011/2021-2022 |
Suguta-Nyamaiya |
Prequalified |
|
3 |
012 |
KeRRA/011/KSI/39/012/2021-2022 |
Nyabera-Mochengo ( Mochengo-Suguta) |
Prequalified |
|
4 |
013 |
KeRRA/011/KSI/39/013/2021-2022 |
Moticho-Suguta-Maroo-Nyabotonkono |
Prequalified |
|
5 |
014 |
KeRRA/011/KSI/39/014/2021-2022 |
Eberege-Kebabe-Mogenda |
Prequalified |
|
6 |
015 |
KeRRA/011/KSI/39/015/2021-2022 |
Etago-Suguta |
PWD |
|
7 |
016 |
KeRRA/011/KSI/39/016/2021-2022 |
Ekona-Nyamaiya |
Youth |
|
8 |
017 |
KeRRA/011/KSI/39/017/2021-2022 |
Nyamarambe—Nyamasegete-Bonyancha (Riembe-Igare Primary School) |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Tender Notice here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/007 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR NYARIBARI CHACHE
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
052 |
KeRRA/011/KSI/39/051/2021-2022 |
Amariba-Nyambunde |
Prequalified |
|
2 |
052 |
KeRRA/011/KSI/39/052/2021-2022 |
Ekenyoru-Nyamemiso |
Prequalified |
|
3 |
053 |
KeRRA/011/KSI/39/053/2021-2022 |
Keumbu-Chindwani |
Prequalified |
|
4 |
054 |
KeRRA/011/KSI/39/054/2021-2022 |
Keumbu-Riondong’a-Nyanturago |
Prequalified |
|
5 |
055 |
KeRRA/011/KSI/39/055/2021-2022 |
Chirichiro-Nyanturago |
Prequalified |
|
6 |
056 |
KeRRA/011/KSI/39/056/2021-2022 |
Nyabiuto-Nyaguta-Rigena |
Youth |
|
7 |
057 |
KeRRA/011/KSI/39/057/2021-2022 |
Kiogoro-Nyanko |
Prequalified |
|
8 |
058 |
KeRRA/011/KSI/39/058/2021-2022 |
Kiogoro-Boronyi |
PWD |
|
9 |
059 |
KeRRA/011/KSI/39/059/2021-2022 |
Birongo-Boruma |
Prequalified |
|
10 |
060 |
KeRRA/011/KSI/39/060/2021-2022 |
Birongo-Nyanturabo-Nyankororo |
Women |
|
11 |
061 |
KeRRA/011/KSI/39/061/2021-2022 |
Nyabiosi-Riamacharia |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Tender Notice Here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/006 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR NYARIBARI MASABA CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
036 |
KeRRA/011/KSI/39/036/2021-2022 |
Ibacho-Taracha |
Prequalified |
|
2 |
042 |
KeRRA/011/KSI/39/042/2021-2022 |
Nyanturago-Matibo |
Youth |
|
3 |
043 |
KeRRA/011/KSI/39/044/2021-2022 |
Matibo-Njipship |
Prequalified |
|
4 |
044 |
KeRRA/011/KSI/39/044/2021-2022 |
Kilgoris-Kiomiti (Geteri-Kiomiti) |
Prequalified |
|
5 |
045 |
KeRRA/011/KSI/39/045/2021-2022 |
Gesusu-Geteri |
PWD |
|
6 |
046 |
KeRRA/011/KSI/39/046/2021-2022 |
Gesusus-Nyabisabo (Kiemenyinga) |
Prequalified |
|
7 |
047 |
KeRRA/011/KSI/39/047/2021-2022 |
Keroka-Ibacho |
Prequalified |
|
8 |
048 |
KeRRA/011/KSI/39/048/2021-2022 |
Masimba-Matembe |
Women |
|
9 |
049 |
KeRRA/011/KSI/39/049/2021-2022 |
Masimba-Matibo |
Prequalified |
|
10 |
050 |
KeRRA/011/KSI/39/050/2021-2022 |
Masimba-Kerema-Gesusu Hospital |
Prequalified |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
Download Tender Notice Here
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: 020-2710442 Deputy Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O.Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/008 Date: 2nd November, 2021
INVITATION TO TENDER.
22% RMLF FOR KITUTU CHACHE NORTH CONSTITUENCY
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
1 |
062 |
KeRRA/011/KSI/39/062/2021-2022 |
Marani-Kegogi |
Prequalified |
|
2 |
063 |
KeRRA/011/KSI/39/063/2021-2022 |
Bobaracho-Tinga-Itibo-Kimberana |
Prequalified |
|
3 |
064 |
KeRRA/011/KSI/39/064/2021-2022 |
Geseika-Kiomoncha |
Women |
|
4 |
065 |
KeRRA/011/KSI/39/065/2021-2022 |
Nyakome-Gesieka |
Prequalified |
|
5 |
066 |
KeRRA/011/KSI/39/066/2021-2022 |
Kegogi –Mkt-Riragi Tech-Metembe |
Prequalified |
|
6 |
067 |
KeRRA/011/KSI/39/067/2021-2022 |
Kegogi-Nyaigwa CF-Eronge-Ragogo-Gesurura PAG |
Youth |
|
7 |
068 |
KeRRA/011/KSI/39/068/2021-2022 |
Nyakeyo-Owalo Saosao |
PWD |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies National Identity Cards for Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years.
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements(a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well serialized paged by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER NOTICE: ADDENDUM NO.1
DATE: 3rd September, 2020
- Reference is made to the tender Re-advertisement dated 27th August, 2020 for the10% RMLF and 22% RMLF FY 2019/2020, The reservations for the special category have been corrected on the advert as indicated in the uploaded bid document’s cover page
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
EARLIER RESERVATION |
CORRECTED RESERVATIONS |
TENDER No. |
|
1 |
SOUTH MUGIRANGO |
C884 NYAMAIYA-GETENI |
WOMEN |
PREQUALIFIED |
|
|
2 |
D1955 ETAGO - EKONA - MOGENDA - GETEN |
PREQUALIFIED |
YOUTH |
- NOTE The bill of quantities , maps and the budget estimates have been corrected and bidders are advised to download the corrected bid document for below tenders
|
S/No |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
|
1 |
R15 RIOSIRI - MOSACHE - OKAMERI B |
YOUTH |
|
|
2 |
G65507 GETUMBE - RIAMO - MOGAMBI |
PREQUALIFIED |
|
|
3 |
R15 IKOBA - GOTICHAKI - STORES B |
YOUTH |
|
|
3 |
C896 IRANYA-NYAMACHE |
PWD |
- NOTE The following are the budget estimates for the below box culvert roads
|
S/NO |
ROAD NAME |
SECTION/STRUCTURE |
TENDER NUMBER |
RESERVATION |
FUNDING SOURCE |
|
1 |
NYAKOE-NYATIEKO |
NYATIEKO BOX CULVERT |
KeRRA/011/KSI/39/150/NYATIEKO BOX CULVERT/GOK FUNDS/2-46-2019/2020-127 Budget Estimates =7,000,000.00 |
PREQUALIFIED |
GoK DEV. FUND FY 2019/2020 |
|
S/NO |
ROAD NAME |
SECTION/STRUCTURE |
TENDER NUMBER/Revised Tender Document |
RESERVATION |
FUNDING SOURCE |
|
1 |
OFF KEGATI-NYABISABO |
GESINGA BRIDGE |
KeRRA/011/KSI/39/150/GESINGA BRIDGE/GOK FUNDS/2-46-18/19-150 Budget Estimates= 10,000,000.00 |
PREQUALIFIED |
GoK DEV. FUND FY 2018/19 |
|
2 |
SOKORO JUNCTION-RIANGABI PRI.- GETACHO |
NYAKWANA BOX CULVERT |
KeRRA/011/KSI/39/150/NYAKWANA-BOX CULVERT/GOK FUNDS/2-46-18/19-151 Budget Estimates = 10,000,000.00 |
PREQUALIFIED |
GoK DEV.FUND FY 2018/19 |
N/B Bidders are advised to check the corrections on the adverts and bids for the above tenders before submission
The closing/opening dates for the above-affected tenders shall be held on 17th September 2020 at 10:00 am.
All other details remain the same.
Ag. Deputy Director,
KISII REGION
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER NOTICE
DATE: 18th June, 2019
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GOK DEVELOPMENT VOTE FOR THE FINANCIAL YEAR 2018/19.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Vote.
|
S/No |
ROAD CODE &NAME |
RESERVATIONS |
TENDER No. |
|
|
1 |
E1041X Ekona ya Ngare-Kiango |
Youth |
KeRRA/011/KSI/39/95-2-46-18/19 |
Download |
|
2 |
E1041X/ UNCL Nyabitunwa Kiango |
Prequalified |
KeRRA/011/KSI/39/96-2-46-18/19 |
Download |
|
3 |
E202 Riobonyo-Kiango |
Women |
KeRRA/011/KSI/39/98-2-46-18/19 |
Download |
|
4 |
UNCL1002 Rianyanchabera-Riyabu-Tongeri |
Prequalified |
KeRRA/011/KSI/39/99-2-46-18/19 |
Download |
|
5 |
E6219 Gesieka-Ruga |
Women |
KeRRA/011/KSI/39/100-2-46-18/19 |
Download |
|
6 |
C891 Kegati-Nyabisabo |
PWD |
KeRRA/011/KSI/39/93-2-46-18/19 |
Download |
|
7 |
E6237 Ibacho-Masimba |
Prequalified |
KeRRA/011/KSI/39/92-2-46-18/19 |
Download |
|
8 |
F6144 Masimba-Ekona |
Women |
KeRRA/011/KSI/39/94-2-46-18/19 |
Download |
|
9 |
R25 Etago-Nyamaiya |
Prequalified |
KeRRA/011/KSI/39/97-2-46-18/19 |
Download |
MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.
PRE-TENDER SITEVISIT SCHEDULE
|
No. |
TENDER NUMBER |
PRE-TENDER DATE |
ASSEMBLE |
TIME |
|
1 |
KeRRA/011/KSI/39/93-2-46-18/19 |
24/06/2019 |
Regional Office |
10.00AM |
|
2 |
KeRRA/011/KSI/39/92-2-46-18/19 |
CRO Office Masimba |
||
|
3 |
KeRRA/011/KSI/39/94-2-46-18/19 |
|||
|
4 |
KeRRA/011/KSI/39/95-2-46-18/19 |
25/06/2019 |
CDF Office Kenyenya |
|
|
5 |
KeRRA/011/KSI/39/96-2-46-18/19 |
|||
|
6 |
KeRRA/011/KSI/39/98-2-46-18/19 |
|||
|
7 |
KeRRA/011/KSI/39/99-2-46-18/19 |
|||
|
8 |
KeRRA/011/KSI/39/97-2-46-18/19 |
CDF Office Nyamarambe |
||
|
9. |
KeRRA/011/KSI/39/100-2-46-18/19 |
26/06/2019 |
Regional Office |
Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 20th June, 2019 and register with the procurement department to ensure a serial number is allocated to the bid document. Those not able to download may obtain complete tender Documents from the regional office at KeRRAKisii as from 20th June, 2019 during normal working hours upon payment of anon-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;
Branch Name : - Moi Avenue, Nairobi
Account No. : - 1114343196
Account Name : -KeRRAA-1-A
Transacted by : R24..... (Firm name)
The Tenderer shall prepare one original copy of the Tender Documents as described in the Instructions to Tenderers.
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 4th July, 2019, at 10:30 am. Thereafter, opening of the bids will take place at the same venue starting from 10:30am.as below
Notification of outcome to all tenderers will be made on the KeRRA- Kisii Regional Office notice board when the process is over and more information will be availed from the procurement office.
Deputy Director (Kisii),
Kenya Rural Roads Authority,
P O Box 1084-00100,
KISII.
Deputy Director,
KISII REGION
KENYA RURAL ROADS AUTHORITY
|
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
208 |
Bomonyama Pri. School.-Mochengo |
Prequalified |
|
|
210 |
Ekereseni-Bonyancha |
Prequalified |
|
|
211 |
Emenwa-Itumbe-Ikenye |
Youth |
|
|
212 |
Etago-Nyatwoni-Nyangweta |
PWD |
|
|
213 |
Nyansakia-Marani-Ititi-Kiareni-Gesieka |
Women |
|
|
218 |
Kiorina-Mote-Onkoba |
Prequalified |
|
|
219 |
Nusu Rami-Sae Primary School |
PWD |
|
|
220 |
Nyamagwa SDA-Riangabi Pri. School |
Prequalified |
|
|
221 |
Nyamarambe-Esaka-Matangamano-Nyabigena- Ikoba ( Sawo sawo-Kebobora-Esaka) |
Prequalified |
|
|
223 |
Riosiri-Nyansore-Nyabigena |
Prequalified |
|
|
224 |
Nyambera - Nyankongo - Nyanguru - Riamoindi - Gesarara FCS |
Youth |
|
|
225 |
Roga-Gesieka |
Prequalified |
|
|
224 |
Keroka –Birongo-Ibacho-Kiamokama |
Prequalified |
KISII REGION
P O BOX 1084 KISII.
TENDER ADVERTISEMENT
DATE: 8th September, 2020
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER GOK DEVELOPMENT FOR FINANCIAL YEAR 2019/2020.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, and State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GOK Development allocation.
|
S/No |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No./tender document |
|
1 |
G65617 BWOCHWANDO - OMOGWA |
WOMEN |
|
|
2 |
G65601 KIORINA - MOTE ONKOBA |
PREQUALIFIED |
|
|
3 |
G65628 GETARE TBC - EKONA OSOGO |
YOUTH |
|
|
4 |
G65601 MOCHENGO - BOMONYAMA PRI.SCH |
PWD |
|
|
5 |
G65625 RIOSIRI - NYASORE - NYABIGENA |
PREQUALIFIED |
Due to the COVID-19 Pandemic and the Presidential Directives issued, there shall be no Pre-Tender Site visits. However, bidders are encouraged to make personal arrangements with the office to acquaint themselves with the Site before submission of the Bids.
Bidders are shall include the following information and documents with their tenders, unless otherwise stated:
- Certificate of Incorporation by Registrar of Companies.
- Current CR12 Certificate (within 12Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
- Current Single Business permit.
- VAT/PIN Certificate.
- Valid Tax Compliance Certificate.
- Registration with National Construction Authority “NCA 8 and above” and current NCA Practicing licence.
- Similar previous experience (Attach Notification of award & completion certificates) (Refer to Section 3 on Qualification Criteria for Thresholds)
- Equipment holding (Refer to Section 3 on Qualification Criteria for Thresholds) At least two (2) major items of construction equipment owned or leased (within 12Months before date of opening).
- Turnover and liquid assets supported by audited accounts for the last (3) years. (Refer to Section 3 on Qualification Criteria for Thresholds)
- Current Litigation history (Refer to Section 3 on Qualification Criteria for Thresholds)
- Work Methodology SHOULD be specific to the works carried out(Refer to Section 3 on Qualification Criteria for Thresholds)
- Properly and dully filled, signed and stamped confidential Business Questionnaire.
- Fill in All-the schedules provided with this tender document; Attachments serve
to support the schedules.
- Duly and properly filled-in the Form of Bid and Appendix to form of bid
- Priced Bills of Quantities.
- The entire tender document MUST be serialized. Bidders should have their documents paginated to ensure compliance with Sec. 74(1) (i) of the Public Procurement and Asset Disposal Act (PPADA) 2015. This SHOULD be in the format (1, 2, 3, and 4 – up to the last page). Serialization MUST flow and there should be no duplication of page numbers
- For AGPO Tenders the valid Certificate from the National Treasury should be provided and PWD shall show proof of disability by registration with National Council of Persons with Disability.
- Attach a Pre Tender Site Visit Certificate duly endorsed by the Authorised KeRRA Staff.
- Proof of a bank account in bidder’s name. (6 months before the date of opening)
- MUST submit an original and one copy of the bid document
- MUST use the same pen and ink colour in filling the entire tender document.
- All attachments MUST come after the bill of quantities in the tender document.
NOTE; Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 8th September, 2020. Those not able to download may obtain complete tender Documents from the regional office at KeRRAKisii as from 8th September, 2020 during normal working hours upon payment of anon-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;
Branch Name : - Moi Avenue, Nairobi
Account No. : - 1114343196
Account Name : -KeRRAA-1-A
Transacted by : R24..... (Firm name)
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 23rd September, 2020 at 10:00 am. Thereafter, opening of the bids will take place at the same venue immediately.
Deputy Director (Kisii),
Kenya Rural Roads Authority,
P O Box 1084-00100,
Deputy Director,
KISII REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE: ADDENDUM NO.1
DATE: 19th May, 2020
Reference is made to the tender advertisement dated 11th May, 2020 for GOK Development FY 2019/2020 for the road below. The correct bill of quantities for the document has been uploaded and bidders are advised to download the correct bid document.
MATANGAMANO-NYAKEMBENE- .KeRRA/011/39/KSI/SM/GOK/2-46-19/20-101
Note that the closing and opening date for this tender will be on 28th May, 2020.
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER NOTICE
DATE: 11th May, 2020
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER GoK DEVELOPMENT FOR FINANCIAL YEAR 2019/2020.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GOK Development allocation.
|
S/No |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
|
1 |
ITIBO-EGETUKI-IKOBA |
PWD |
KeRRA/011/39/KSI/GOK/2-46-19/20-096 |
|
2 |
GETUMBE-RIAMO-MOGAMBI |
YOUTH |
KeRRA/011/39/KSI/GOK/2-46-19/20-102 |
|
3 |
RIEGETUTU-BC-NYAMECHEO-KWA MAGERE-OGORA-NYABISABO- CENTRAL CHURCH |
PREQUALIFIED |
KeRRA/011/39/KSI/GOK/2-46-19/20-105 |
|
4 |
KERERA-PRY SCH-KWA ONDIEKI-NYAKWANA |
WOMEN |
KeRRA/011/39/KSI/GOK/2-46-19/20-0106 |
|
5 |
IKOBA-GOTICHAKI-STORES |
PREQUALIFIED |
KeRRA/011/39/KSI/GOK/2-46-19/20-097 |
|
6 |
R15 RIOSIRI-MOSACHE-OKAMERI |
PREQUALIFIED |
KeRRA/011/39/KSI/GOK/2-46-19/20-099 |
|
7 |
R17 GUCHA MOTE ONKOBA-NYANDIWA |
PREQUALIFIED |
KeRRA/011/39/KSI/GOK/2-46-19/20-100 |
|
8 |
R16 MATANGAMANO-NYANKEMBENE Revised tender document |
PREQUALIFIED |
KeRRA/011/39/KSI/GOK/2-46-19/20-101 |
|
9 |
G65146 NYAMASIBI-EMEANGARA |
PREQUALIFIED |
KeRRA/011/39/KSI/GOK/2-46-19/20-103 |
|
10 |
G65152 RIOCHUNGO-SANSORA-RIASOE |
PREQUALIFIED |
KeRRA/011/39/KSI/GOK/2-46-19/20-104 |
Due to the COVID-19 Pandemic and the Presidential Directives issued, there shall be no Pre-Tender Site visits. However, bidders are encouraged to make personal arrangements with the office to acquaint themselves with the Site before submission of the Bids.
