Print
Category: Expired Tenders
Hits: 8359

clip_image002.gif 

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

  1. All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
  2. Proof of prequalification of the contractor on categories and constituency tendered for.
  3. Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
  4. Certified Copy of certificate of incorporation.
  5. Certified Copy of valid Tax compliance certificate
  6. Certified Copy of valid VAT/PIN Registration certificate.
  7. Certified Copy of ID and CR 12 for the Directors of the Company.
  8. Certified Copy of certificate of principle place of business by County Government.
  9. Certified Registration and license with National Construction Authority (as per respective bids.)
  10. Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
  11. Properly and dully filled form of bid; stamped and/or sealed; signed by someone authorized to do so.
  12. Filled and signed Appendix to form of Bid by someone authorized to do so.
  13. Schedules of Supplementary Information, All forms MUST be filled appropriately.
  14. Stamped and signed Power of Attorney.
  15. Stamped and signed affidavit by the respondent.
  16. Properly and dully filled Bills of Quantities; stamped and/or sealed; signed by someone authorized to do so.
  17. Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement by third party providers.
  18. Professional & Technical personnel CV and certificates as per requirement.
  19. Five page methodology for contracts above 3 million only.
  20. Authority to seek references from the Tenderer’s bankers

 

SPECIAL GROUPS ADDITIONAL DOCUMENTS.

  1. Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
  2. Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed by someone authorized to do so.

INSTRUCTION TO BIDDERS

  1. Serialisation MUST be done by machine, Hand write serialisation will not be considered.
  2. Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
  3. 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.
  4. Price quoted will be considered in the third stage of financial stage.
  5. 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.
  6. Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
  7. 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

  1. All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
  2. Proof of prequalification of the contractor on categories and constituency tendered for.
  3. Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
  4. Certified Copy of certificate of incorporation.
  5. Certified Copy of valid Tax compliance certificate
  6. Certified Copy of valid VAT/PIN Registration certificate.
  7. Certified Copy of ID and CR 12 for the Directors of the Company.
  8. Certified Copy of certificate of principle place of business by County Government.
  9. Certified Registration and license   with National Construction Authority (as per respective bids.)
  10. Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
  11. Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
  12. Filled and signed Appendix to form of Bid with someone authorized to do so.
  13. Schedules of Supplementary Information, All forms MUST be filled appropriately.
  14. Stamped and signed Power of Attorney.
  15. Stamped and signed affidavit by the deponent.
  16. Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
  17. Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
  18. Professional & Technical personnel CV and certificates as per requirement.
  19. Five page methodology for contracts above 3 million only.
  20. Authority to seek references from the Tenderer’s bankers
  21. Certificate for Labour based from KIHBT (Category E) MUST be attached for contract KERRA/011/KIR/39/006/2018-19

SPECIAL GROUPS ADDITIONAL DOCUMENTS.

  1. Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
  2. Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.

INSTRUCTION TO BIDDERS

  1. Serialisation MUST be done by machine, Hand write serialisation will not be considered.
  2. Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
  3. 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.
  4. Price quoted will be considered in the third stage of financial stage.
  5. 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.
  6. Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
  7. 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

  1. All documents must be bound and serialized, pages indicated for each bid submitted. All forms filled appropriately.
  2. Proof of prequalification of the contractor on categories and constituency tendered for.
  3. Proof of attending mandatory pre-tender site visit for the works. Certificates must be signed by respective CRO.
  4. Certified Copy of certificate of incorporation.
  5. Certified Copy of valid Tax compliance certificate
  6. Certified Copy of valid VAT/PIN Registration certificate.
  7. Certified Copy of ID and CR 12 for the Directors of the Company.
  8. Certified Copy of certificate of principle place of business by County Government.
  9. Certified Registration and license with National Construction Authority (as per respective bids.)
  10. Proof of financial soundness: financial statements for last 3 years (new companies proof of bank account for contracts less that 2 million only.
  11. Properly and dully filled form of bid; stamped and/or sealed; signed with someone authorized to do so.
  12. Filled and signed Appendix to form of Bid with someone authorized to do so.
  13. Schedules of Supplementary Information, All forms MUST be filled appropriately.
  14. Stamped and signed Power of Attorney.
  15. Stamped and signed affidavit by the deponent.
  16. Properly and dully filled Bills of Quantities; stamped and/or sealed; signed with someone authorized to do so.
  17. Schedules of Equipment Holding - attachment of log books for companies only or proof of lease agreement with third providers.
  18. Professional & Technical personnel CV and certificates as per requirement.
  19. Five page methodology for contracts above 3 million only.
  20. Authority to seek references from the Tenderer’s bankers

SPECIAL GROUPS ADDITIONAL DOCUMENTS.

  1. Certified copies of Certificate of registration in Target Group issued by the national treasury for respective categories ( only works certificates will be considered)
  2. Properly and dully filled Tender Securing Declaration Forms; stamped and/or sealed; signed with some authorized to do so.

INSTRUCTION TO BIDDERS

  1. Serialisation MUST be done by machine, Hand write serialisation will not be considered.
  2. Any alteration or white –out without countersigning will be disqualified .no correction of errors is permitted.
  3. 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.
  4. Price quoted will be considered in the third stage of financial stage.
  5. 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.
  6. Tender Securing Form for special groups (youth, women and PWD) must be filled stamped and signed.
  7. 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