TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in various Constituencies in Vihiga Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Development for financial year 2017/2018.
EMUHAYA CONSTITUENCY |
|||||
|
ROAD NAME AND CONTRACT NO |
Constituency |
Work Category |
pre-tender site visit date |
Contract Type |
1 |
Ebututi - Ebutichia KeRRA/011/VHI/39/085/2017/18 |
Emuhaya |
C |
06/11/2018 |
General |
2 |
Mwibanda-Ebuchieli KeRRA/011/VHI/39/084/2017/18 |
Emuhaya |
C |
06/11/2018 |
General |
HAMISI CONSTITUENCY |
|||||
|
ROAD NAME AND CONTRACT NO |
Constituency |
Work Category |
pre-tender site visit date |
Contract Type |
1 |
Gisambai-Chepunaywa: KeRRA/011/VHI/39/086/2017/18 |
Hamisi |
N/A |
06/11/2018 |
PWD |
2 |
Mutiva-Enderi - Mugangu KeRRA/011/VHI/39/082/2017/18 |
Hamisi |
C |
06/11/2018 |
General |
3 |
Senende-Erusui KeRRA/011/VHI/39/087/2017/18 |
Hamisi |
C |
06/11/2018 |
General |
VIHIGA CONSTITUENCY |
|||||
1 |
Madira-Magada: KeRRA/011/VHI/091/2017-2018 |
Vihiga |
N/A |
06/11/2018 |
Women |
INSTRUCTIONS TO TENDERES
- ONLY bidders who are prequalified in respective 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 Youth, Women & PWD need not be prequalified.
- Pre-tender site is Mandatory and scheduled as indicated above and bidders should ensure that they are issued with site visit certificate by CROs of the respective Constituencies.
- All bids must be accompanied by the following;
a). Certified Copy of Certificate of incorporation.
b). Proof of registration with National Construction Authority NCA 8 and above
with valid and Current Practising License.
c). VAT registration Certificate.
d). PIN registration Certificate.
e). Valid Tax compliance certificate.
f). Certified Recent CR12 forms for the last 12 months.
g). Copies of National Identity cards for Directors of Tenderers bidding YW&PWD reserved contracts.
h). Provide litigation history, certificates and CVs of key personnel, experience in similar works (scope and value of contract) as outlined in the evaluation criteria.
i). Bank Account/Statement in the name of the firm for the last one year from the date of tender.
j). A bidder may bid more than one tender in the region but will only be considered for one contract in the region per financial year.
k). Bidders Must serialise all pages of their Tender documents.
l). Bidders must provide all the information required as per the tender documents.
m). Prices quoted must remain valid for 120 days from the date of Opening.
n). Bidders who do not meet any of the above conditions will not be considered for award of any contract.
- Other qualification requirements are as outlined in the Tender Document.
Tender documents can be obtained upon payment of Ksh. 1000 inform of banker’s cheque payable to Kenya Rural Roads Authority for General Tenders and free of charge for Reserved Tenders.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
The Regional Manager,
Kenya Rural Roads Authority,
Vihiga Region,
P.O. Box 1251-050300
MARAGOLI.
The pre-tender site visit will be conducted from the Regional office in Vihiga starting at 9.00am on the scheduled dates indicated above.
NOTE: Bidders are advised to make their own transport arrangement for the visit. Transport will not be provided to Bidders.
All filled and sealed tenders must be deposited to the respective tender boxes at Vihiga Regional Office, on or before Wednesday 14th November 2018 at 11.00 A.M.
Opening of the tenders will take place immediately thereafter at Vihiga Regional Office in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. John O. Olawo
Regional Manager
VIHIGA REGION
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in various Constituencies in Vihiga Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% 2017-2018 RMLF-Savings.
|
ROAD NAME AND CONTRACT NO |
Constituency |
Work Category |
pre-tender site visit date |
Contract Type |
1 |
Mago-Mululu-Wangulu: KeRRA/011/VHI/39/088/2017/18 |
Sabatia |
C |
07/11/2018 |
General |
2 |
Mwimonyero-Ebusubi-Catholic Church: KeRRA/011/VHI/39/092/2017/18 |
Emuhaya |
C |
07/11/2018 |
General |
3 |
Mwibona-Ebwiranyi: KeRRA/011/VHI/39/089/2016/17 |
Luanda |
C |
07/11/2018 |
General |
INSTRUCTIONS TO TENDERES
- ONLY bidders who are prequalified in respective 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 Youth, Women & PWD need not be prequalified.
- Pre-tender site is Mandatory and scheduled as indicated above and bidders should ensure that they are issued with site visit certificate by CROs of the respective Constituencies.