Bidders are shall include the following information and documents with their tenders, unless otherwise stated:
- Certificate of Incorporation by Registrar of Companies.
- Current CR12 Certificate (within 12Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
- Current Single Business permit.
- VAT/PIN Certificate.
- Valid Tax Compliance Certificate.
- Registration with National Construction Authority “NCA 8 and above” and current NCA Practicing licence.
- Similar previous experience (Attach Notification of award & completion certificates) (Refer to Section 3 on Qualification Criteria for Thresholds)
- Equipment holding (Refer to Section 3 on Qualification Criteria for Thresholds) At least two (2) major items of construction equipment owned or leased;
- Turnover and liquid assets supported by audited accounts for the last (3) years. (Refer to Section 3 on Qualification Criteria for Thresholds)
- Current Litigation history (Refer to Section 3 on Qualification Criteria for Thresholds)
- Work Methodology should be specific to the works carried out (Refer to Section 3 on Qualification Criteria for Thresholds)
- Properly and dully filled, signed and stamped confidential Business Questionnaire.
- Fill in All-the schedules provided with this tender document; Attachments serve to support the schedules.
- Duly and properly filled-in the Form of Bid and Appendix to form of bid
- Priced Bills of Quantities.
- The entire tender document must be serialized. Bidders should have their documents paginated to ensure compliance with Sec. 74(1) (i) of the Public Procurement and Asset Disposal Act (PPADA) 2015. This should be in the format (1,2,3,4 – up to the last page)
- For AGPO Tenders the valid Certificate from the National Treasury should be provided and PWD shall show proof of disability by registration with National Council of Persons with Disability.
- Proof of a bank account in bidder’s name. (6 months before the date of opening).
NOTE; Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 12th May, 2020. Those not able to download may obtain complete tender Documents from the Regional office at KeRRA Kisii.
The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 26th May, 2020 at 10:00 am. Thereafter, opening of the bids will take place at the same venue immediately.
Deputy Director (Kisii),
Kenya Rural Roads Authority,
P O Box 1084-00100,
Deputy Director,
KISII REGION
KENYA RURAL ROADS AUTHORITY
KENYA RURAL ROADS AUTHORITY
30TH October, 2024
TENDER NOTICE
The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.
Kisii Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2024/25 for the following tenders.
|
S.NO |
Tender Ref. Region: Kisii |
Road Name |
Category &Target group |
Eligible bidders/ NCA |
|
1 |
KeRRA/KSI/045/08/39/82/24-25 |
TENDERE JUNCT. - ENAMBA – OMOSOCHO (G64448) |
CITIZEN |
8 & above |
|
2 |
KeRRA/KSI/045/08/39/83/24-25 |
NYAKOIBA-ALFAJIRI-MOCHURUA (G65493) |
CITIZEN |
8 & above |
|
3 |
KeRRA/KSI/045/08/39/84/24-25 |
MOGAMBI-MOGA (G65507) |
CITIZEN |
8 & above |
|
4 |
KeRRA/KSI/045/08/39/85/24-25 |
TENDERE-EBURI-NYAMASEGE (G65508) |
PWD |
8 & above |
|
5 |
KeRRA/KSI/045/08/39/86/24-25 |
IBENCHO-NYAKIROMO-NYAKINYERERE (G65511) |
YOUTH |
8 & above |
|
6 |
KeRRA/KSI/045/08/39/87/24-25 |
SAMETA-EGETUKI (G65531) |
WOMEN |
8 & above |
|
7 |
KeRRA/KSI/045/08/39/88/24-25 |
SANI-TUNTA (G65538) |
WOMEN |
8 & above |
|
8 |
KeRRA/KSI/045/08/39/89/24-25 |
NYAMIOBO - RIOTONYI – KEBEGE (G65542) |
YOUTH |
8 & above |
|
9 |
KeRRA/KSI/045/08/39/90/24-25 |
BARAINE - EGETONO - NYAMORANGA - GAKERO – MISESI (G65664) |
CITIZEN |
8 & above |
|
10 |
KeRRA/KSI/045/08/39/91/24-25 |
BUYONGE-NYAGENKE (URP18) |
CITIZEN |
8 & above |
|
11 |
KeRRA/KSI/045/08/39/92/24-25 |
MATIBO – NJIPSHIP (C740) |
PWD |
8 & above |
|
12 |
KeRRA/KSI/045/08/39/93/24-25 |
NYANTURAGO-MATIBO (C740) |
CITIZEN |
8 & above |
|
13 |
KeRRA/KSI/045/08/39/94/24-25 |
GETERI-KIOMITI (C741) |
WOMEN |
8 & above |
|
14 |
KeRRA/KSI/045/08/39/95/24-25 |
CHINGOTO - CHITAGO – GESABAKWA (E6234) |
YOUTH |
8 & above |
|
15 |
KeRRA/KSI/045/08/39/96/24-25 |
IBACHO-KEROKA (E6234) |
CITIZEN |
8 & above |
|
16 |
KeRRA/KSI/045/08/39/97/24-25 |
MASIMBA – METEMBE (F6144) |
CITIZEN |
8 & above |
|
17 |
KeRRA/KSI/045/08/39/98/24-25 |
AMABUKO-RIANYOKA (G65090) |
CITIZEN |
8 & above |
|
18 |
KeRRA/KSI/045/08/39/99/24-25 |
RIANYOKA - AMABUKO – GIENSEMBE (G65090) |
YOUTH |
8 & above |
|
19 |
KeRRA/KSI/045/08/39/100/24-25 |
IBACHO-TARACHA (G65131) |
CITIZEN |
8 & above |
|
20 |
KeRRA/KSI/045/08/39/101/24-25 |
BORANGI - KIAMOKAMA – MOCHENGO (G65138) |
CITIZEN |
8 & above |
|
21 |
KeRRA/KSI/045/08/39/102/24-25 |
MASIMBA – MATIBO (G65152) |
YOUTH |
8 & above |
|
22 |
KeRRA/KSI/045/08/39/103/24-25 |
MASIMBA - KEREMA - GESUSU HOSPITAL (G65155) |
PWD |
8 & above |
|
23 |
KeRRA/KSI/045/08/39/104/24-25 |
GESUSU – GETERI (G65331) |
CITIZEN |
8 & above |
|
24 |
KeRRA/KSI/045/08/39/105/24-25 |
RIANYAKAIRO - RIOMBURA – METEMBE (URA1) |
WOMEN |
8 & above |
|
25 |
KeRRA/KSI/045/08/39/106/24-25 |
SUNEKA-KIABUSURA-MOTONTO (C861) |
CITIZEN |
8 & above |
|
26 |
KeRRA/KSI/045/08/39/107/24-25 |
ITIBO-EKERUBO (D1963) |
CITIZEN |
8 & above |
|
27 |
KeRRA/KSI/045/08/39/108/24-25 |
LUTHE DONGO – NYAMATUTA (G61003) |
YOUTH |
8 & above |
|
28 |
KeRRA/KSI/045/08/39/109/24-25 |
NYANKORORO-OMWARI-MWATA (G64991) |
PWD |
8 & above |
|
29 |
KeRRA/KSI/045/08/39/110/24-25 |
JUNCTION-MARINDI-NYABIEYO (G65016) |
CITIZEN |
8 & above |
|
30 |
KeRRA/KSI/045/08/39/111/24-25 |
CHISARO-RIAMAGETO-MWATA-OMWARI-NYAMIRA-BIGOGO (G65019) |
CITIZEN |
8 & above |
|
31 |
KeRRA/KSI/045/08/39/112/24-25 |
NYAMIRA JUNCT - GENGA - ST FRANSISCAN – SUKU (G65019) |
WOMEN |
8 & above |
|
32 |
KeRRA/KSI/045/08/39/113/24-25 |
NYABERA-NYANSEMBE (C866) |
CITIZEN |
8 & above |
|
33 |
KeRRA/KSI/045/08/39/114/24-25 |
KAMAGAMBO-NYANSEMBE(C883) |
CITIZEN |
8 & above |
|
34 |
KeRRA/KSI/045/08/39/115/24-25 |
ETAGO-MOGENDA -GETENI-NYAMONDO (D1955) |
PWD |
8 & above |
|
35 |
KeRRA/KSI/045/08/39/116/24-25 |
NYANDIWA - MOTE – ONKOBA (F6161) |
YOUTH |
8 & above |
|
36 |
KeRRA/KSI/045/08/39/117/24-25 |
RIOSIRI-MOSACHE-OKAMERI (G65630) |
WOMEN |
8 & above |
|
37 |
KeRRA/KSI/045/08/39/118/24-25 |
KEGATI-KAYATI(C891) |
YOUTH |
8 & above |
|
38 |
KeRRA/KSI/045/08/39/119/24-25 |
KIEMENYINGA-NYABISABO(C891) |
CITIZEN |
8 & above |
|
39 |
KeRRA/KSI/045/08/39/120/24-25 |
RIOBARA-KEUMBU(C893) |
WOMEN |
8 & above |
|
40 |
KeRRA/KSI/045/08/39/121/24-25 |
CHIRICHIRO-BIRONGO (C894) |
CITIZEN |
8 & above |
|
41 |
KeRRA/KSI/045/08/39/122/24-25 |
MENYINKWA – MASONGO (D1963) |
CITIZEN |
8 & above |
|
42 |
KeRRA/KSI/045/08/39/123/24-25 |
OROBOTI-GETURI –NYAKEYO-MIRUKA (C863) |
CITIZEN |
8 & above |
|
43 |
KeRRA/KSI/045/08/39/124/24-25 |
NGENYI-CHARACHANI(C892) |
CITIZEN |
8 & above |
|
44 |
KeRRA/KSI/045/08/39/125/24-25 |
NYAKEIRI-NYAKOORA(G64905) |
PWD |
8 & above |
|
45 |
KeRRA/KSI/045/08/39/126/24-25 |
NYANSAKIA-OWALO(G64905) |
YOUTH |
8 & above |
|
46 |
KeRRA/KSI/045/08/39/127/24-25 |
RIANGOKO - MONEKE – MOTEMOMWAMU (D6055) |
CITIZEN |
8 & above |
|
47 |
KeRRA/KSI/045/08/39/128/24-25 |
MATONGO – RAGANGA (E6217) |
PWD |
8 & above |
|
48 |
KeRRA/KSI/045/08/39/129/24-25 |
MOGUMO – RAGANGA (E6217) |
CITIZEN |
8 & above |
|
49 |
KeRRA/KSI/045/08/39/130/24-25 |
NYATIEKO – GETARE (E6227) |
WOMEN |
8 & above |
|
50 |
KeRRA/KSI/045/08/39/131/24-25 |
NYAMBERA - NYANKONGO – GESARARA (E6230) |
CITIZEN |
8 & above |
|
51 |
KeRRA/KSI/045/08/39/132/24-25 |
GESUSU-NYABISABO (C891) |
PWD |
8 & above |
|
52 |
KeRRA/KSI/045/08/39/133/24-25 |
IBACHO-CHIRICHIRO (C894) |
YOUTH |
8 & above |
|
53 |
KeRRA/KSI/045/08/39/134/24-25 |
KIAMOKAMA-IBACHO (C894) |
CITIZEN |
8 & above |
|
54 |
KeRRA/KSI/045/08/39/135/24-25 |
IBACHO-MASIMBA (E6237) |
CITIZEN |
8 & above |
|
55 |
KeRRA/KSI/045/08/39/136/24-25 |
OMOSASA-GETUKI-MATAGARO (G65449) |
CITIZEN |
8 & above |
|
56 |
KeRRA/KSI/045/08/39/137/24-25 |
KINENI-NYAMASEGE (G65509) |
CITIZEN |
8 & above |
|
57 |
KeRRA/KSI/045/08/39/138/24-25 |
SOFASET – EGETUKI (G65537) |
PWD |
8 & above |
|
58 |
KeRRA/KSI/045/08/39/139/24-25 |
MBAKA CORNER - MUMA – MACHENGO (G65624) |
WOMEN |
8 & above |
|
59 |
KeRRA/KSI/045/08/39/140/24-25 |
IGEMBE-RIOBARA (C893) |
WOMEN |
8 & above |
|
60 |
KeRRA/KSI/045/08/39/141/24-25 |
FRIENDS – NYAMACHE (C896) |
YOUTH |
8 & above |
|
61 |
KeRRA/KSI/045/08/39/142/24-25 |
ITUMBE – IGARE (D206) |
CITIZEN |
8 & above |
|
62 |
KeRRA/KSI/045/08/39/143/24-25 |
KIONYO-IGARE (E6261) |
CITIZEN |
8 & above |
|
63 |
KeRRA/KSI/045/08/39/144/24-25 |
NYAMACHE - BIGOGO – RIOKIBENI (G65329) |
CITIZEN |
8 & above |
|
64 |
KeRRA/KSI/045/08/39/145/24-25 |
RIANYANCHABERA-RIYABU-TONGERI (E6265) |
CITIZEN |
8 & above |
|
65 |
KeRRA/KSI/045/08/39/146/24-25 |
RIAMUMA - MAIGA – NYAMECHEO (E6266) |
WOMEN |
8 & above |
|
66 |
KeRRA/KSI/045/08/39/147/24-25 |
GETUMO-OMOBERA (F6172) |
YOUTH |
8 & above |
|
67 |
KeRRA/KSI/045/08/39/148/24-25 |
OMOBERA-METEMBE-SAMBA (G65438) |
CITIZEN |
8 & above |
Bidders MUST meet the following requirements alongside other requirements contained in tender documents.
- To enhance equity bidders will only be awarded one tender either as a director or a company under this tender notice.
- Bidders are requested to familiarise themselves with the site before tendering.
- MUST provide original document and a copy.
- All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
NOTE Attachments must be certified by a commissioner for oaths as per Instruction to Tenderers
Note: The cost estimate of the proposed works has been provided in the tender document.
Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke from Friday 1st November, 2024. Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/No/Region/….) number and Description, should be sent to the address below or deposited in the Tender Box located KeRRA office boardroom within the Kenya Rural Roads Authority Kisii Region offices situated along Kisii – Kilgoris Road}.
Regional Director
Kenya Rural Roads Authority,
P.O. Box 1084 - 40200, Kenya.
So as to be received (as per the table below)/ on Wednesday 20th November, 2024 at 10:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.
JECTONE YALA
FOR: REGIONAL DIRECTOR,
KISII REGION
WI/24
KENYA RURAL ROADS AUTHORITY
Tel: :0790094945 Regional Director
Fax: Kisii Region
E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1084-40200
Website: www.Kerra.go.ke KISII
REF NO: KeRRA/15/KSI/11/ITT/VOL.1/026 Date: 6th July, 2022
INVITATION TO TENDER.
22% RMLF SAVINGS
Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2021-2022
|
S/NO |
PACKAGE NO. |
TENDER No. |
TENDER NAME |
CATEGORY |
|
|
1 |
181 |
KeRRA/008/KSI/039/181/ 2021-2022 |
Bigogo-Raganga |
Prequalified |
download |
|
2 |
182 |
KeRRA/008/KSI/039/182/ 2021-2022 |
Nyamataro-Iranda |
PWD |
download |
|
3 |
183 |
KeRRA/008/KSI/039/183/ 2021-2022 |
Etago-Magenche |
Prequalified |
download |
|
4 |
184 |
KeRRA/008/KSI/039/184/ 2021-2022 |
Gesero-Sigisi-Sae-Kona Mbaya |
Youth |
download |
|
5 |
185 |
KeRRA/008/KSI/039/185/ 2021-2022 |
Itierio-Riamonda-Oroche-Sewage |
Prequalified |
download |
|
6 |
186 |
KeRRA/008/KSI/039/186/ 2021-2022 |
Kegogi-Nyaigwa CF-Eronge |
Women |
download |
|
7 |
187 |
KeRRA/008/KSI/039/187/ 2021-2022 |
Masimba-Kerema-Gesusu Hospital |
Youth |
download |
|
8 |
188 |
KeRRA/008/KSI/039/188/ 2021-2022 |
Nyamache-Bigogo-Riokibeni |
Prequalified |
download |
|
9 |
189 |
KeRRA/008/KSI/039/189/ 2021-2022 |
Nyanturago-Matibo |
Prequalified |
download |
|
10 |
190 |
KeRRA/008/KSI/039/190/ 2021-2022 |
Omobera-Metembe |
Women |
download |
|
11 |
191 |
KeRRA/008/KSI/039/191/ 2021-2022 |
Rionyoni-Majimazuri-Nyacheki |
Women |
download |
|
12 |
192 |
KeRRA/008/KSI/039/192/ 2021-2022 |
Sani-Tunta-Itabago |
Women |
download |
|
13 |
199 |
KeRRA/008/KSI/039/199/ 2021-2022 |
Kiagware-Openda |
Prequalified |
download |
|
14 |
201 |
KeRRA/008/KSI/039/201/ 2021-2022 |
Nyankororo-Nyanturago-Birongo |
PWD |
download |
|
15 |
202 |
KeRRA/008/KSI/039/202/ 2021-2022 |
Keumbu-Kabora-Chindwani |
Prequalified |
download |
|
16 |
204 |
KeRRA/008/KSI/039/204/ 2021-2022 |
Marani-Kegogi |
Prequalified |
download |
The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.
QUALIFICATION FOR TENDERING
Mandatory requirements for tendering are;
- Certified copy of Certificate of Incorporation
- Certified copy of Registration with NCA (Categories 8 and above)
- Certified contractors Annual Practicing License.
- Certified copy of a Valid Tax Compliance Certificate
- Certified copy of a VAT and PIN Certificate
- Certified copy of recent CR12 (Issued within the last twelve months before opening date)
- Certified copies of National Identity Cards for the Directors listed
- Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
- Thresholds specified in the Tender Document covering the following;
- Similar previous experience.
