Tel: +254 711 851103
Email:dg@kerra.go.ke
Language:

Google Translate Widget by Infofru

Author Site Reviewresults

Friday, 19 April 2024

 

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

  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 depondent.
  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 permited.
  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 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

  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 depondent.
  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 permited.
  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 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

Download

7 and Above

OPEN

2

KERRA/011/KIR/39/008/2018-19

C527

KERUGOYA - MUTITU

3rd January 2019

Download

7 and Above

WOMEN

GICHUGU CONSTITUENCY

3

KERRA/011/KIR/39/009/2018-19

C403

Gatugura - Kiamutugu(E618)

2nd January 2019

Download

5,6,7,8

OPEN

4

KERRA/011/KIR/39/010/2018-19

C403

Gatugura - Kiamutugu(E618)

2nd January 2019

Download

5,6,7,8

YOUTH

5

KERRA/011/KIR/39/011/2018-19

C403

Kiamutugu-Muthigaini(E624)

2nd January 2019

Download

5,6,7,8

WOMEN

6

KERRA/011/KIR/39/012/2018-19

C403

Kiamutugu-Muthigaini(E624)

2nd January 2019

Download

5,6,7,8

PWD

7

KERRA/011/KIR/39/013/2018-19

C403

Kiamutugu-Muthigaini(E624)

2nd January 2019

Download

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

Download

5,6,7,8

OPEN

9

KERRA/011/KIR/39/005/2018-19

C399

Kiumbu - Kangeta

2nd January 2019

Download

5,6,7,8

WOMEN

10

KERRA/011/KIR/39/006/2018-19

C399

Ndindiruku – Kiumbu (R2000 – STRATEGY)

2nd January 2019

Download

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

  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 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

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

 

 

Our Services

Do you like our services?
  • Votes: (0%)
  • Votes: (0%)
  • Votes: (0%)
  • Votes: (0%)
  • Votes: (0%)
Total Votes:
First Vote:
Last Vote:
Copyright © 2024 Kenya Rural Roads Authority (KeRRA is ISO 9001:2008 Certified). All Rights Reserved.
Joomla! is Free Software released under the GNU General Public License.