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