- Equipment holding supported by relevant documentation.
- Audited accounts for the last three years initialized by both the Director and the Practicing auditor
- Certified current trading license.
- Proof of having a bank account for the last one year.
- Duly filled Confidential Business Questionnaire.
- Duly filled form of tender.
- Duly filled Bill of quantities.
- Well sequentially serialized pages by the bidder.
YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES
- From the above mandatory requirements (a, b, c, d, e, f and g )
- Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
- Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
- Thresholds specified in the tender Document covering the following.
- Equipment holding supported by relevant documentation.
- Certified current trading license.
- Proof of having a bank account for the last one year
- Duly filled Confidential Business Questionnaire.
- Duly Filled Form of Tender.
- Duly Filled Bills of Quantities.
- Well sequentially serialized pages by the bidder.
NOTE:
- All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public
- Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
- To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10%, RMLF, 22% RMLF or GOK bids for FY 2021/2022 may apply but will not be considered
Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P.O.BOX 1084 - 40200
KISII
And be deposited in the Tender Box on or before 18th July, 2022 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.
Eng. W. O. Nyariki
REGIONAL DIRECTOR
KENYA RURAL ROADS AUTHORITY
KISII REGION
P O BOX 1084 KISII.
TENDER RE-ADVERTISEMENT
DATE: 11th October, 2018
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER 22%, 10% RMLF AND GoK DEVELOPMENT FOR THE FINANCIAL YEARS 2016/17 AND 2017/18
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 22% , 10% RMLF and GoK Development Fund.
Download Tender Notice Here
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
Download |
TENDER No. |
|
1 |
Nyaribari Chache |
R25-Gucha Riobara-Keumbu |
10% YWD |
KeRRA/011/KSI/39/56/2017-18 |
|
|
2 |
Bobasi |
R13-Gucha Mogonga-Nyamache |
10% YWD |
KeRRA/011/KSI/39/68/2017-18 |
|
|
3 |
South Mugirango |
U_G65603 Nyandiwa-Omagwa-Nyamarambe |
GoK Dev YWD |
KeRRA/011/KSI/39/9996/2016-17 |
TENDER NOTICE
DATE: 11th October, 2018
ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GoK DEVELOPMENT FUND FOR THE FINANCIAL YEAR 2017/18.
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.
KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Fund.
DOWNLOAD TENDER NOTICE HERE
|
S/No |
CONSTITUENCY |
ROAD CODE & NAME |
RESERVATIONS |
TENDER No. |
DOWNLOAD |
|
1 |
Bomachoge Borabu |
E202 Kiango-Riobonyo |
Open |
KeRRA/011/KSI/39/104/2017-18 |
|
|
2 |
E1041 Nyabitunwa-Kiango |
PWD |
KeRRA/011/KSI/39/101/2017-18 |
||
|
3 |
E203 Nyamaiya-Kenyenya |
Women |
KeRRA/011/KSI/39/106/2017-18 |
||
|
4 |
U_G65381 Nyamasogota-Gesabakwa |
Youth |
KeRRA/011/KSI/39/103/2017-18 |
||
|
5 |
URP3-Transmara Rianyanchabera-Riyabu-Tongeri |
Open |
KeRRA/011/KSI/39/102/2017-18 |
||
|
6 |
URP7-Gucha Riobonyo-Ekona ya Ngare |
Open |
KeRRA/011/KSI/39/100/2017-18 |
||
|
7 |
U_G65414 Tongeri-Riyabu |
Open |
KeRRA/011/KSI/39/105/2017-18 |
||
|
8 |
Bonchari |
R56-Kisii Itierio-Nyagwekoa-Mogumo |
Open |
KeRRA/011/KSI/39/97/2017-18 |
|
|
9 |
E1054 Itibo-Riamasagara |
Women |
KeRRA/011/KSI/39/99/2017-18 |
||
|
10 |
E207J1 Motonto-Ekerorano-Okiendege |
Open |
KeRRA/011/KSI/39/96/2017-18 |
||
|
11 |
Kitutu Chache South |
R69-Kisii Nyatieko-Nyakoe |
Open |
KeRRA/011/KSI/39/95/2017-18 |
|
|
12 |
Nyaribari Chache |
URF5-Kisii Gusii Highlights-Gekomu-Menyinkwa |
Women |
KeRRA/011/KSI/39/90/2017-18 |
|
|
13 |
R82-Kisii Kegati-Nyabisabo |
Youth |
KeRRA/011/KSI/39/93/2017-18 |
||
|
14 |
U_G65080 Kerongo Jnct-Riangabi Pri. School |
Open |
KeRRA/011/KSI/39/88/2017-18 |
||
|
15 |
E1054A Kisii University-Menyikwa-Nyansancha |
Open |
KeRRA/011/KSI/39/91/2017-18 |
||
|
16 |
U_G65081 Nyamagwa Sda-Riangabi Pri. School |
Open |
KeRRA/011/KSI/39/94/2017-18 |
||
|
17 |
U_G65083 Sokoro Jnct-Riangabi Pri. School |
Open |
KeRRA/011/KSI/39/89/2017-18 |
||
|
18 |
Nyaribari Masaba |
D223J1 Birongo-Nyacheki |
Open |
KeRRA/011/KSI/39/92/2017-18 |
|
|
19 |
E1050 Ibacho-Masimba |
Youth |
KeRRA/011/KSI/39/85/2017-18 |
||
|
20 |
URP1-Kisii Kiomiti Jnct-Riochungo-Keera Mkt |
Open |
KeRRA/011/KSI/39/87/2017-18 |
||
|
21 |
URA1 Masimba-Ekona |
Women |
KeRRA/011/KSI/39/86/2017-18 |
||
|
22 |
D223J1 Nyacheki-Kiamokama-Birongo |
Open |
KeRRA/011/KSI/39/107/2017-18 |
||
|
23 |
E192 Nyanturago-Njipship |
Open |
KeRRA/011/KSI/39/84/2017-18 |
||
|
24 |
South Mugirango |
URA3J1-Gucha Eberege-Ekona |
Youth |
KeRRA/011/KSI/39/82/2017-18 |
|
|
25 |
D204 Nyabera-Nyansembe |
PWD |
KeRRA/011/KSI/39/78/2017-18 |
||
|
26 |
E203 Ekona-Mogenda |
Open |
KeRRA/011/KSI/39/80/2017-18 |
||
|
27 |
R25-Gucha Etago-Nyamaiya |
Open |
KeRRA/011/KSI/39/79/2017-18 |
||
|
28 |
R23-Gucha Mochengo-Suguta |
Open |
KeRRA/011/KSI/39/77/2017-18 |
||
|
29 |
U_G65489 Mogenda-Nyamagenamabariri |
Women |
KeRRA/011/KSI/39/81/2017-18 |
||
|
30 |
E203 Mogenda-Nyamondo-Geteni |
Open |
KeRRA/011/KSI/39/83/2017-18 |
||
|
31 |
U_G65603 Nyandiwa-Omogwa-Nyamarambe-Coffee Factory |
Open |
KeRRA/011/KSI/39/76/2017-18 |
||
|
32 |
Bobasi |
T1101-Gucha Bendera-Friends |
Youth |
KeRRA/011/KSI/39/108/2017-18 |
MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 10:00 am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.
Thursday,8th March 2018
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads.
The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the Road Maintenance Levy Fund for Financial Year 2017/2018
ROUTINE MAINTENANCE OF ROADS FUNDED THROUGH THE 22% RMFL FY 2017/2018
|
ROAD CODE |
TENDER NAME |
LINK LENGTH |
TENDER NUMBER |
TARGET GROUP |
Downloads |
|
KISUMU EAST CONSTITUENCY |
|||||
|
D290 |
Routine Maintenance of Chiga-Obuso Road |
5.28 |
KeRRA/011/39/D290/22%/17/18-009 |
OPEN |
Download Notice |
|
D290 |
Construction of Obuso-Rabuor Box Culvert on D290 Road |
2.00 |
KeRRA/011/39/D290/22%/17/18-010 |
OPEN |
Download Notice |
|
E1130X |
Routine Maintenance of Gita-Kaseta Road |
3.00 |
KeRRA/011/39/E1130X/22%/17/18-011 |
OPEN |
Download Notice |
|
E1130X |
Routine Maintenance of Gita-Kaseta Road |
3.46 |
KeRRA/011/39/E1130X/22%/17/18-012 |
YOUTH |
Download Notice |
|
KISUMU WEST CONSTITUENCY |
|||||
|
D273 |
Routine Maintenance of Riat-Nyahera Road |
7.38 |
KeRRA/011/39/D273/22%/17/18-020 |
OPEN |
Download Notice |
|
E1113 |
Routine Maintenance of B1 Maseno-Chulaimbo Road |
7.15 |
KeRRA/011/39/E1113/22%/17/18-021 |
OPEN |
Download Notice |
|
E1115 |
Routine Maintenance of Kisian-kaloka Road |
16.05 |
KeRRA/011/39/E1115/22%/2-48-17|18-065 |
OPEN |
Download Notice |
|
U_G62515 |
Routine Maintenance of Orongo-Odowa Road |
3.13 |
KeRRA/011/39/U-G62515/22%/17/18-022 |
PWD |
Download Notice |
|
Uncls23 |
Routine Maintenance of St Gabriel-Maliera Sch Road |
2.00 |
KeRRA/011/39/UNCLS23/22%/17/18-023 |
YOUTH |
Download Notice |
|
Uncls44 |
Routine Maintenance of B1 Maembe Kodero-C86 Sianda School Road |
2.00 |
KeRRA/011/39/UNCLS44/22%/17/18-024 |
WOMEN |
Download Notice |
|
MUHORONI CONSTITUENCY |
|||||
|
D311 |
Routine Maintenance of Muhoroni-Songhor Road |
6.41 |
KeRRA/011/39/D311/22%/17/18-004 |
OPEN |
Download Notice |
|
E239 |
Routine Maintenance of Koru-Fortenan Road |
5.75 |
KeRRA/011/39/E239/22%/17/18-005 |
OPEN |
Download Notice |
|
E248 |
Routine Maintenance of Lialango-Ombeyi Road |
6.47 |
KeRRA/011/39/E248/22%/17/18-006 |
YOUTH |
Download Notice |
|
E248J1 |
Routine Maintenance of Ombeyi-Kibigori Road |
5.10 |
KeRRA/011/39/E248J1/22%/17/18-007 |
OPEN |
Download Notice |
|
E249A |
Routine Maintenance of Muhoroni-Fortenan Road |
5.00 |
KeRRA/011/39/E248A/22%/17/18-008 |
WOMEN |
Download Notice |
|
NYAKACH CONSTITUENCY |
|||||
|
ROAD CODE |
TENDER NAME |
LINK LENGTH |
TENDER NUMBER |
TARGET GROUP |
Downloads |
|
D218 |
Routine Maintenance of Kona Kagari- Kolweny Road |
3.60 |
KeRRA/011/39/D218/22%/17/18-025 |
WOMEN |
Download Notice |
|
D218 |
Routine Maintenance of Kona kagari-Nyamarimba Road |
5.10 |
KeRRA/011/39/D218/22%/17/18-029 |
OPEN |
Download Notice |
|
E219 |
Routine Maintenance of Kapserok-Bodi Road |
8.80 |
KeRRA/011/39/D219/22%/17/18-028 |
OPEN |
Download Notice |
|
U_G63164 |
Routine Maintenance of Katito-Parish Road |
0.56 |
KeRRA/011/39/U_G63164/22%/17/18-027 |
PWD |
Download Notice |
|
NYANDO CONSTITUENCY |
|||||
|
D290A |
Routine Maintenance of Korowe-Nyangande Road |
6.36 |
KeRRA/01139/D290A/22%/17/18-013 |
OPEN |
|
|
D293 |
Routine Maintenance of Ahero-Bunde Road |
6.74 |
KeRRA/011/39/D293/22%/17/18-014 |
OPEN |
|
|
D293 |
Routine Maintenance of Bunde-Ombaka Road |
7.00 |
KeRRA/011/39/D293/22%/17/18-015 |
OPEN |
|
|
E220 |
Routine Maintenance of Awach-Awasi Road |
16.72 |
KeRRA/011/39/E220/22%/17/18-016 |
OPEN |
Download Notice |
|
R18-Kisumu |
Routine Maintenance of Okana-Ranjira Road |
5.43 |
KeRRA/011/39/R18/22%/17/18-017 |
WOMEN |
Download Notice |
|
S1223-Nyando |
Routine Maintenance of Nyalenda-Nyarenda Road |
1.43 |
KeRRA/011/39/S1223/22%/17/18-018 |
PWD |
Download Notice |
|
URP16-Nyando |
Routine Maintenance of Ayweyo-Kopon-Nyakongo Road |
2.69 |
KeRRA/011/39/URP16/22%/17/18-019 |
YOUTH |
Download Notice |
|
SEME CONSTITUENCY |
|||||
|
ROAD CODE |
TENDER NAME |
LINK LENGTH |
TENDER NUMBER |
TARGET GROUP |
Downloads |
|
E129 |
Routine Maintenance of Akado-Kolenyo Road |
2.33 |
KeRRA/011/39/E129/22%/17/18-031 |
YOUTH |
Download Notice |
|
E255 |
Routine Maintenance of Kolenyo-kambale Road |
6.54 |
KeRRA/011/39/E255/22%/17/18-032 |
PWD |
Download Notice |
|
R11-Kisumu |
Routine Maintenance of Bodi-Alwala Road |
4.66 |
KeRRA/011/39/R11/22%/17/18-033 |
YOUTH |
Download Notice |
|
R21-Kisumu |
Construction of Box Culvert on E128-Reru Road |
2.51 |
KeRRA/011/39/R21/22%/17/18-035 |
OPEN |
Download Notice |
|
U_G62364 |
Routine Maintenance of Kondigo-Ramuya Road |
1.39 |
KeRRA/011/39/U-G62364/22%/17/18-036 |
OPEN |
|
|
U_G62394 |
Routine Maintenance of Milugo-Angoga Road |
4.30 |
KeRRA/011/39/U-G62394/22%/17/18-037 |
OPEN |
Download Notice |
|
U_G62424 |
Routine Maintenance of Orengo-Okiro-Agwaya Road |
0.65 |
KeRRA/011/39/U-G62424/22%/17/18-038 |
OPEN |
Download Notice |
|
U_G62439 |
Routine Maintenance of Nyaguda-Owita Road |
0.40 |
KeRRA/011/39/U-G62439/22%/17/18-039 |
OPEN |
|
|
Uncls57 |
Routine Maintenance of Kit Mikayi-Lunga Road |
0.95 |
KeRRA/011/39/UNCLS57/22%/17/18-040 |
WOMEN |
Download Notice |
|
URA6X-Kisumu |
Routine Maintenance of Alwala-Kirindo Road |
3.67 |
KeRRA/011/39/URA6X/22%/17/18-041 |
OPEN |
|
|
KISUMU CENTRAL CONSTITUENCY |
|||||
|
ROAD CODE |
TENDER NAME |
LINK LENGTH |
TENDER NUMBER |
TARGET GROUP |
|
|
E1117 |
Routine Maintenance of Mamboleo-Riat Road |
5.63 |
KeRRA/011/39/E1117/22%/17/18-030 |
OPEN |
Download Notice |
|
R38-Kisumu |
Routine Maintenance of Pipeline-Riat Road |
6.77 |
KeRRA/011/39/R38/22%/17/18-042 |
OPEN |
Download Notice |
|
Uncls 49 |
Routine Maintenance of Obinju Pri-Kona Mbaya Road |
0.80 |
KeRRA/011/39/UNCLS49/22%/17/18-043 |
PWD |
Download Notice |
|
Uncls 63 |
Routine Maintenance of Tunnel -Kondele Road |
1.50 |
KeRRA/011/39/UNCLS63/22%/17/18-044 |
WOMEN |
Download Notice |
|
URA14-Kisumu |
Routine Maintenance of Magadi-Kibos Road |
5.82 |
KeRRA/011/39/URA14/22%/17/18-045 |
OPEN |
Download Notice |
|
Uncls 53 |
Routine Maintenance of World Vision –Ezra Gumbe Pri |
2.00 |
KERRA/011/39/UNCLS53/22%/2-48-17/18-064 |
YOUTH |
Download Notice |
ROUTINE MAINTENANCE OF ROADS FUNDED THROUGH THE 10% RMFL FY 2017/2018
|
ROAD CODE |
TENDER NAME |
LINK LENGTH |
TENDER NUMBER |
TARGET GROUP |
Downloads |
|
KISUMU EAST CONSTITUENCY |
|||||
|
D290 |
Routine Maintenance of Gita-Kaseta Road |
3.46 |
KeRRA/011/39/E1130X/10%/17/18-012 |
OPEN |
Download Notice |
|
E1130X |
Routine Maintenance of Chiga-DB Lialango Road |
1.70 |
KeRRA/011/39/E248/10%/17/18-050 |
YOUTH |
Download Notice |
|
KISUMU WEST CONSTITUENCY |
|||||
|
Uncls24 |
Routine Maintenance of Obambo-Oyiengo Road |
2.00 |
KeRRA/011/39/UNCLS24/10%/17/18-051 |
OPEN |
Download Notice |
|
URP34 |
Routine Maintenance of Coptic-Corner Mbaya Road |
2.00 |
KeRRA/011/39/URP34/10%/17/18-053 |
PWD |
Download Notice |
|
MUHORONI CONSTITUENCY |
|||||
|
D293J1 |
Routine Maintenance of Ahero-Ombeyi Road |
6.31 |
KeRRA/011/39/D293J1/10%/17/18-054 |
YOUTH |
Download Notice |
|
D293J1 |
Routine Maintenance of Ombeyi-Miwani Road |
6.17 |
KeRRA/011/39/D293J1/10%/17/18-055 |
OPEN |
Download Notice |
|
KISUMU CENTRAL CONSTITUENCY |
|||||
|
UNCLS 2 |
Routine Maintenance of Kenya Breweries-Nyawita Road |
1.50 |
KeRRA/011/39/UNCLS2/10%/17/18-046 |
OPEN |
Download Notice |
|
URP27KSM |
Routine Maintenance of Obunga-Kudho Pri-Metrological Houses |
1.40 |
KeRRA/011/39/URP27/10%/17/18-048 |
WOMEN |
Download Notice |
|
NYAKACH CONSTITUENCY |
|||||
|
E220 |
Routine Maintenance of Katito-Awach Road |
2.25 |
KeRRA/011/39/E220/10%/17/18-056 |
OPEN |
Download Notice |
|
R13-Nyando |
Routine Maintenance of Obuora-Chachi-Nyamarimba Road |
5.04 |
KeRRA/011/39/R13/10%/17/18-057 |
YOUTH |
Download Notice |
|
NYANDO CONSTITUENCY |
|||||
|
E220 |
Routine Maintenance of Awach-Awasi Road |
16.72 |
KeRRA/011/39/E220/10%/17/18-059 |
WOMEN |
Download Notice |
|
SEME CONSTITUENCY |
|||||
|
U_G62506 |
Routine Maintenance of Rodi-Nyamisri-Kaloka Road |
5.2 |
KeRRA/011/39/U-G62506/10%/17/18-062 |
PWD |
Download Notice |
Scope of Work
The scope of works shall be as described in the bid document.
