Tel: +254 711 851103
 
 
Language:

Google Translate Widget by Infofru

Author Site Reviewresults

Friday, 06 February 2026

TENDER NOTICE – 18TH JANUARY, 2018

KENYA RURAL ROADS AUTHORITY (LAMU REGION)

ROAD MAINTENANCE LEVY FUND (RMLF) – (22% VOTE) FY 2017/2018

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 tenders from competent pre-qualified firms and Special Group (YOUTH ACCESS TO GOVERNMENT PROCUREMENT OPPORTUNITIES, DISADVANTAGED GROUP-WOMEN and DISADVANTAGED GROUP-PERSONS WITH DIASABILITIES) for Road Works as listed in the table below.

 PACKAGE NAMEROAD CODE  SECTION NAMEESTIMATED COST (KSH.) DOWNLOADS CATEGORY
 LAMU EAST CONSTITUENCY
 KeRRA/011/LMU/39/1/2017-2018  E866  Kwa Tope - E865 (Badaa)  6,884,000.00 Download  Special Groups
 KeRRA/011/LMU/39/2/2017-2018  E866  Mkokoni – Tambarare  8,084,000.00 Download  All
 KeRRA/011/LMU/39/3/2017-2018  E866  Tambarare - Kwa Tope  8,300,000.00 Download  All
 There will be a Mandatory Pre-tender site visit on 25th January, 2018 starting 10.00Hrs from Mkokoni Village.
Bidders should arrange for their own transportation.

 

LAMU WEST CONSTITUENCY 
 PACKAGE NAME  ROAD CODE  SECTION NAME  ESTIMATED COST (KSH.) DOWNLOADS  CATEGORY
KeRRA/011/LMU/39/4/2017-2018  U_G32227  L. Kenyatta - Kwa Kanyingi - Kwa Kimani Wa Njogu - Kwa Mwalimu Kombo 5,180,000.00  Download All 
KeRRA/011/LMU/39/6/2017-2018  UNCL 3 Mpeketoni - L. Kenyatta - Bomani - Sinambio - Maisha Masha – Kipini  5,470,000.00 Download All
KeRRA/011/LMU/39/11/2017- 2018  E882  Witu – Maleli - Bora Moyo – Katsakairu - Moa – Chalaluma  5,400,000.00 Download  Special Groups
 There will be a Mandatory Pre-tender site visit on 26th January, 2018 starting 09.00Hrs from Mokowe KeRRA Office.
Bidders should arrange for their own transportation.

Tender documents may be obtained from Authority’s website; www.kerra.go.ke free of charge or the Kenya Rural Roads Authority, Lamu Regional Office – Procurement Office, upon payment of non refundable fee of Ksh. 1,000/= by banker’s cheque payable to Kenya Rural Roads Authority or deposited to Kenya Rural Roads Authority A/c No. 1114343196 KCB Moi Avenue Branch and obtain a receipt from our KeRRA; Lamu Regional Office.

SUMMARY OF INSTRUCTIONS TO OPEN TENDERERS.

TABLE 1: MANDATORY REQUIREMENTS: 

 1  Pre-qualification in the constituency by the authority in the relevant category.
 2  Proof of attending pre-tender site visit for the works.
 3  Copy of certificates of incorporation.
 4  Certificate of registration with National Construction Authority (NCA 8 and above)
 5  Valid Tax compliance certificate
 6  Properly and dully filled Form of Tender; stamped and/or sealed; signed by someone authorized to do so.
 7  Properly and dully filled Confidential Business Questionnaire; stamped and/or sealed; signed by someone authorized to do so.
 8  Dully Filled Form Of Written Power-Of-Attorney.

TABLE 2: POST-QUALIFICATION REQUIREMENTS 

ITEM  DESCRIPTION 
 1    FINANCIAL CAPACITY
   a)  Authority to seek references from the tenderer’s bankers
   b)  Auditor’s reports for the past 3 (three) years.
   c)  Proof of bank account in the Tenderer’s name
 2    EXPERIENCE
    a)   General Experience
    b)  Specific Experience In Related Works attach certificate of completion
 3    CURRENT COMMITMENTS
     On-going Works attach evidence
 4    KEY PERSONNEL - attach their certificate and profile(resume)
   a)   HQ Staff
   b)   Site Agent
   c)   Foreman
 5.    EQUIPMENTS
   a)   Equipment Capabilities (source and availability)

SUMMARY OF INSTRUCTIONS TO SPECIAL (30%) OR PREFERENCES AND RESERVATIONS GROUP

  1. Youth Access To Government Procurement Opportunities
  2. Disadvantaged Group-Women
  3. Disadvantaged Group-Persons With Disabilities (PWD)

TABLE 1: MANDATORY REQUIREMENTS

The following attachments are essential for appraisal and you are required to ensure that they are all attached, failure to which your application may
be rejected:

 

1)   Proof of attending pre-tender site visit for the works.
 2)  Copy of certificate of incorporation/registration;
 3)  Copy of PIN Certificate;
 4)  Copy of VAT Registration Certificate;
 5)  Copy of Valid Tax Compliance
 6) Certified Copy of Certificate of Registration in a target group issued by the Ministry of Finance (Treasury) for the preferences and reservations - (30%) group:
  1. Youth Access To Government Procurement Opportunities
  2. Disadvantaged Group-Women
  3. Disadvantaged Group-Persons With Diasabilities
 7)  Copy of Certificate of registration with National Construction Authority (NCA 8 and above)
 8)  Properly and dully filled Form of Tender; stamped and/or sealed; signed by the person authorized to do so.
 9)  Properly and dully filled Tender Questionnaire; stamped and/or sealed; signed by the person authorized to do so.
 10)  Properly and dully filled Confidential Business Questionnaire; stamped and/or sealed; signed by the person authorized to do so.
 11)  Proof of bank account in the name of the company
 12)  CR12 valid for the last 12 months.

ALL BIDDERS MUST NOTE:

 

 Bind the document before dropping in the tender box
 2  Attach copies of supportive documents for all the requirements above.
 3  Applications received after the closing date and time shall be rejected and returned to the applicant unopened.
 4  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.
 5  Canvassing in any form will lead to automatic disqualification.
 6  If the outer envelope is not sealed and marked as instructed above, the Authority will assume no responsibility for the misplacement or premature opening of the tender document.
 7  If the outer envelope discloses the Candidate’s identity the Authority will not guarantee the anonymity of the prequalification submission, but this shall not constitute grounds for rejection of the tender document.
 8  Failure to provide information that is essential for effective evaluation of the applicant’s qualifications or to provide timely clarification or substantiation of the information supplied may result in the applicant’s disqualification.
 9  Applications not opened and read out at opening shall not be considered further for evaluation, irrespective of the circumstances.
 10  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.
Any effort by an applicant to influence the Authority processing of applications or approval decisions may result in the rejection of the applications.

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 relevant Tender Box situated at Kenya Rural Roads Authority Lamu Regional Office, or addressed to:

The Regional Manager
Kenya Rural Roads Authority (KeRRA),
P. O. Box 102, 80500 LAMU

To be received on or before 1st February, 2018 at 11.00 AM and the opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.

Regional Manager, KeRRA
LAMU REGION

Contact Us

Our Head Office

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

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

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

 

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