- All bids must be accompanied by the following;
a). Certified Copy of Certificate of incorporation.
b). Proof of registration with National Construction Authority NCA 8 and above
with valid and Current Practising License.
c). VAT registration Certificate.
d). PIN registration Certificate.
e). Valid Tax compliance certificate.
f). Certified Recent CR12 forms for the last 12 months.
g). Copies of National Identity cards for Directors of Tenderers bidding Y, W & PWD reserved contracts.
h). Provide litigation history, certificates and CVs of key personnel, experience in similar works (scope and value of contract) as outlined in the evaluation criteria.
i). Bank Account/Statement in the name of the firm for the last one year from the date of tender.
j). A bidder may bid more than one tender in the region but will only be considered for one contract in the region per financial year.
k). Bidders Must serialise all pages of their Tender documents.
l). Bidders must provide all the information required as per the tender documents.
m). Prices quoted must remain valid for 120 days from the date of Opening.
n). Bidders who do not meet any of the above conditions will not be considered for award of any contract.
- Other qualification requirements are as outlined in the Tender Document.
Tender documents can be obtained upon payment of Ksh. 1000 inform of banker’s cheque payable to Kenya Rural Roads Authority for General Tenders and free of charge for Reserved Tenders.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
The Regional Manager,
Kenya Rural Roads Authority,
Vihiga Region,
P.O. Box 1251-050300
MARAGOLI.
The pre-tender site visit will be conducted from the Regional office in Vihiga starting at 9.00am on the scheduled dates indicated above.
NOTE: Bidders are advised to make their own transport arrangement for the visit. Transport will not be provided to Bidders.
All filled and sealed tenders must be deposited to the respective tender boxes at Vihiga Regional Office, on or before Wednesday 14th November 2018 at 11.00 A.M.
Opening of the tenders will take place immediately thereafter at Vihiga Regional Office in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. John O. Olawo
Regional Manager
VIHIGA REGION
TENDER NOTICE
INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS
Bids are invited from contractors who are pre-qualified in various Constituencies in Vihiga Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% Savings RMLF For financial year 2016/2017.
HAMISI CONSTITUENCY |
|||||
|
ROAD NAME AND CONTRACT NO |
Constituency |
Work Category |
pre-tender site visit date |
Contract Type |
8 |
Majengo - Gisambai: KeRRA/011/VHI/39/090/2017/2018 |
Hamisi |
N/A |
18/11/2018 |
Youth |
INSTRUCTIONS TO TENDERES
- ONLY bidders who are prequalified in respective 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.
- Pre-tender site is Mandatory and scheduled as indicated above and bidders should ensure that they are issued with site visit certificate by CROs of the respective Constituencies.
- All bids must be accompanied by the following;
a). Certified Copy of Certificate of incorporation
b). Proof of registration with National Construction Authority NCA 8 and above
with valid and Current Practising License.
c). VAT registration Certificate.
d). PIN registration Certificate.
e). Valid Tax compliance certificate.
f). Certified Recent CR12 forms for the last 12 months.
g). Copies of National Identity cards for Directors of Tenderers bidding YW&PWD reserved contracts.
h). Provide litigation history, certificates and CVs of key personnel, experience in similar works (scope and value of contract) as outlined in the evaluation criteria.
i). Bank Account/Statement in the name of the firm for the last one year from the date of tender.
j). A bidder may bid more than one tender in the region but will only be considered for one contract in the region per financial year.
k). Bidders Must serialise all pages of their Tender documents.
l). Bidders must provide all the information required as per the tender documents.
m). Prices quoted must remain valid for 120 days from the date of Opening.
n). Bidders who do not meet any of the above conditions will not be considered for award of any contract.
- Other qualification requirements are as outlined in the Tender Document.
Tender documents can be obtained at the Regional office, in Majengo upon payment of a non-refundable fee of Kshs 1,000.00 (one thousand shillings only) per document in form of banker’s cheque payable to Kenya Rural Roads Authority.
Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:
The Regional Manager,
Kenya Rural Roads Authority,
Vihiga Region,
P.O. Box 1251-050300
MARAGOLI.
The pre-tender site visit will be conducted from the Regional office in Vihiga starting at 9.00am on the scheduled dates indicated above.
NOTE: Bidders are advised to make their own transport arrangement for the visit. Transport will not be provided to Bidders.
All filled and sealed tenders must be deposited to the respective tender boxes at Vihiga Regional Office, on or before Wednesday 14th November 2018 at 11.00 A.M.
Opening of the tenders will take place immediately thereafter at Vihiga Regional Office in the presence of tenderers who wish to attend.
NB: Canvassing by tenderers will lead to automatic disqualification.
Eng. John O. Olawo
Regional Manager
VIHIGA REGION