Qualification for Tendering (Mandatory)
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Copy of Certificate of Incorporation /Registration
- Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising Licenses from NCA
- Copy of Certificate of Valid Tax Compliance Verified from KRA website
- Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
- Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified
- Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)
NOTE:
- All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
- Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
- Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified
- ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
- Bidders bidding for Bridge Works Tenders must be Pre-Qualified in Category B-Bridge Works in the respective Constituency
- To enhance equity, Bidders may bid for more than two tenders in a Constituency pursuant to this tender notice in the Seven (7) Constituencies but can only be considered for two contracts in the entire region.
- Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
- Other Requirements are as specified in the respective tender documents.
The Criteria of Evaluation of Bids
The Criteria shall be as described in the Tender Documents
Pre-Tender Site Visit
Mandatory pre-tender site visit shall be held on the date & time as per the schedule below, starting at the indicated place. Every bidder shall be represented by one person who should come with a letter of introduction bearing a letter head from the company authorizing them to represent the company.
|
Constituency |
Pre-Site Visit Date & Time |
Meeting Point |
Contact Person |
|
Kisumu East |
13th March 2018 @9:00am |
Regional Office |
R.Owuor |
|
Kisumu Central |
14th March 2018 @ 10:00 am |
Regional Office |
S.Chala |
|
Kisumu West |
15th March 2018 @ 9:00am |
Regional Office |
A.Abuto |
|
Muhoroni |
16th March 2018 @9:00am |
Ahero Public Works Office |
S.Chala |
|
Nyakach |
19th March 2018 @9:00am |
Ahero Public Works Office |
R.Owuor |
|
Nyando |
20th March 2018 @9:00am |
Ahero Public Works Office |
S.Chala |
|
Seme |
21st March 2018 @ 9:00am |
Regional Office |
S.Ayunga |
Tender Documents
Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads Authority-Kisumu Region as from 12th March 2018, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196, Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).
Bid Submission
Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-
The Regional Manager,
Kenya Rural Roads Authority
P.O.Box 1448- 40100 Kisumu.
Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 28th March 2018 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
Procurement Officer
For: REGIONAL MANAGER
KISUMU REGIONAL OFFICE
TENDER NOTICE
ROUTINE MAINTENANCE OF ROADS IN KISUMU REGION FOR FINANCIAL YEAR 2017/2018
Thursday,14th JUNE 2018
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the GOK Development Fund for Financial Year 2017/2018
|
TENDER NAME |
TENDER NUMBER |
RESERVATIONS |
PRE-TENDER SITE VISIT DATES/VENUE/TIME |
Download |
|
Routine Maintenance of Gita-Kaseta Road |
KERRA/011/39/10%M/17/18-067 |
OPEN |
Tuesday,19th June,2018.Dubai Complex Hotel @9:00am |
Download |
|
Routine Maintenance of Nyamasaria-Manyatta Road |
KERRA/011/39/G.O.K/2-48-17|18-091 |
YWPD |
Tuesday,19th June,2018.Dubai Complex Hotel @9:00am |
Download |
|
Routine Maintenance of Nyamasaria-Kibos Road |
KERRA/011/39/G.O.K/2-48-17|18-092 |
OPEN |
Tuesday,19th June,2018.Dubai Complex Hotel @9:00am |
Download |
|
Routine Maintenance of Osiepe-Ongadi Road |
KERRA/011/39/G.O.K/2-48-17|18-093 |
YWPD |
Tuesday,19th June,2018.Dubai Complex Hotel @9:00am |
Download |
|
Routine Maintenance of Chiga-Obuso Road |
KERRA/011/39/D290/10%/17/18-049 |
YWPD |
Tuesday,19th June,2018.Dubai Complex Hotel @9:00am |
Download |
|
Routine Maintenance of Kagwel-Beach-Komuga Road |
KERRA/011/39/10%M/17/18-066 |
OPEN |
Tuesday,19th June,2018.Holo Market Centre @9:00am |
Download |
|
Routine Maintenance of Kombewa Mkt-Nyamgum Pri.School Access |
KERRA/011/39/G.O.K/2-48-17|18-089 |
OPEN |
Tuesday,19th June,2018.Holo Market Centre @9:00am |
Download |
|
Routine Maintenance of Kombewa-Bodi Road |
KERRA/011/39/G.O.K/2-48-17|18-087 |
OPEN |
Tuesday,19th June,2018.Holo Market Centre @9:00am |
Download |
|
Routine Maintenance of Holo-Lunga Kondik Road |
KERRA/011/39/G.O.K/2-48-17|18-088 |
OPEN |
Tuesday,19th June,2018.Holo Market Centre @9:00am |
Download |
|
Routine Maintenance of Konam-Reru Road |
KERRA/011/39/G.O.K/2-48-17|18-086 |
OPEN |
Tuesday,19th June,2018.Holo Market Centre @9:00am |
Download |
|
TENDER NAME |
TENDER NUMBER |
RESERVATIONS |
PRE-TENDER SITE VISIT DATES/VENUE/TIME |
Download |
|
Routine Maintenance of Namba-Kapiyo Road |
KERRA/011/39/G.O.K/2-48-17|18-085 |
YWPD |
Tuesday,19th June,2018.Holo Market Centre @9:00am |
Download |
|
Routine Maintenance of Arito-Riat Road |
KERRA/011/39/G.O.K/2-48-17|18-090 |
OPEN |
Tuesday,19th June,2018.Holo Market Centre @9:00am |
Download |
|
Spot Improvement of R17 Ramba-Akala-Oseno Pri.School Road |
OPEN |
Tuesday,19th June,2018.Ndori Market Centre @3.30Pm |
Download | |
|
Routine Maintenance of Nderma Paw-Akuche Road |
KERRA/011/39/G.O.K/2-48-17|18-098 |
YWPD |
Wednesday,20th June,2018.Kiboswa Junction @9.00am |
Download |
|
Routine Maintenance of URA11 Kombok-Dago Thim Road |
KERRA/011/39/G.O.K/2-48-17|18-095 |
OPEN |
Wednesday,20th June,2018.Kiboswa Junction @9.00am |
Download |
|
Routine Maintenance of Obambo-Ogal Road |
KERRA/011/39/10%M/2-48-17|18-070 |
YWPD |
Wednesday,20th June,2018.Kiboswa Junction @9.00am |
Download |
|
Routine Maintenance of Huma-Daraja Mbili Road |
KERRA/011/39/GOK/2-48-17|18-100 |
OPEN |
Wednesday,20th June,2018.Kiboswa Junction @9.00am |
Download |
|
Routine Maintenance of Kiboswa-Obede Road |
KERRA/011/39/GOK/2-48-17|18-099 |
OPEN |
Wednesday,20th June,2018.Kiboswa Junction @9.00am |
Download |
|
Routine Maintenance of Kiboswa-Bar Ogwal Road |
KERRA/011/39/10%/17/18-052 |
OPEN |
Wednesday,20th June,2018.Kiboswa Junction @9.00am |
Download |
|
Routine Maintenance of Ahero-Ojere Road |
KERRA/011/39/GOK/2-48-17|18-103 |
OPEN |
Wednesday,20th June,2018.Ahero Public Works Office @9.00am |
Download |
|
Routine Maintenance of Withur-Riat Road |
KERRA/011/39/10%/17/18-060 |
YWPD |
Wednesday,20th June,2018.Ahero Public Works Office @9.00am |
Download |
|
Routine Maintenance of Korowe-Nduru Road |
KERRA/011/39/G.O.K/2-48-17|18-096 |
YWPD |
Wednesday,20th June,2018.Ahero Public Works Office @9.00am |
Download |
|
Construction of Armco Culverts-Ahero Miwani/Chemelil-Oduwo/Lialango-Ombeyi |
KERRA/011/39/10%M/17/18-074 |
OPEN |
Thursday,21st June,2018.Ahero Public Works Office @9.00am |
Download |
|
Routine Maintenance of Koru-Fortenan Road Part A |
KERRA/011/39/10%M/17/18-069 |
YWPD |
Thursday,21st June,2018.Ahero Public Works Office @9.00am |
Download |
|
Routine Maintenance of Muhoroni Songhor Road |
KERRA/011/39/10%M/17/18-071 |
OPEN |
Thursday,21st June,2018.Ahero Public Works Office @9.00am |
Download |
|
Routine Maintenance of Othoo-Wangaya Road-Part A |
KERRA/011/39/10%M/17/18-066 |
OPEN |
Thursday,21st June,2018.Ahero Public Works Office @9.00am |
Download |
|
TENDER NAME |
TENDER NUMBER |
RESERVATIONS |
PRE-TENDER SITE VISIT DATES/VENUE/TIME |
Download |
|
Routine Maintenance of Koru-Fortenan Road Part B |
KERRA/011/39/GOK/17/18-102 |
OPEN |
Thursday,21st June,2018.Ahero Public Works Office @9.00am |
Download |
|
Routine Maintenance of Othoo-Wangaya Road-Part B |
KERRA/011/39/GOK/17/18-101 |
OPEN |
Thursday,21st June,2018.Ahero Public Works Office @9.00am |
Download |
|
Routine Maintenance of Kongou-Sangorota Road |
KERRA/011/39/G.O.K/2-48-17|18-094 |
OPEN |
Thursday,21st June,2018.Katito Market Centre @9.00am |
Download |
|
Routine Maintenance of Sondu-Nyamarimba Road |
KERRA/011/39/R13/10%/17/18-058 |
YWPD |
Thursday,21st June,2018.Katito Market Centre @9.00am |
Download |
|
Routine Maintenance of Sango-Nyadima Road |
KERRA/011/39/G.O.K/2-48-17|18-097 |
YWPD |
Thursday,21st June,2018.Katito Market Centre @9.00am |
Download |
|
Routine Maintenance of Access Road To KERRA Office |
KERRA/011/39/10%/17/18-047 |
OPEN |
Friday,22nd June,2018.KeRRA Kisumu Regional Office @9.00am |
Download |
Scope of Work
The scope of works shall be as described in the bid document.
Qualification for Tendering (Mandatory)
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Copy of Certificate of Incorporation /Registration
- Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising Licenses from NCA
- Copy of Certificate of Valid Tax Compliance Verified from KRA website
- Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
- Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified
- Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)
NOTE:
- All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
- Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
- Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified
- ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
- To enhance equity, Bidders may bid for more than two tenders in a Constituency pursuant to this tender notice in the Seven (7) Constituencies but can only be considered for two contracts in the entire region.
- Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
- Other Requirements are as specified in the respective tender documents.
The Criteria of Evaluation of Bids
The Criteria shall be as described in the Tender Documents
Tender Documents
Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads Authority-Kisumu Region as from 19th June 2018, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196, Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).
Bid Submission
Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-
The Regional Manager,
Kenya Rural Roads Authority
P.O.Box 1448- 40100 Kisumu.
Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 27th June 2018 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
Procurement Officer
For: REGIONAL MANAGER
KeRRA is ISO 9001: 2008 CERTIFIED
Opening up Rural Kenya
KISUMU REGIONAL OFFICE
TENDER NOTICE
ROUTINE MAINTENANCE OF ROADS IN KISUMU REGION FOR FINANCIAL YEAR 2018/2019
13th December 2018
The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the RMLF Fund for Financial Year 2018/2019
|
CONSTITUENCY |
PROJECT NAME |
TENDER NUMBER |
SITE VISIT DATE & VENUE |
TARGET GROUP |
Download | |
|
Muhoroni |
|
|
20/12/2018 Ahero Public Works Office. |
|
Download | |
|
1 |
Access To Cdf Office-Ngeny Road |
“ |
YOUTHS |
Download | ||
|
2 |
Miwani – Chemason Road |
“ |
PWD’S |
Download | ||
|
3 |
Kopere-Songhor Road |
“ |
OPEN |
Download | ||
|
4 |
Lie Lango-Ombeyi Road |
“ |
OPEN |
Download | ||
|
5 |
Ombeyi - Masogo Road |
“ |
OPEN |
Download | ||
|
6 |
Masogo – Kibigori Road |
“ |
OPEN |
Download | ||
|
7 |
Ombeyi – Miwani Road |
“ |
YOUTHS |
Download | ||
|
8 |
Ahero–Ombeyi Road |
“ |
OPEN |
Download | ||
|
KISUMU CENTRAL |
PROJECT NAME |
TENDER NUMBER |
SITE VISIT DATE & VENUE 21/12/2018 REGIONAL OFFICE |
TARGET GROUP |
Download | |
|
1 |
Mamboleo Riat Road |
“ |
OPEN |
Download | ||
|
2 |
Migosi Jnct – Lolwe |
“ |
OPEN |
Download | ||
|
3 |
Otonglo-Riat Lower Road |
“ |
PWD’S |
Download | ||
|
4 |
Western Wigwa - Ring Road |
“ |
OPEN |
Download | ||
|
5 |
Kenya Breweries Nyawita Road |
“ |
OPEN |
Download | ||
|
6 |
Ogango-Star Hospital Road |
“ |
WOMEN |
Download | ||
|
7 |
Tako – Kapuothe Road |
“ |
YOUTHS |
Download | ||
|
8 |
Sewage – Riat Road |
“ |
YOUTHS |
Download | ||
|
9 |
Access To Kerra Offices Road |
“ |
YOUTHS |
Download | ||
|
NYAKACH |
PROJECT NAME |
TENDER NUMBER |
SITE VISIT DATE & VENUE 19/12/2018 AHERO PUBLIC WORKS OFFICE |
TARGET GROUP |
Download | |
|
1 |
Obuora – Dirubi Road |
“ |
OPEN |
Download | ||
|
2 |
Dirubi - Sondu Road |
“ |
WOMEN |
Download | ||
|
3 |
Pap Onditi – Bodi Road |
“ |
OPEN |
Download | ||
|
4 |
Nyadima – Sangorota Road |
“ |
OPEN |
Download | ||
|
5 |
Kanyamlori –Cherwa Road |
“ |
YOUTHS |
Download | ||
|
6 |
Sango–Nyadima Road |
“ |
PWD’S |
Download | ||
|
7 |
Nyamarimba -Jnc G1 Road |
“ |
“ |
Download | ||
|
KISUMU EAST |
PROJECT NAME |
TENDER NUMBER |
SITE VISIT DATE & VENUE 17/12/2018 REGIONAL OFFICE |
TARGET GROUP |
Download | |
|
1 |
Chiga-Obuso Road |
“ |
OPEN |
Download | ||
|
2 |
Kibos-Chiga Road |
“ |
WOMEN |
Download | ||
|
3 |
End Of Slab-Kaseta Road |
“ |
OPEN |
Download | ||
|
4 |
Foerst-End Slab Road |
“ |
OPEN |
Download | ||
|
5 |
Carwash – Kibos Road |
“ |
OPEN |
Download | ||
|
KISUMU WEST |
PROJECT NAME |
TENDER NUMBER |
SITE VISIT DATE & VENUE 17/12/2018 REGIONAL OFFICE |
TARGET GROUP |
Download | |
|
1 |
Riat-Sinyolo-Kigadahi Road |
“ |
YOUTHS |
Download | ||
|
2 |
Riat-Nyahera Road |
“ |
OPEN |
Download | ||
|
4 |
Chulaimbo-Maseno Road |
“ |
OPEN |
Download | ||
|
5 |
Kisian-Kaloka Road |
“ |
OPEN |
Download | ||
|
6 |
Coptic - Kona Mbaya Road |
“ |
WOMEN |
Download | ||
|
SEME |
PROJECT NAME |
TENDER NUMBER |
SITE VISIT DATE & VENUE 18/12/2018 HOLO MARKET |
TARGET GROUP |
Download | |
|
1 |
Akado – Kolwenyo Road |
“ |
OPEN |
Download | ||
|
2 |
Korumba – Kawega |
“ |
WOMEN |
Download | ||
|
3 |
Orengo-Okiro-Agwanya Road |
“ |
OPEN |
Download | ||
|
4 |
Kit Mikayi - Lunga Pri Sch Road |
“ |
YOUTHS |
Download | ||
|
NYANDO |
PROJECT NAME |
TENDER NUMBER |
SITE VISIT DATE & VENUE 21/12/2018 AHERO PUBLIC WORKS |
Download | ||
|
1 |
Lake Victoria – Riat Road |
“ |
PWD’S |
Download | ||
|
2 |
Riat–Ahero Road |
“ |
OPEN |
Download | ||
|
3 |
Korowe – Withur Road |
“ |
YOUTHS |
Download | ||
|
4 |
Withur–Nyangande Road |
“ |
YOUTHS |
Download | ||
|
5 |
Awach Awasi Road |
“ |
PWD’S |
Download | ||
|
6 |
Othoo - Oriedo - Magendo Road |
“ |
OPEN |
Download | ||
|
7 |
Ranjira Nur Sch-Okana Nam Road |
“ |
OPEN |
Download | ||
|
8 |
Wangneno - Olasi – Kapserok Road |
“ |
OPEN |
Download | ||
|
9 |
Rabuor-Withur Road |
“ |
PWD’S |
Download | ||
Scope of Work
The scope of works shall be as described in the bid document.
Qualification for Tendering (Mandatory)
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Copy of Certificate of Incorporation /Registration
- Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising Licenses from NCA
- Copy of Certificate of Valid Tax Compliance Verified from KRA website
- Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
- Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified
- Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)
NOTE:
- All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
- Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
- Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified
- ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
- Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
- Other Requirements are as specified in the respective tender documents.
The Criteria of Evaluation of Bids
The Criteria shall be as described in the Tender Documents
Tender Documents
Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads Authority-Kisumu Region as from 17th December 2018, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196, Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).
