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