Pre tender site visit
Mandatory pre tender site visit shall be held on the date and time as per schedule above, starting at the indicated place 9.00am.
Bid Submission
Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-
The Regional Manager,
Kenya Rural Roads Authority
P.O.Box 1448- 40100 Kisumu.
Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 8th January 2019 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.Procurement Officer
For: REGIONAL MANAGER
KeRRA is ISO 9001: 2008 CERTIFIED
Opening up Rural Kenya
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Savings Funds for FY 2019-20.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
Download |
|
KISUMU EAST CONSTITUENCY |
|||||
|
1 |
MOWLEM-RAGUMO(P238) ROAD KeRRA/011/39/P238/KSM/EAST/GOK(S)/2-48-19/20-128 |
C |
Bidders to arrange own visit |
General |
Download |
|
2 |
MANYATTA-CHIGA(N29) ROAD KeRRA/011/39/N29/KSM/EAST/GOK(S)/2-48-19/20-123 |
C |
Bidders to arrange own visit |
General |
Download |
|
3 |
KIBOS-ANGOLA-RABUOR(P238) ROAD KeRRA/011/39/P238/KSM/EAST/GOK(S)/2-48-19/20-124 |
C |
Bidders to arrange own visit |
Women |
Download |
|
KISUMU WEST CONSTITUENCY |
|||||
|
1 |
KISIAN-ROTA(P78) ROAD KeRRA/011/39/P78/KSM/WEST/GOK(S)/2-48-19/20-121 |
C |
Bidders to arrange own visit |
PWD |
Download |
|
2 |
KISIAN-KALOKA(K13) ROAD KeRRA/011/39/K13/KSM/WEST/GOK(S)/2-48-19/20-122 |
C |
Bidders to arrange own visit |
General |
Download |
|
KISUMU CENTRAL CONSTITUENCY |
|||||
|
1 |
MAMBOLEO-RIAT(K11) ROAD KeRRA/011/39/K11/KSM/CENTRAL/GOK(S)/2-48-19/20-125 |
C |
Bidders to arrange own visit |
General |
Download |
|
SEME CONSTITUENCY |
|||||
|
1 |
KOMBEWA-KORUMBA(F6082) ROAD KeRRA/011/39/F6082/KSM/SEME/GOK(S)/2-48-19/20-126 |
C |
Bidders to arrange own visit |
Youth |
Download |
|
2 |
KORUMBA-KAWEGA(F6082) ROAD KeRRA/011/39/F6082/KSM/SEME/GOK(S)/2-48-19/20-127 |
C |
Bidders to arrange own visit |
General |
Download |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- You MUST attach the following copies of MANDATORY requirements:
- Certified Certificate of incorporation (by commissioner of oaths)
- Valid Registration certificate with National Construction Authority (NCA) NCA 8 and above.
- Valid and Current Practicing License with National Construction Authority (NCA)
- VAT & PIN Certificate
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified current and valid Certificates of Registration from the National Treasury and copies of National Identification cards for the directors for Youth, Women and People with Disability for those bidding for roads in that category
- Recent/Current CR12 generated forms for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history (sworn affidavit), certificates and CV’S of key personnel, experience in similar works (in scope and amount) as per the evaluation criteria in the tender document,
- Bank statements in the name of the firm for the last three months from the date of tender for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different constituencies.
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- Bidders are requested to submit the Tender Document as it is uploaded in the website.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 4th May, 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Thursday 13th May, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of the first Twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Downlaod Tender Notice Here
Downoad Addedum Notice 1 Here
KENYA RURAL ROADS AUTHORITY
Tel: 055-22003/22004 Regional Director
055-22003/22004 Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it./ This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
Fax: 2710442
30th April, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK, 10%CS & AIA Funds for FY 2020-21.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
KISUMU EAST CONSTITUENCY |
||||
|
1 |
KIBOS-KUNYA-TIDO B (P257) ROAD KeRRA/011/39/P257/KSM/EAST/GOK/2-48-20/21-072 |
C |
Bidders to arrange own visit |
General |
|
2 |
KIBOS-NYAMASARIA B (P297) ROAD KeRRA/011/39/P297/KSM/EAST/GOK/2-48-20/21-073 |
C |
Bidders to arrange own visit |
General |
|
3 |
ORONGO-NYAMWARE B (F6091) ROAD KeRRA/011/39/F6091/KSM/EAST/GOK/2-48-20/21-074 |
C |
Bidders to arrange own visit |
Women |
|
4 |
TIDO-MBEME B (P325) ROAD KeRRA/011/39/P325/KSM/EAST/GOK/2-48-20/21-081 |
C |
Bidders to arrange own visit |
General |
|
5 |
ANGIRA SCH-MAMBOLEO(C674) ROAD KeRRA/011/39/C674/KSM/EAST/10%CS/2-48-20/21-083 |
C |
Bidders to arrange own visit |
Youth |
|
6 |
OGANGO SCH-GLORY SCH-MBEME SCH(P325) ROAD KeRRA/011/39/P325/KSM/EAST/10%CS/2-48-20/21-082 |
C |
Bidders to arrange own visit |
General |
|
MUHORONI CONSTITUENCY |
||||
|
1 |
MUHORONI-TAMU(C677) ROAD KeRRA/011/39/C677/KSM/MUHORONI/AIA/2-48-20/21-054 |
C |
Bidders to arrange own visit |
General |
|
2 |
NGERE-KAGORO(G63238) ROAD KeRRA/011/39/G63238/KSM/MUHORONI/AIA/2-48-20/21-080 |
C |
Bidders to arrange own visit |
Women |
|
3 |
NYANGOTO-MITANDO A (G63198) ROAD KeRRA/011/39/G63198/KSM/MUHORONI/GOK/2-48-20/21-075 |
C |
Bidders to arrange own visit |
General |
|
4 |
NYANGOTO-MITANDO B (G63198) ROAD KeRRA/011/39/G63198/KSM/MUHORONI/GOK/2-48-20/21-076 |
C |
Bidders to arrange own visit |
General |
|
KISUMU CENTRAL CONSTITUENCY |
||||
|
1 |
ACCESS TO UZIMA UNIVERSITY(K11) ROAD KeRRA/011/39/K11/KSM/CENTRAL/AIA/2-48-20/21-053 |
C |
Bidders to arrange own visit |
General |
|
SEME CONSTITUENCY |
||||
|
1 |
BODI-ALWALA A(G62410) ROAD KeRRA/011/39/G62410/KSM/SEME/GOK/2-48-20/21-067 |
C |
Bidders to arrange own visit |
General |
|
2 |
BODI-ALWALA B(G62410) ROAD KeRRA/011/39/G62410/KSM/SEME/GOK/2-48-20/21-077 |
C |
Bidders to arrange own visit |
PWD |
|
3 |
HOLO-EKWANDA(G93234) ROAD KeRRA/011/39/G93234/KSM/SEME/10%CS/2-48-20/21-066 |
C |
Bidders to arrange own visit |
General |
|
NYAKACH CONSTITUENCY |
||||
|
1 |
KATITO-MAGUNGA A (G63161) ROAD KeRRA/011/39/G63161/KSM/NYAKACH/GOK/2-48-20/21-079 |
C |
Bidders to arrange own visit |
General |
|
2 |
KATITO-MAGUNGA B (G63161) ROAD KeRRA/011/39/G63161/KSM/NYAKACH/GOK/2-48-20/21-078 |
C |
Bidders to arrange own visit |
Youth |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- You MUST attach the following copies of MANDATORY requirements:
- Certified Certificate of incorporation (by commissioner of oaths)
- Valid Registration certificate with National Construction Authority (NCA) NCA 8 and above.
- Valid and Current Practicing License with National Construction Authority (NCA)
- VAT & PIN Certificate
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified current and valid Certificates of Registration from the National Treasury and copies of National Identification cards for the directors for Youth, Women and People with Disability for those bidding for roads in that category
- Recent/Current CR12 generated forms for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history (sworn affidavit), certificates and CV’S of key personnel, experience in similar works (in scope and amount) as per the evaluation criteria in the tender document,
- Bank statements in the name of the firm for the last three months from the date of tender for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different constituencies.
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Bidders are requested to submit the Tender Document as it is uploaded in the website.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
- Bidders are requested to submit the Tender Document as it is uploaded in the website.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday, 4th May, 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Thursday 13th May, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of the first Twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
18th October, 2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% RMLF Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
KISUMU CENTRAL CONSTITUENCY |
||||
|
1. |
P24_Kisumu:ACCESS TO KERRA- UZIMA UNIVERSITY ROAD KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-024 |
C |
23rd October, 2023 |
General |
|
2. |
P212_Kisumu:EZRA GUMBE – MAMBOLEO ROAD KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-025 |
N/A |
23rd October, 2023 |
Women |
|
3. |
P63_Kisumu: JOEL OMINO PRI.- KATUORO- SHAKEEL FOOTBRIDGE ROAD KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-026 |
C |
23rd October, 2023 |
General |
|
4. |
P206_Kisumu: OBUNGA – KUDHO ROAD KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-027 |
C |
23rd October, 2023 |
General |
|
5. |
P71_Kisumu:TOYOTA KENYA BANDANI ROAD KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-028 |
N/A |
23rd October, 2023 |
Youth |
|
KISUMU EAST CONSTITUENCY |
||||
|
1. |
C852: CHIGA - LIE LANGO ROAD |
C |
23rd October, 2023 |
General |
|
2. |
C853: KIBOS – CHIGA ROAD |
N/A |
23rd October, 2023 |
Youth |
|
3. |
P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD |
N/A |
23rd October, 2023 |
Women |
|
4. |
P297_Kisumu: D290 – NYAMASARIA ROAD |
C |
23rd October, 2023 |
General |
|
KISUMU WEST CONSTITUENCY |
||||
|
1. |
D1593: KIBOSWA- DARAJA MBILI ROAD |
C |
23rd October, 2023 |
General |
|
2. |
D1801: RIAT -SINYOLO-KIGADAHI ROAD |
C |
23rd October, 2023 |
General |
|
3. |
P102_Kisumu: KIBOSWA OBEDE- DAGO ROAD |
C |
23rd October, 2023 |
General |
|
4. |
G62511: DARAJA MBILI- HUMA ROAD |
N/A |
23rd October, 2023 |
Women |
|
5. |
P109_Kisumu: DAGO ULALO ROAD |
C |
23rd October, 2023 |
General |
|
MUHORONI CONSTITUENCY |
||||
|
1. |
C851: OMBEYI – MIWANI ROAD |
N/A |
24th October, 2023 |
Persons With Disability |
|
2. |
C851: AHERO – OMBEYI ROAD |
C |
24th October, 2023 |
General |
|
3. |
C852: OMBEYI – MASOGO ROAD |
C |
24th October, 2023 |
General |
|
4. |
C852: MASOGO – KIBIGORI ROAD |
N/A |
24th October, 2023 |
Women |
|
5. |
C677: MUHORONI- SONGHOR ROAD |
C |
24th October, 2023 |
General |
|
NYAKACH CONSTITUENCY |
||||
|
1. |
C757: NYAMARIMBA –OBOCH ROAD |
N/A |
24th October, 2023 |
Youth |
|
2. |
C757: KOLWENY -MBUGRA-NYAMARIMBA ROAD |
N/A |
24th October, 2023 |
Women |
|
3. |
C758: OBUORA – DIRUBI ROAD |
C |
24th October, 2023 |
General |
|
4. |
C758: NYAMARIMBA – OBUORA ROAD |
C |
24th October, 2023 |
General |
|
NYANDO CONSTITUENCY |
||||
|
1. |
C851: RIAT – AHERO ROAD |
N/A |
24th October, 2023 |
Youth |
|
2. |
C851: LAKE VICTORIA – RIAT ROAD |
C |
24th October, 2023 |
General |
|
3. |
C854: KOROWE – NYANGANDE ROAD |
C |
24th October, 2023 |
General |
|
4. |
C854: POMBO- NYAMRUNDU ROAD |
C |
24th October, 2023 |
General |
|
SEME CONSTITUENCY |
||||
|
1. |
C800: OTWERO PRI.- AWACH ROAD |
N/A |
25th October, 2023 |
Persons With Disability |
|
2. |
F6082: BODI - ASAT BEACH ROAD |
N/A |
25th October, 2023 |
Youth |
|
3. |
G62384: KOLWEYO – HARAMBEE ROAD |
N/A |
25th October, 2023 |
Women |
|
4. |
G62410: BODI – ALWALA ROAD |
C |
25th October, 2023 |
General |
|
5. |
G62499: OGAL- HOLO( NYAGUDA- KALOKA) ROAD |
C |
25th October, 2023 |
General |
|
6. |
G62429: KOMBEWA- ASOL ROAD |
C |
25th October, 2023 |
General |
INSTRUCTIONS TO TENDERERS
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
- Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.
Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
18th October, 2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% Savings Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
KISUMU EAST CONSTITUENCY |
||||
|
1. |
P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD |
N/A |
23rd October, 2023 |
Youth |
|
SEME CONSTITUENCY |
||||
|
1. |
G62371: RERU – OPAPLA ROAD |
N/A |
25th October, 2023 |
Women |
|
NYAKACH CONSTITUENCY |
||||
|
1. |
E6129: PAP ONDITI- BODI ROAD |
C |
24th October, 2023 |
General |
|
MUHORONI CONSTITUENCY |
||||
|
1. |
C851: AHERO- OMBEYI ROAD |
C |
24th October, 2023 |
General |
|
NYANDO CONSTITUENCY |
||||
|
1. |
C854: KOROWE- WITHUR ROAD |
C |
24th October, 2023 |
General |
|
KISUMU WEST CONSTITUENCY |
||||
|
1. |
D1801: RIAT -SINYOLO-KIGADAHI ROAD |
C |
23rd October, 2023 |
General |
|
KISUMU CENTRAL CONSTITUENCY |
||||
|
1. |
P308_Kisumu: JOEL OMINO PRI.- KATWORO ROAD |
N/A |
23rd October, 2023 |
Persons With Disability |
INSTRUCTIONS TO TENDERERS
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
- Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.
Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
21st August, 2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%CS & GOK Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
1. |
G62398: KINDU- RAPOGI- RERU ROAD |
N/A |
Thursday, 24th August, 2023 |
Persons With Disability |
|
2. |
G62364: RAMUYA- NYAUNDI- KONDIGO ROAD |
N/A |
Thursday, 24th August, 2023 |
Youth |
|
3. |
C800: SANDAKI - KONDIK(OPASI- OTWERO PRIMARY ACCESS) ROAD |
C |
Thursday, 24th August, 2023 |
General |
|
4. |
C800: KONDIK – ANGWAYA ROAD |
C |
Thursday, 24th August, 2023 |
General |
|
5. |
F6082: KORUMBA(AROM) – KAWEGA ROAD |
C |
Thursday, 24th August, 2023 |
General |
|
6. |
G62425: KOWE- AGWAYA ROAD |
C |
Thursday, 24th August, 2023 |
General |
|
7. |
G62437: KITMIKAYI- GOT ODONGO ROAD |
N/A |
Thursday, 24th August, 2023 |
Women |
|
8. |
G62429: ASOL- RATA ROAD |
C |
Thursday, 24th August, 2023 |
General |
|
9. |
F6082: KAWEGA - ASAT BEACH(BODI- ALUNGO) ROAD |
C |
Thursday, 24th August, 2023 |
General |
|
10. |
N28: GOT NYABONDO- ST.JOHN ORIANG ROAD |
C |
Friday, 25th August, 2023 |
General |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
- Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.
Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 21st August, 2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 4th September, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Kenya Rural Roads Authority
KISUMU REGION
22% & 10% RMLF FUNDS FOR FY 2022-2023.
Date: 19th December, 2022
The Kenya Rural Roads Authority (Kisumu Region) wishes to inform firms/bidders wishing to participate in the recently advertised tenders for 22% & 10% RMLF Funds for FY 2022-2023 that the Tender Submission date has been extended to 28th December, 2022 at 10.00am.
All other instructions remain unchanged.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Kisumu Region
22% AND 10% RMLF FOR FY 2022-2023
Date: 22nd December 2022
ADDENDUM 2
The Kenya Rural Roads Authority (Kisumu) wishes to inform firms participating in the tenders for 22% and 10% FY 2022-2022 that clarification is deemed necessary calling for an addendum.
- Kindly take note that the tender document uploaded on the KeRRA official website for Contract numbers:
- KeRRA/008/39/KSM/22%CRC/NYAKACH/2-48-22/23-028 E6129: PAP ONDITI-BODI Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.-DOCUMENT DOWNLOAD
- KeRRA/008/39/KSM/10%CRC/NYAKACH/2-48-22/23-088 C757: NYAMARIMBA-OBOCH Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.-DOCUMENT DOWNLOAD
- Submission date and time remain unchanged as earlier communicated via addendum 1.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Kenya Rural Roads Authority
KISUMU REGION
22% & 10% RMLF FUNDS FOR FY 2022-2023.
Date: 28th December, 2022
The Kenya Rural Roads Authority (Kisumu Region) wishes to inform firms/bidders wishing to participate in the recently advertised tenders for 22% & 10% RMLF Funds for FY 2022-2023 that due to a technical hitch in uploading the Tender Documents in the KeRRA website for the past one week, the Tender Submission date has been extended to 3rd January, 2023 at 10.00am.
All other instructions remain unchanged.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Kenya Rural Roads Authority
Kisumu Region
22% AND 10% RMLF FOR FY 2022-2023
Date: 28th December 2022
The Kenya Rural Roads Authority (Kisumu) wishes to inform firms participating in the tenders for 22% and 10% FY 2022-2023 that clarification on the below tenders should be noted before submission.
- Bid document as earlier uploaded on the KeRRA official website for Contract numbers:
- KeRRA/008/39/KSM/22%CRC/KSM EAST/2-48-22/23-034 N28_KISUMU: GITA-FOREST Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.-REVISED BID DOCUMENT DOWNLOAD
- KeRRA/008/39/KSM/10%CRC/KSM EST/2-48-22/23-046 P238_KISUMU: KIBOS – ANGOLA-RABUOR Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.--REVISED BID DOCUMENT DOWNLOAD
- Submission date and time will be 3rd January 2023 at 10.00 am respectively.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Download Tender Notice Here
Download Addendum Notice 1
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
30th September 2021
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds for FY 2021-22.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
KISUMU WEST CONSTITUENCY |
||||
|
1 |
KIBOSWA-DARAJA MBILI(D1593) ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-039 |
C |
Bidders to arrange own visit |
General |
|
2 |
RIAT-SINYOLO-KIGADAHI(D1801) ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-042 |
N/A |
Bidders to arrange own visit |
Women |
|
3 |
RIAT-NYAHERA(D1893) ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-040 |
C |
Bidders to arrange own visit |
General |
|
4 |
CHULAIMBO-MASENO(F6084) ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-041 |
N/A |
Bidders to arrange own visit |
Youth |
|
5 |
KISIAN-KALOKA(K13) ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-043 |
C |
Bidders to arrange own visit |
General |
|
KISUMU EAST CONSTITUENCY
|
||||
|
1 |
CHIGA-DB NYANDO(C853)ROAD KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-015 |
C |
Bidders to arrange own visit |
General |
|
2 |
KIBOS-CHIGA(C853) ROAD KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-016 |
C |
Bidders to arrange own visit |
General |
|
3 |
END OF SLAB-KASETA(N28) ROAD KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-017 |
N/A |
Bidders to arrange own visit |
Youth |
|
4 |
GITA-FOREST(N28) ROAD KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-018 |
N/A |
Bidders to arrange own visit |
Women |
|
KISUMU CENTRAL CONSTITUENCY |
||||
|
1 |
MAMBOLEO-RIAT(K11) ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-050 |
C |
Bidders to arrange own visit |
General |
|
2 |
SEWAGE-RIAT(P71) ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-051 |
C |
Bidders to arrange own visit |
General |
|
3 |
OTONGLO-RIAT LOWER(PIPELINE-RIAT B)(N26) ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-052 |
C |
Bidders to arrange own visit |
General |
|
4 |
ACCESS TO ST. PAUL KANYAKWAR PRIMARY(P24) ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-053 |
N/A |
Bidders to arrange own visit |
PWD |
|
5 |
WESTERN WIGWA-RING ROAD(P308) KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-054 |
C |
Bidders to arrange own visit |
General |
|
6 |
MIGOSI JUNCT-LOLWE(P206) ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-055 |
N/A |
Bidders to arrange own visit |
Women |
|
NYAKACH CONSTIYTUENCY |
||||
|
1 |
KONGOU-SANGOROTA(E6132) ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-022 |
N/A |
Bidders to arrange own visit |
Youth |
|
2 |
KANYAMLORI-CHERWA(E6137) ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-023 |
C |
Bidders to arrange own visit |
General |
|
3 |
DIRUBI-SONDU(C758) ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-024 |
N/A |
Bidders to arrange own visit |
PWD |
|
4 |
PAP ONDITI-STORE PAMBA(E6129) ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-025 |
C |
Bidders to arrange own visit |
General |
|
5 |
PAP ONDITI-BODI(E6129) ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-026 |
C |
Bidders to arrange own visit |
General |
|
MUHORONI CONSTITUENCY |
||||
|
1 |
LIELANGO-OMBEYI(C852) ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-009 |
C |
Bidders to arrange own visit |
General |
|
2 |
OMBEYI-MASOGO(C852) ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-010 |
C |
Bidders to arrange own visit |
General |
|
3 |
MASOGO-KIBIGORI(C852) ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-011 |
N/A |
Bidders to arrange own visit |
Women |
|
4 |
ACHEGO-TAMU(MUHORONI-SONGHOR-C677) ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-012 |
N/A |
Bidders to arrange own visit |
Youth |
|
NYANDO CONSTITUENCY |
||||
|
1 |
LAKE VICTORIA-RIAT(C851) ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-033 |
C |
Bidders to arrange own visit |
General |
|
2 |
OTHOO-ORIEDO-MAGENDO(E6135) ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-034 |
C |
Bidders to arrange own visit |
General |
|
3 |
AWACH-AWASI(D1887) ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-035 |
N/A |
Bidders to arrange own visit |
Women |
|
4 |
AHERO-APONDO(E6133) ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-036 |
N/A |
Bidders to arrange own visit |
PWD |
|
5 |
RIAT-AHERO(C851)ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-037 |
C |
Bidders to arrange own visit |
General |
|
6 |
RANJIRA NUR SCH-OKANA NAM(G62841) ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-038 |
C |
Bidders to arrange own visit |
General |
|
SEME CONSTITUENCY |
||||
|
1 |
ORENGO-OKIRO-AGWAYA(G62425) ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-004 |
C |
Bidders to arrange own visit |
General |
|
2 |
KOMBEWA-KORUMBA(-KOMBEWA-BODI-F6082) ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-005 |
C |
Bidders to arrange own visit |
General |
|
3 |
AKADO-KOLWENYO(E6124) ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-006 |
C |
Bidders to arrange own visit |
General |
|
4 |
KIT MIKAYI-LUNGA PRI SCH(G62437) ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-007 |
N/A |
Bidders to arrange own visit |
Youth |
|
5 |
RERU-OPAPLA(G62371) ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-008 |
N/A |
Bidders to arrange own visit |
Women |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- Bidders are required to attach copies of Company MANDATORY requirements.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 5th October 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 15th October, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Download Here Tender Notice
Download Here Addedum Notice 1
KENYA RURAL ROADS AUTHORITY
Tel: 055-22003/22004 Deputy Director
055-22003/22004 Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it./ This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
Fax: 2710442
8th January, 2021
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds for FY 2020-21.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
KISUMU EAST CONSTITUENCY |
||||
|
1 |
KIBOS-CHIGA(C853) ROAD KeRRA/011/39/C853/KSM/EAST/22%/2-48-20/21-028 |
C |
Bidders to arrange own visit |
General |
|
2 |
KIBOS-ANGOLA-RABUOR(P238) ROAD KeRRA/011/39/P238/KSM/EAST/22%/2-48-20/21-027 |
N/A |
Bidders to arrange own visit |
Youth |
|
3 |
END SLAB-KASETA(N28) ROAD KeRRA/011/39/N28/KSM/EAST/22%/2-48-20/21-026 |
N/A |
Bidders to arrange own visit |
PWD |
|
4 |
GITA-FOREST(N28) ROAD KeRRA/011/39/N28/KSM/EAST/22%/2-48-20/21-025 |
C |
Bidders to arrange own visit |
General |
|
KISUMU WEST CONSTITUENCY |
||||
|
1 |
RIAT-NYAHERA(D1893) ROAD KeRRA/011/39/D1893/KSM/WEST/22%/2-48-20/21-062 |
C |
Bidders to arrange own visit |
General |
|
2 |
KISIAN-KALOKA(K13) ROAD KeRRA/011/39/K13/KSM/WEST/22%/2-48-20/21-063 |
N/A |
Bidders to arrange own visit |
Women |
|
3 |
RIAT-SINYOLO-KIGADAHI(D1801) ROAD KeRRA/011/39/D1801/KSM/WEST/22%/2-48-20/21-064 |
C |
Bidders to arrange own visit |
General |
|
4 |
CHULAIMBO-MASENO(F6084) ROAD KeRRA/011/39/F6084/KSM/WEST/22%/2-48-20/21-065 |
C |
Bidders to arrange own visit |
General |
|
5 |
KIBOSWA-DARAJA MBILI(D1593) ROAD KeRRA/011/39/D1593/KSM/WEST/22%/2-48-20/21-071 |
C |
Bidders to arrange own visit |
General |
|
MUHORONI CONSTITUENCY |
||||
|
1 |
MUHORONI-SONGHOR(C677) ROAD KeRRA/011/39/C677/KSM/MUHORONI/22%/2-48-20/21-031 |
C |
Bidders to arrange own visit |
General |
|
2 |
LIELANGO-OMBEYI(C852) ROAD KeRRA/011/39/C852/KSM/MUHORONI/22%/2-48-20/21-032 |
C |
Bidders to arrange own visit |
General |
|
3 |
OMBEYI-MASOGO(C852) ROAD KeRRA/011/39/C852/KSM/MUHORONI/22%/2-48-20/21-033 |
N/A |
Bidders to arrange own visit |
Women |
|
4 |
MASOGO-KIBIGORI(C852) ROAD KeRRA/011/39/C852/KSM/MUHORONI/22%/2-48-20/21-034 |
C |
Bidders to arrange own visit |
General |
|
KISUMU CENTRAL CONSTITUENCY |
||||
|
1 |
MIGOSI JUNCT-LOLWE(P206) ROAD KeRRA/011/39/P206/KSM/CENTRAL/22%/2-48-20/21-019 |
C |
Bidders to arrange own visit |
General |
|
2 |
MAMBOLEO-RIAT(K11) ROAD KeRRA/011/39/K11/KSM/CENTRAL/22%/2-48-20/21-020 |
N/A |
Bidders to arrange own visit |
Women |
|
3 |
OGANGO-STAR HOSPITAL(P243) ROAD KeRRA/011/39/P243/KSM/CENTRAL/22%/2-48-20/21-021 |
N/A |
Bidders to arrange own visit |
Women |
|
4 |
WESTERN WIGWA-RING ROAD(P308) ROAD KeRRA/011/39/P308/KSM/CENTRAL/22%/2-48-20/21-022 |
C |
Bidders to arrange own visit |
General |
|
5 |
OTONGLO-RIAT LOWER(N26) ROAD KeRRA/011/39/N26/KSM/CENTRAL/22%/2-48-20/21-023 |
C |
Bidders to arrange own visit |
General |
|
6 |
SEWAGE-RIAT(P71) ROAD KeRRA/011/39/P71/KSM/CENTRAL/22%/2-48-20/21-024 |
C |
Bidders to arrange own visit |
General |
|
SEME CONSTITUENCY |
||||
|
1 |
KORUMBA-KAWEGA(F6082) ROAD KeRRA/011/39/F6082/KSM/SEME/22%/2-48-20/21-048 |
N/A |
Bidders to arrange own visit |
PWD |
|
AKADO-KOLWENYO(E6124) ROAD KeRRA/011/39/E6124/KSM/SEME/22%/2-48-20/21-049 |
C |
Bidders to arrange own visit |
General |
|
|
2 |
ORENGO-OKIRO-AGWAYA(G62425) ROAD KeRRA/011/39/G62425/KSM/SEME/22%/2-48-20/21-050 |
C |
Bidders to arrange own visit |
General |
|
3 |
RERU-OPAPLA(G62371) ROAD KeRRA/011/39/G62371/KSM/SEME/22%/2-48-20/21-051 |
C |
Bidders to arrange own visit |
General |
|
4 |
KIT MIKAYI-LUNGA PRI SCH(G62437) ROAD KeRRA/011/39/G62437/KSM/SEME/22%/2-48-20/21-052 |
N/A |
Bidders to arrange own visit |
Youth |
|
NYANDO CONSTITUENCY |
||||
|
1 |
LAKE VICTORIA-RIAT(C851) ROAD KeRRA/011/39/C851/KSM/NYANDO/22%/2-48-20/21-038 |
C |
Bidders to arrange own visit |
General |
|
2 |
OTHOO-ORIEDO-MAGENDO(E6135) ROAD KeRRA/011/39/E6135/KSM/NYANDO/22%/2-48-20/21-039 |
C |
Bidders to arrange own visit |
General |
|
3 |
RIAT-AHERO(C851) ROAD KeRRA/011/39/C851/KSM/NYANDO/22%/2-48-20/21-040 |
C |
Bidders to arrange own visit |
General |
|
4 |
RANJIRA NUR SCH-OKANA NAM(G62841) ROAD KeRRA/011/39/G62841/KSM/NYANDO/22%/2-48-20/21-041 |
N/A |
Bidders to arrange own visit |
Women |
|
5 |
AWACH-AWASI(D1887) ROAD KeRRA/011/39/D1887/KSM/NYANDO/22%/2-48-20/21-042 |
N/A |
Bidders to arrange own visit |
Youth |
|
6 |
AHERO-APONDO(E6133) ROAD KeRRA/011/39/E6133/KSM/NYANDO/22%/2-48-20/21-043 |
C |
Bidders to arrange own visit |
General |
|
NYAKACH CONSTITUENCY |
||||
|
1 |
PAP ONDITI-BODI(E6129) ROAD KeRRA/011/39/E6129/KSM/NYAKACH/22%/2-48-20/21-055 |
C |
Bidders to arrange own visit |
General |
|
2 |
KONGOU-SANGOROTA(E6132) ROAD KeRRA/011/39/E6132/KSM/NYAKACH/22%/2-48-20/21-056 |
N/A |
Bidders to arrange own visit |
Youth |
|
3 |
URUDI-PAW TANGE ECD(E6137) ROAD KeRRA/011/39/E6137/KSM/NYAKACH/22%/2-48-20/21-057 |
C |
Bidders to arrange own visit |
General |
|
4 |
KANYAMLORI-CHERWA(E6137) ROAD KeRRA/011/39/E6137/KSM/NYAKACH/22%/2-48-20/21-058 |
C |
Bidders to arrange own visit |
General |
INSTRUCTIONS TO TENDERES
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- You MUST attach the following copies of MANDATORY requirements:
- Certified Certificate of incorporation (by commissioner of oaths)
- Valid Registration certificate with National Construction Authority (NCA) NCA 8 and above
- Valid and Current Practicing License with National Construction Authority (NCA)
- VAT & PIN Certificate
- Valid Tax Compliance Certificate (To be verified from the KRA TCC Checker)
- Dully filled and stamped form of tender
- Dully filled confidential business questionnaire
- Certified current and valid Certificates of Registration from the National Treasury and copies of National Identification cards for the directors for Youth, Women and People with Disability for those bidding for roads in that category
- Recent/Current CR12 generated forms for the last 12 months indicating Directors, Nationality, shareholding
- Provide litigation history (sworn affidavit), certificates and CV’S of key personnel, experience in similar works (in scope and amount) as per the evaluation criteria in the tender document,
- Bank statements in the name of the firm for the last three months from the date of tender for the General tenders and Proof of bank account in the name of the firm for reserved tenders
- A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different constituencies.
- Bidders MUST serialize all the pages of their tender documents.
- Bidders MUST provide all the information required as per the tender document.
- Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
- Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 12th January 2021.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Deputy Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 22nd January 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of the first twenty (20) contractors to arrive.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Deputy Director
KISUMU REGION
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
18th October, 2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
|
KISUMU CENTRAL CONSTITUENCY |
|||||
|
1. |
P24_Kisumu: ACCESS TO ST. PAUL KANYAKWAR PRIMARY ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-011 |
N/A |
23rd October, 2023 |
Persons With Disability |
DOWNLOAD |
|
2. |
P241_Kisumu:CALL BOX- WHITE GATE ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-012 |
N/A |
23rd October, 2023 |
Youth |
|
|
3. |
P206:KENYA BREWARIES – NYAWITA ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-013 |
N/A |
23rd October, 2023 |
Women |
|
|
4. |
N26_Kisumu:KIREMBE – USOMA ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-014 |
C |
23rd October, 2023 |
General |
|
|
5. |
K11_Kisumu: MAMBOLEO RIAT ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-015 |
C |
23rd October, 2023 |
General |
|
|
6. |
P206_Kisumu: MIGOSI JUNT – LOLWE ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-016 |
C |
23rd October, 2023 |
General |
|
|
7. |
P243:OGANGO - STAR HOSPITAL ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-017 |
N/A |
23rd October, 2023 |
Youth |
|
|
8. |
P266_Kisumu: OMBINJU CORNER MBAYA ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-018 |
C |
23rd October, 2023 |
General |
|
|
9. |
N26_Kisumu: OTONGLO-RIAT LOWER ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-019 |
C |
23rd October, 2023 |
General |
|
|
10. |
P71:SEWAGE – RIAT ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-020 |
N/A |
23rd October, 2023 |
Women |
|
|
11. |
P63_Kisumu: TAKO – KAPUOTHE ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-021 |
N/A |
23rd October, 2023 |
Youth |
|
|
12. |
P207_Kisumu:TUNNEL-KONDELE ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-022 |
C |
23rd October, 2023 |
General |
|
|
13. |
P308_Kisumu:WESTERN WIGWA - RING ROAD KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-023 |
N/A |
23rd October, 2023 |
Women |
|
|
KISUMU EAST CONSTITUENCY |
|||||
|
1. |
C853: CHIGA - DB NYANDO ROAD |
C |
23rd October, 2023 |
General |
|
|
2. |
C853: KIBOS – CHIGA ROAD |
C |
23rd October, 2023 |
General |
|
|
3. |
N28_Kisumu:END OF SLAB – KASETA ROAD |
C |
23rd October, 2023 |
General |
|
|
4. |
P147: OSIEPE- ONGADI ROAD |
C |
23rd October, 2023 |
General |
|
|
5. |
N28_Kisumu:GITA – FOREST ROAD |
N/A |
23rd October, 2023 |
Youth |
|
|
6. |
P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD |
N/A |
23rd October, 2023 |
Women |
|
|
KISUMU WEST CONSTITUENCY |
|||||
|
1. |
K13_Kisumu: KISIAN KALOKA ROAD |
C |
23rd October, 2023 |
General |
|
|
2. |
K13_Kisumu: OBAMBO- OGAL BEACH ROAD |
N/A |
23rd October, 2023 |
Women |
|
|
3. |
F6084: CHULAIMBO – MASENO ROAD |
C |
23rd October, 2023 |
General |
|
|
4. |
P76_KSM:LWALA JNCT- PAW AKUCHE ROAD |
C |
23rd October, 2023 |
General |
|
|
5. |
P76_KSM: OJOLLA- LWALA JNCT ROAD |
N/A |
23rd October, 2023 |
Youth |
|
|
6. |
UK42_006: LELA- LWALA JUNCTION ROAD |
C |
23rd October, 2023 |
General |
|
|
7. |
D1893: RIAT- AKINGILI ROAD |
N/A |
23rd October, 2023 |
Women |
|
|
8. |
D1893: RIAT NYAHERA ROAD |
C |
23rd October, 2023 |
General |
|
|
9. |
P78: KISIAN- OGONGO- KODIAGA ROAD |
C |
23rd October, 2023 |
General |
|
|
MUHORONI CONSTITUENCY |
|||||
|
1. |
C674: CHEMELIL – ACHEGO ROAD |
N/A |
24th October, 2023 |
Persons With Disability |
|
|
2. |
E6165: SHIRIKA- SAUSET ROAD |
C |
24th October, 2023 |
General |
|
|
3. |
G63459: CHEMELIL- NYAKUNGURU- OMANYI ROAD |
C |
24th October, 2023 |
General |
|
|
4. |
D1892: YAO BOX CULVERT ROAD |
N/A |
24th October, 2023 |
Youth |
|
|
5. |
D1892: OBUMBA- ORENGE ROAD |
C |
24th October, 2023 |
General |
|
|
6. |
G63355: ACCESS TO ORENGE ROAD |
C |
24th October, 2023 |
General |
|
|
7. |
E6161: KORU – FORTENAN ROAD |
C |
24th October, 2023 |
General |
|
|
8. |
C852: LIE LANGO – OMBEYI ROAD |
N/A |
24th October, 2023 |
Women |
|
|
9. |
G63387:ST. BONIFACE MAGARE ROAD |
C |
24th October, 2023 |
General |
|
|
NYAKACH CONSTITUENCY |
|||||
|
1. |
C758: DIRUBI - SONDU ROAD KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-029 |
C |
24th October, 2023 |
General |
|
|
2. |
E6129: PAP ONDITI- STORE PAMBA ROAD |
C |
24th October, 2023 |
General |
|
|
3. |
E6137: URUDI- PAW TANGE ROAD |
N/A |
24th October, 2023 |
Youth |
|
|
4. |
E6137: KANYAMLORI – CHERWA ROAD |
C |
24th October, 2023 |
General |
|
|
5. |
E6131: OROBI- ANDINGO OPANGA ROAD |
N/A |
24th October, 2023 |
Women |
|
|
6. |
E6132: SANGOROTA - KONG_OU ROAD |
C |
24th October, 2023 |
General |
|
|
7. |
E6129: PAP ONDITI – BODI ROAD |
C |
24th October, 2023 |
General |
|
|
NYANDO CONSTITUENCY |
|||||
|
1. |
G62841: RANJIRA NUR SCH-OKANA NAM ROAD |
N/A |
24th October, 2023 |
Persons With Disability |
|
|
2. |
E6133: AHERO- APONDO ROAD |
C |
24th October, 2023 |
General |
|
|
3. |
G62850: WITHUR – RIAT ROAD |
C |
24th October, 2023 |
General |
|
|
4. |
D1886: BOYA- MAGENDO ROAD |
C |
24th October, 2023 |
General |
|
|
5. |
E6135: OTHO - ORIEDO – MAGENDO ROAD |
N/A |
24th October, 2023 |
Youth |
|
|
6. |
E6135: NYALENDA- NYIRENDA ROAD |
N/A |
24th October, 2023 |
Women |
|
|
SEME CONSTITUENCY |
|||||
|
1. |
E6124: AKADO – KOLWENYO ROAD |
C |
25th October, 2023 |
General |
|
|
2. |
G62371: RERU – OPAPLA ROAD |
N/A |
25th October, 2023 |
Persons With Disability |
|
|
3. |
G62499: HOLO-EKWANDA ROAD |
C |
25th October, 2023 |
General |
|
|
4. |
G62508: RODI - NYAMISRI – KALOKA ROAD |
C |
25th October, 2023 |
General |
|
|
5. |
G62384: HARAMBEE- DAGO ROAD |
C |
25th October, 2023 |
General |
|
|
6. |
G62404: KONAM - RERU-MANYWANDA ROAD |
C |
25th October, 2023 |
General |
|
|
7. |
G62410: ALWALA- KIRINDO ROAD |
N/A |
25th October, 2023 |
Youth |
|
|
8. |
F6082: KOMBEWA- OTENGA JNCT ROAD |
C |
25th October, 2023 |
General |
|
INSTRUCTIONS TO TENDERERS
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
- Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.
Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
23rd May, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% SAVINGS RMLF Funds for FY 2020-21.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
NYAKACH CONSTITUENCY |
||||
|
1. |
KONGOU – SANGOROTA(E6132)ROAD KERRA/011/39/KSM/22%SAVINGS/NYAKACH/2-48-20|21-109 |
C |
30th May, 2022 |
General |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to covid-19 and consequently the presidential directive issued, MANDATORY PRE-TENDER site visits shall be held between 30th May, 2022 from 8.00 am to 3.00 pm. Bidders are required to make their own arrangements in liaison with the respective CROs to visit the site, and have their site visit Certificate signed by the respective Constituency Roads Officers.
- Bidders are required to attach copies of Company MANDATORY requirements.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 25th May, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 6th June, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
18th October, 2023
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% Savings Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
KISUMU EAST CONSTITUENCY |
||||
|
1. |
C853: CHIGA - DB NYANDO ROAD |
N/A |
23rd October, 2023 |
Women |
|
SEME CONSTITUENCY |
||||
|
1. |
G62410: BODI – ALWALA ROAD |
C |
25th October, 2023 |
General |
|
2. |
G62425: ORENGO - OKIRO – AGWAYA ROAD |
N/A |
25th October, 2023 |
Persons With Disability |
|
3. |
F6082: KORUMBA- BODI ROAD |
C |
25th October, 2023 |
General |
|
NYAKACH CONSTITUENCY |
||||
|
1. |
E6137: KANYAMLORI- CHERWA ROAD |
N/A |
24th October, 2023 |
Women |
|
2. |
C758: DIRUBI - SONDU ROAD |
N/A |
24th October, 2023 |
Youth |
|
MUHORONI CONSTITUENCY |
||||
|
1. |
G63238: OTHOO- WANGAYA ROAD |
C |
24th October, 2023 |
General |
|
NYANDO CONSTITUENCY |
||||
|
1. |
E6135: OTHO - ORIEDO – MAGENDO ROAD |
N/A |
24th October, 2023 |
Women |
|
2. |
C851: AHERO- OMBAKA ROAD |
C |
24th October, 2023 |
General |
|
3. |
G62850: WITHUR – RIAT ROAD |
N/A |
24th October, 2023 |
Youth |
|
KISUMU WEST CONSTITUENCY |
||||
|
1. |
K13_Kisumu: KISIAN KALOKA ROAD |
C |
23rd October, 2023 |
General |
|
KISUMU CENTRAL CONSTITUENCY |
||||
|
1. |
P206_Kisumu: UZIMA UNIVERSITY- VICTORIA GARDENS ROAD |
C |
23rd October, 2023 |
General |
|
2. |
P22_KSM: SHAURI MOYO- PEFA CHURCH ROAD |
C |
23rd October, 2023 |
General |
INSTRUCTIONS TO TENDERERS
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
- Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
- All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.
Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
24th April 2019 The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the RMLF Fund for Financial Year 2018/2019
|
CONSTITU |
ENCY |
ROAD NAME |
CONTRACT NUMBER |
SITE VISIT DATE & VENUE |
|
Download | ||||||||||||
|
Kisumu Central |
Access To Kerra Office Road |
KERRA/011/39/P24/GOK/2-48-18|19-063 |
30/4/2019 Regional Office |
YOUTHS |
Download | |||||||||||||
|
Kisumu E |
ast |
|
“ |
|
||||||||||||||
|
“ |
D290-Nyamonge |
KERRA/011/39/U-P296/GOK/2-48-18|19-065 |
“ |
OPEN |
Download | |||||||||||||
|
“ |
Gita-Forest |
KERRA/011/39/N28/GOK/2-48-18|19-066 |
“ |
“ |
Download | |||||||||||||
|
Sem |
e |
Konam-Reru-Manywanda |
KERRA/011/39/G62404/GOK/2-48-18|19-068 |
30/4/2019 Holo |
|
WOMEN |
||||||||||||
|
Market |
|
|||||||||||||||||
|
Muhoroni |
Junct Koru-Forttenan |
KERRA/011/39/E61658/GOK/2-48-18|19-067 |
2/5/2019 Regional |
|
OPEN |
Download | ||||||||||||
|
Office |
||||||||||||||||||
|
“ |
Mamboleo-Miwani-Chemilil-Kipsitet |
KERRA/011/39/G62404/GOK/2-48-18|19-069 |
|
YOUTHS | ||||||||||||||
|
Nyando |
|
Ayweyo-Nyakongo |
KERRA/011/39/G63142/GOK/2-48-18|19064 |
2/5/2019 Ahero |
PWD’S | |||||||||||||
|
Public Works Office |
||||||||||||||||||
Scope of Work
The scope of works shall be as described in the bid document.
Qualification for Tendering (Mandatory)
The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:
- Certified Copy of Certificate of Incorporation /Registration
- Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising
Licenses from NCA
- Copy of Certificate of Valid Tax Compliance Verified from KRA website
- Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
- Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
- Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified
- Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)
NOTE:
- All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
- Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
- Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified
- ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
- To enhance equity, Bidders may bid for more than two tenders in a Constituency pursuant to this tender notice in the Seven (7) Constituencies but can only be considered for two contracts in the entire region.
- Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
- Other Requirements are as specified in the respective tender documents.
The Criteria of Evaluation of Bids
The Criteria shall be as described in the Tender Documents
Tender Documents
Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads AuthorityKisumu Region as from 25th April 2019, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196,
Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).
Pre tender site visit
Mandatory pre tender site visit shall be held on the date and time as per schedule above, starting at the indicated place 9.00am. Every bidder shall be represented by one person who is authorized to represent the company.
Bid Submission
Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-
The Regional Manager, Kenya Rural Roads Authority P.O.Box 1448- 40100 Kisumu.
Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 9th May 2019 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.
Procurement Officer
For: REGIONAL MANAGER
KeRRA is ISO 9001: 2008 CERTIFIED Opening up Rural Kenya
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
17th May, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK & 10%CS Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
1. |
F6082:KOMBEWA- OTENGA JNCT ROAD KERRA/008/39/KSM/GOK/SEME/2-48-21|22-076 |
N/A |
Tuesday, 24th May, 2022 |
Youth |
|
2. |
F6082:OTENGA JNCT - ASAT BEACH ROAD KERRA/008/39/KSM/GOK/SEME/2-48-21|22-084 |
N/A |
Tuesday, 24th May, 2022 |
Women |
|
3. |
D1887:KATITO-ST. ALLOYS ROAD KERRA/008/39/KSM/GOK/NYAKACH/2-48-21|22-080 |
C |
Monday, 23rd May, 2022 |
General |
|
4. |
E6129:PAP ONDITI- ONYUONGO ROAD KERRA/008/39/KSM/GOK/NYAKACH/2-48-21|22-082 |
C |
Monday, 23rd May, 2022 |
General |
|
5. |
C853:KIBOS – CHIGA ROAD KERRA/008/39/KSM/GOK/KSMEAST/2-48-21|22-081 |
C |
Tuesday, 24th May, 2022 |
General |
|
6. |
P238_KISUMU: KIBOS- ANGOLA ROAD KERRA/008/39/KSM/GOK/KSMEAST/2-48-21|22-086 |
C |
Tuesday, 24th May, 2022 |
General |
|
7. |
P236:RAGUMO-ANGOLA ROAD KERRA/008/39/KSM/GOK/KSMEAST/2-48-21|22-085 |
C |
Tuesday, 24th May, 2022 |
General |
|
8. |
D1893: RIAT-KANYAMEDHA ROAD KERRA/008/39/KSM/GOK/KSM WEST/2-48-21|22-083 |
C |
Tuesday, 24th May, 2022 |
General |
|
9. |
D1893: RIAT-NYAHERA ROAD KERRA/008/39/KSM/GOK/KSMWEST/2-48-21|22-087 |
N/A |
Tuesday, 24th May, 2022 |
Persons With Disability |
|
10. |
P78: RIAT- KIBOSWA ROAD KERRA/008/39/KSM/GOK/KSMWEST/2-48-21|22-088 |
C |
Tuesday, 24th May, 2022 |
General |
|
11. |
P78:KODIAGA - OTONGLO - RESEARCH – MIGINGO ROAD KERRA/008/39/KSM/10%CS/KSMWEST/2-48-21|22-089 |
C |
Tuesday, 24th May, 2022 |
General |
|
12. |
P-127:KIREMBE - NAWA BRIDGE ROAD KERRA/008/39/KSM/10%CS/KSMWEST/2-48-21|22-090 |
C |
Tuesday, 24th May, 2022 |
General |
RE-TENDERED TENDERS
|
13. |
RODI - NYAMISRI – KALOKA: G62508 KERRA/008/39/KSM10% CS/SEME/2-48-21|22-074 |
N/A |
Tuesday, 24th May, 2022 |
Youth |
|
14. |
KIT MIKAYI - LUNGA PRI. SCH: G62437 KERRA/008/39/KSM10% CS/SEME/2-48-21|22-075 |
N/A |
Tuesday, 24th May, 2022 |
Women |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Thursday 19th May, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Tuesday 31ST May, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
8th March, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%CS Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
1. |
Tido- Sabembe: K13_Kisumu KERRA/008/39/KSM10% CS/KSM WEST/2-48-21|22-072 |
C |
Bidders to liaise with CROs for Pre tender site visit |
General |
|
2. |
Tido- Alwangni: K13_Kisumu KERRA/008/39/KSM10% CS/KSM WEST/2-48-21|22-073 |
C |
Bidders to liaise with CROs for Pre tender site visit |
General |
|
3. |
Rodi - Nyamisri – Kaloka: G62508 KERRA/008/39/KSM10% CS/SEME/2-48-21|22-074 |
C |
Bidders to liaise with CROs for Pre tender site visit |
General |
|
4. |
Kit Mikayi - Lunga Pri. Sch: G62437 KERRA/008/39/KSM10% CS/SEME/2-48-21|22-075 |
N/A |
Bidders to liaise with CROs for Pre tender site visit |
PWD |
|
5. |
Kenya Brewaries – Nyawita Road: P206 KERRA/008/39/KSM10% CS/KSM CENTRAL/2-48-21|22-077 |
N/A |
Bidders to liaise with CROs for Pre tender site visit |
Women |
|
6. |
Sewage – Riat Road: P71 KERRA/008/39/KSM10% CS/KSM CENTRAL/2-48-21|22-078 |
N/A |
Bidders to liaise with CROs for Pre tender site visit |
Youth |
|
7. |
Otonglo-Riat Lower Road: N26_Kisumu KERRA/008/39/KSM10% CS/KSM CENTRAL/2-48-21|22-079 |
N/A |
Bidders to liaise with CROs for Pre tender site visit |
Women |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to covid-19 and consequently the presidential directive issued, MANDATORY PRE-TENDER site visits shall be held between 16th March, 2022 and 18th March, 2022 from 8.00 am to 3.00 pm. Bidders are required to make their own arrangements in liaison with the respective CROs to visit the site, and have their site visit Certificate signed by the respective Constituency Roads Officers.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 11th March, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 25th March, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Download Tender Notice Here
Download Addendum Notice 1 Here
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
7th February, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2019-2021 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%CS and GOK Funds & UHC Enabler Funds for FY 2021-2022.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
1. |
OKORE JUNCTION- TIENGRE SCHOOL(UK42_001) ROAD KERRA/008/39/KSM/10% CS/KSM WEST/2-48-21|22-059 |
C |
Bidders to arrange own visit |
General |
|
2. |
KISIAN RAILWAY JNC-KODIAGA PRISON (P-127) ROAD KERRA/008/39/KSM/10% CS/KSM WEST/2-48-21|22-058 |
C |
Bidders to arrange own visit |
General |
|
3. |
ACCESS TO CHULAIMBO HOSPITAL KERRA/011/39/KSM/UHC ENABLER/KSM WEST/2-48-20|21-128 |
C |
Bidders to arrange own visit |
General |
|
4. |
WATHOREGO - JNC U_G62825(GITA SUBCOUNTY HOSPITAL) ROAD KERRA/011/39/KSM/UHC ENABLER/KSM EAST/2-48-20|21-129 |
C |
Bidders to arrange own visit |
Women |
|
5. |
KANYAMLORI- NDUGA(G63176)ROAD KERRA/008/39/KSM/GOK/NYAKACH/2-48-21|22-062 |
C |
Bidders to arrange own visit |
General |
|
6. |
ACCESS TO KATITO SUB-COUNTY KERRA/011/39/KSM/UHC ENABLER/NYAKACH/2-48-20|21-127 |
C |
Bidders to arrange own visit |
General |
|
7. |
KOGUTU- MIGERE- ONYALOBIRO (D1890) ROAD KERRA/008/39/KSM/GOK/MUHORONI/2-48-21|22-060 |
N/A |
Bidders to arrange own visit |
Youth |
|
8. |
AWASI- NGULA (D1890) ROAD KERRA/008/39/KSM/GOK/MUHORONI/2-48-21|22-063 |
N/A |
Bidders to arrange own visit |
General |
|
9. |
RERU- NGERE- KONAM (G62404)ROAD KERRA/008/39/KSM/AIA/SEME/2-48-21|22-067 |
N/A |
Bidders to arrange own visit |
General |
|
10. |
ASOL- KABONGO- BAR KORWA(G62429)ROAD KERRA/008/39/KSM/AIA/SEME/2-48-21|22-068 |
N/A |
Bidders to arrange own visit |
General |
|
11. |
KONDIGO- RAMUYA(G62364) ROAD KERRA/008/39/KSM/AIA/SEME/2-48-21|22-069 |
N/A |
Bidders to arrange own visit |
PWD |
|
12. |
RAPOGI – KINDU(G62365)ROAD KERRA/008/39/KSM/AIA/SEME/2-48-21|22-070 |
C |
Bidders to arrange own visit |
General |
|
13. |
BOYA- CATHOLIC CHURCH(G63215)ROAD KERRA/008/39/KSM/AIA/NYANDO/2-48-21|22-071 |
C |
Bidders to arrange own visit |
Women |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- Bidders are required to attach copies of Company MANDATORY requirements.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 9th February, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 21st February, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
Download Tender Notice Here
KENYA RURAL ROADS AUTHORITY
Tel: 020-200157 Regional Director
Mamboleo Regional Office
Email: This email address is being protected from spambots. You need JavaScript enabled to view it. P.O. Box 1448-40100
Website: www.kerra.go.ke Kisumu, KENYA
7th February, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2019-2021 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% RMLF, 10%CS Savings, AIA Savings Funds and GOK Savings Funds for FY 2020-2021.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
1. |
RIAT NYAHERA(D1893) ROAD KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-20|21-139 |
C |
Bidders to arrange own visit |
General |
|
2. |
COPTIC-KONA MBAYA(G93187)ROAD KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-20|21-132 |
N/A |
Bidders to arrange own visit |
PWD |
|
3. |
ORONGO – NYAMWARE A(F6091)ROAD KERRA/008/39/KSM/GOK SAVINGS/KSM EAST/2-48-20|21-136 |
C |
Bidders to arrange own visit |
General |
|
4. |
KUSA – KOLWENY(C757 )ROAD KERRA/008/39/KSM/10% CS SAVINGS/NYAKACH/2-48-20|21-133 |
N/A |
Bidders to arrange own visit |
Youth |
|
5. |
NYAMARIMBA-KOLWENY(C757) ROAD KERRA/011/39/KSM/10% SAVINGS/NYAKACH/2-48-20|21-108 |
C |
Bidders to arrange own visit |
General |
|
6. |
TAMU – MARIWA(C677) ROAD KERRA/008/39/KSM/10% CS SAVINGS/MUHORONI/2-48-20|21-134 |
N/A |
Bidders to arrange own visit |
Youth |
|
7. |
OMBEYI – MASOGO(C852)ROAD KERRA/008/39/KSM/AIA SAVINGS/MUHORONI/2-48-20|21-137 |
N/A |
Bidders to arrange own visit |
Women |
|
8. |
OMBEYI – MASOGO(C852)ROAD KERRA/011/39/KSM/10% SAVINGS/MUHORONI/2-48-20|21-112 |
C |
Bidders to arrange own visit |
General |
|
9. |
NYANGOTO- MITANDO(G63198)ROAD KERRA/008/39/KSM/GOK SAVINGS//2-48-20|21-138 |
C |
Bidders to arrange own visit |
General |
|
10. |
RIAT-ARITO LANGI(G62365) ROAD KERRA/011/39/KSM/10% SAVINGS/SEME/2-48-20|21-126 |
N/A |
Bidders to arrange own visit |
Women |
|
11. |
WITHUR – NYANGANDE (C854) ROAD KERRA/011/39/KSM/10%SAVINGS/NYANDO/2-48-20|21-118 |
C |
Bidders to arrange own visit |
General |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified pies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- Bidders are required to attach copies of Company MANDATORY requirements.
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 9th February, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 21st February, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
7th February, 2022
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.
Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% Savings, 10%CS Savings, GOK, GOK Savings & 10%CS Funds.
|
S/No. |
ROAD NAME AND CONTRACT NO |
Work Category |
Pre-tender site visit date |
Contract Type |
|
1. |
ORONGO- NYADHOKA(F6091)ROAD |
N/A |
Bidders to arrange own visit |
Youth |
|
2. |
AKADO POLYTECHNIC- JAMAA SCHOOL(UK42_002 )ROAD |
N/A |
Bidders to arrange own visit |
Women |
|
3. |
GITA – KASETA(N28_Kisumu)ROAD |
C |
Bidders to arrange own visit |
General |
|
4. |
KIBOS – CHIGA(C853)ROAD |
C |
Bidders to arrange own visit |
General |
|
5. |
WESTERN WIGWA – RING(P308_Kisumu) ROAD |
C |
Bidders to arrange own visit |
General |
|
6. |
TAKO – KAPUOTHE(P63_Kisumu)ROAD |
C |
Bidders to arrange own visit |
PWD |
|
7. |
WESTERN WIGWA – RING(P308_Kisumu) ROAD |
C |
Bidders to arrange own visit |
General |
|
8. |
CHIGA - DB NYANDO(C853)ROAD |
C |
Bidders to arrange own visit |
General |
|
9. |
KIREMBE SCH - USOMA BEACH(N26)ROAD |
C |
Bidders to arrange own visit |
General |
|
10. |
KIBOSWA - BAR OGWAL (U_P117)ROAD |
N/A |
Bidders to arrange own visit |
Women |
|
11. |
RIAT – NYAHERA A (D1893) ROAD |
C |
Bidders to arrange own visit |
General |
|
12. |
HUMA-LELA-DARAJA MBILI (G62511) ROAD |
N/A |
Bidders to arrange own visit |
Youth |
|
13. |
BODI – ALWALA(BODI-ASAT)(G62410)ROAD |
N/A |
Bidders to arrange own visit |
General |
|
14. |
HOLO – EKWANDA(G93234)ROAD |
C |
Bidders to arrange own visit |
General |
INSTRUCTIONS TO TENDERES
- Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
- Bidders who are prequalified in respective work category and Constituencies may tender.
- The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories which have been outlined above.
- Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
- Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
- Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
- Bidders are required to attach all Company MANDATORY requirements:
- Other qualification requirements are as outlined in the Tender Document.
- Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 9th February, 2022.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
Regional Director - Roads,
Kenya Rural Roads Authority,
P.O. Box 1448-40100
KISUMU
All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 21st February, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.
Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. K. A. Ochieng
Regional Director
KISUMU REGION
|
TENDER NOTICE - Download Advert here!
KITUI RURAL CONSTITUENCY 22% RMLF |
|||||||||||
|
CONTRACT NO. |
ROAD NO & NAME |
ELIGIBLE BIDDERS |
ENGINEEER'S ESTIMATE |
SCOPE OF WORK |
Document |
SITE VISIT DATE |
|||||
|
055 |
D511: Kiusyani – Kwa Kilui |
OPEN |
3,242,322.00 |
Light Bush Clearing, culvert cleaning, Culvert Installation, Concrete Works, Light Grading and Gravel patching |
4/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
056 |
D511: Tiva-Kiusyani |
AGPO |
1,846,826.00 |
Light Bush Clearing, culvert cleaning, Culvert Installation, Concrete works, Light Grading and Gravel patching |
4/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
057 |
E709: Kanyongonyo- Makutano - Ilengi |
AGPO |
1,346,710.29 |
Light Bush Clearing, culvert cleaning, Light Grading and Gravel patching |
4/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
058 |
E709: Kilumya –Kanyongonyo |
OPEN |
3,206,705.33 |
Light Bush Clearing, culvert cleaning, Light Grading and Gravel patching |
4/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
KITUI CENTRAL CONSTITUENCY 22% RMLF |
|||||||||||
|
031 |
E740: Kasyala – Mutune- Kalundu |
ALL |
4,252,764.00 |
Light Bush Clearing, Concrete works, Light Grading. |
5/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
020 |
D511:C96 Mulutu – Tiva |
AGPO |
910,280.00 |
Light Bush Clearing, Light Grading and Gravel patching |
5/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
KITUI WEST CONSTITUENCY 22% RMLF |
|||||||||||
|
014 |
D510: Inyoeni - Tulia |
AGPO |
2,929,641.84 |
Light Bush Clearing, Light Grading and Gravel patching |
4/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
015 |
D510:Kakumuti- Inyoeni |
AGPO |
2,998,773.00 |
Light Bush Clearing, Light Grading and Gravel patching |
4/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
032 |
E744J2: Kwa Siku- Yalatani |
OPEN |
4,106,939.60 |
Light Bush Clearing, Concrete works, Gabion Installation, Rock fill to Gabions, Light Grading and Gravel patching. |
4/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
KITUI EAST CONSTITUENCY 22% RMLF |
|||||||||||
|
054 |
D507J1: Mwitika - Kivaoni |
OPEN |
2,457,725.00 |
Light Bush Clearing, Culvert cleaning, Culvert Installation, Light Grading and Gravel patching |
5/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
051 |
D505: Nzangathi -Mbitini |
ALL |
3,204,213.47 |
Light Bush Clearing, Culvert Installation, Gabion Installation Light Grading and Gravel patching |
5/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
052 |
D505: Kiini - Nzangathi |
AGPO |
1,880,284.25 |
Light Bush Clearing, Gabion Installation Light Grading and Gravel patching |
5/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
053 |
D507J1: Kivaoni- Kinakoni |
ALL |
2,467,824.00 |
Light Bush Clearing, Culvert Cleaning, Light Grading and Gravel patching |
5/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||||||
|
KITUI SOUTH CONSTITUENCY 22% RMLF |
|||||||||||
|
003 |
D508:B7 Ikutha – Mutha - Kisyuni |
OPEN |
4,555,876.00 |
Light Bush Clearing, Light Grading and Gravel Patching. |
6/06/2018 (Depart from Mutomo KeRRA Office at 10.00AM) |
||||||
|
047 |
D507J1: Kinakoni –B7 myei |
AGPO |
4,065,593.81 |
Light Bush Clearing, Excavation and spread in soft Material, Rock fill and Compaction, concrete works, Light Grading and Gravel Ptching |
6/06/2018 (Depart from Mutomo KeRRA Office at 10.00AM |
||||||
|
MWINGI CENTRAL CONSTITUENCY 22% RMLF |
|||||||||||
|
065 |
D507: Nuu- Ndovoini |
OPEN |
2,707,695.40 |
Light Bush Clearing, Cut to fill in hard material, culvert Installation, Heavy Grading and gravel patching. |
7/06/2018 (Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
066 |
D507: Mikuyuni – Yoonye- Nyaani |
AGPO |
3,707,154.47 |
Heavy Bush Clearing, Cut to fill in soft material, Culvert cleaning, Culvert Installation, Heavy Grading |
7/06/2018 (Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
068 |
D507: Nyaani-Nuu |
OPEN |
2,818,694.61 |
Light Bush Clearing, Cut to fill in soft material, Gabion Installation, Rock fill, Culvert Installation, Heavy Grading and gravel patching |
7/06/2018 (Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
MWINGI WEST CONSTITUENCY 22% RMLF |
|||||||||||
|
061 |
E744B: Thitani -Yenzuva |
AGPO |
1,880,052.62 |
Light Bush Clearing, Culvert cleaning, culvert Installation, Heavy Grading and gravel patching |
8/06/2018 (Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
062 |
E744B: Yenzuva-Mavui |
AGPO |
1,975,122.11 |
Light Bush Clearing, Culvert Installation Heavy Grading and Gravel patching |
8/06/2018 (Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
063 |
D502:A3Mwingi- Mumbuni |
OPEN |
2,584,685.68 |
Light Bush Clearing, Culvert cleaning, culvert Installation, Heavy Grading and gravel patching |
8/06/2018 (Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
064 |
D502: Mumbuni – Nzeluni - Mwanzilu |
OPEN |
2,665,085.83 |
Light Bush Clearing, culvert Installation, Heavy Grading, Gravel Patching. |
8/6/2018 (Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
MWINGI NORTH CONSTITUENCY 22% RMLF |
|||||||||||
|
022 |
D478: Kyuso –Kora Junction- Mwangea |
OPEN |
4,513,699.30 |
Light Bush Clearing, Cut to fill in soft material, Culvert Cleaning, Culvert Installation, Heavy Grading, gravel patching |
11/06/2018(Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
044 |
R34: Kyuso-Ngaaie- Kithumula |
AGPO |
1,578,754.50 |
Heavy bush Clearing, Cut to fill in soft material, Culvert Installation Gabion installation, rock fill to gabions, Heavy Grading. |
11/06/2018(Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
|
050 |
R3-01: Ngiluni-Ngomeni-Mandongoi |
OPEN |
3,823,999.90 |
Light bush Clearing, Cut to Fill in soft material, Culvert cleaning, Culvert Installation, Heavy Grading and gravel patching. |
11/06/2018(Depart from Mwingi KeRRA Office at 10.00AM) |
||||||
TENDER NOTICE - Ministry Allocation!
INVITATION TO TENDERS UNDER MINISTER ALLOCATION AND 22% BY RMLF FOR THE FY 2018/2019 IN KITUI REGION
|
CONSTITUENCY |
CONTRACT NO. |
ROAD NAME |
DOCUMENT |
BUDGET PROVISION |
TARGET GROUP |
SITE VISIT DATE
|
|
MWINGI CENTRAL |
KeRRA/011/KTI/ |
R19- MWINGI: MUTWANGOMBE – NYAANYAA - KYULUNGWAA |
3,273,000.00 |
YOUTH |
4/1/19 |
|
|
KeRRA/011/KTI/ |
R19- MWINGI: NYAANYAA- MAONGOA- KYONDONI |
3,341,000.00 |
ALL |
4/1/19 |
||
|
KeRRA/011/KTI/039/ |
E745: MUTHWANGOMBE – MATHUKI ROAD |
5,120,000.00 |
ALL |
4/1/19 |
||
|
KITUI WEST |
KeRRA/011/KTI/039/100/MA/2018-2019 |
E740 KWA MBELU – MUTHALE – MAKUTANO JUNCTION |
5,198,000.00 |
WOMEN |
3/1/19 |
|
|
KITUI WEST |
|
|||||
|
KeRRA/011/KTI/ |
URP 148: KABATI -KYONDONI |
2,625,000.00 |
YOUTH |
3/1/19 |
||
|
KITUI SOUTH |
KeRRA/KTI/011/039/093/MA/2017-2018 |
UR 721 SYONGUNI - MUVUKO |
4,670,000.00 |
YOUTH |
4/1/19 |
|
|
KeRRA/KTI/011/039/094/MA/2017-2018 |
UR 721 SYONGUNI - MUVUKO |
5,975,000.00 |
ALL |
4/1/19 |
||
|
KITUI RURAL |
KeRRA/KTI/011/039/103/MA/2017-2018 |
E732: KISASI – NGUUNI - KAVISUNI |
6,084,000.00 |
ALL |
7/1/19 |
|
|
KeRRA/KTI/011/039/104/MA/ |
E725: KISASI – MBITINI ROAD |
6,172,000.00 |
ALL |
7/1/19 |
||
|
KITUI EAST |
KeRRA/011/KTI/039/105/MA/2018-2019 |
URP 54: ZOMBE - NUU |
5,212,000.00 |
ALL |
8/1/19 |
|
|
|
KeRRA/011/KTI/039/144/22%/2018-2019 |
C418: VOO - KISIUNI |
3,229,000.00 |
WOMEN |
8/1/19 |
INVITATION TO TENDERS UNDER 10% RMLF FOR THE FY 2018/2019 IN KITUI REGION
|
CONSTITUENCY |
CONTRACT NO. |
ROAD NAME |
CATEGORY |
BUDGET PROVISION |
TARGET GROUP |
SITE VISIT DATE
|
|
MWINGI WEST |
KeRRA/011/KTI/ |
C422: KAUSWINI - NZELUNI |
1,971,000.00 |
YOUTH |
3/1/19 |
|
|
MWINGI CENTRAL |
KeRRA/011/KTI/ |
C417: KYUMBE – KATHANZE (KYUMBE DRIFT) |
5,865,000.00 |
ALL |
3/1/19 |
|
|
|
KeRRA/011/KTI/ |
C422: MWINGI – MUSUKINI-KAUSWINI |
2,120,000.00 |
YOUTH |
3/1/19 |
|
|
MWINGI NORTH |
KeRRA/011/KTI/ |
C254: NGOMENI - MANDONGOI |
2,110,000.00 |
ALL |
3/1/19 |
|
|
|
KeRRA/011/KTI/ |
C254: NGOMENI – DATANI RIVER |
3,815,000.00 |
ALL |
3/1/19 |
|
|
KITUI WEST |
KeRRA/011/KTI/ |
C395: YALATANI – KWA SIKU |
4,186,000.00 |
ALL |
3/1/19 |
|
|
CONSTITUENCY |
CONTRACT NO. |
ROAD NAME |
CATEGORY |
BUDGET PROVISION |
TARGET GROUP |
|
|
KeRRA/011/KTI/ |
C427: SYONGILA - KAKUMUTI |
2,095,000.00 |
WOMEN |
3/1/19 |
||
|
KITUI CENTRAL |
KeRRA/011/KTI/039/10%/129/2018-2019 |
C416: MIAMBANI - MIKUYUNI |
1,635,000.00 |
YOUTH |
4/1/19 |
|
|
KeRRA/011/KTI/039/10%/145/ |
C416: MUSEVE - MIAMBANI |
3,717,000.00 |
ALL |
4/1/19 |
||
|
KITUI SOUTH |
KeRRA/011/KTI/ |
C418: IKUTHA - KANZIKU (KYANGANGA DRIFT) |
3,815,000.00 |
ALL |
4/1/19 |
ADDENDUM NO.1 - Download Here
TENDER NOTICE - Download here!
|
KITUI RURAL CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
081 |
E709 JCN D511:Kalulini- Kanyangi |
AGPO |
3,200,000.00 |
Gravel Patching |
Download |
3/7/2018 (Depart from Kitui Regional Office at 10.00AM) |
||
|
KITUI SOUTH CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
079 |
R15-Kitui:Katilini - Athi |
OPEN |
4,280,000.00 |
Excavation in hard and soft material, Rock fill to Swamp, Concrete Works and Drift Construction. |
Document |
29/6/2018 (Depart from Kitui Regional Office at 10.00AM) |
||
|
KITUI EAST CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
082 |
D509: Ikoo Bridge- Mutitu - Zombe |
OPEN |
4,090,000.00 |
Concrete works , Drift construction and Gravel Patching |
Download |
3/7/2018 (Depart from Kitui Regional Office at 10.00AM) |
||
|
KITUI WEST CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
078 |
E744J2:Usiani -Yalatani |
AGPO |
3,190,000.00 |
Concrete works |
Download |
2/7/2018 (Depart from Kitui Regional Office at 10.00AM) |
||
|
KITUI CENTRAL CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
080 |
D507:B7 Kitui Town – Museve - Mikuyuni |
OPEN |
5,810,000.00 |
Culvert Cleaning, Concrete works |
Download |
2/7/2018 (Depart from Kitui Regional Office at 10.00AM) |
||
|
KITUI CENTRAL CONSTITUENCY 22% RMLF ALLOCATION |
||||||||
|
035 |
E744J2:Usiani -Kasyala |
OPEN |
4,800,000.00 |
Light bush clearing, concrete works, light grading |
Download |
2/7/2018 (Depart from Kitui Regional Office at 10.00AM) |
||
|
MWINGI CENTRAL CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
083 |
R34:Nguni - Masavi |
OPEN |
4,300,000.00 |
Cut to fill in soft material, culvert cleaning and installation, Drift construction Concrete works, Gabion Installation, Rock Fill to Gabions, Heavy Grading and Gravel Patching. |
Download |
4/7/2018 (Depart from mwingi Office at 10.00AM) |
||
|
MWINGI NORTH CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
076 |
R3-01:Ngiluni - Ngomeni |
OPEN |
4,300,000.00 |
Excavation for structure, rock fill to structure, concrete works, Gabion Installation, rock fill to gabions, and Drift |
Download |
5/7/2018 (Depart from mwingi Office at 10.00AM) |
||
|
MWINGI WEST CONSTITUENCY 10% RMLF ALLOCATION |
||||||||
|
029 |
E731:Mwanzilu –Ikoo- Kamandio |
AGPO |
3,920,000.00 |
Light Bush Clearing, Culvert Cleaning, Culvert installation, Concrete works, Light Grading, Drift Construction. |
Download |
4/7/2018 (Depart from mwingi Office at 10.00AM) |
||










